Ppe Tenders

Ppe Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Page 14 Of 14 no Phone Calls. Send Any Responses By E-mail Only. As This Is A Sources Sought Notice For Market Research Purposes, The Government Will Not Accept Any Technical Questions At This Time. this Is A Sources Sought Notice To Determine Small Business Sources Capable Of Providing Hazardous Waste Management Services Per This Notice Under Naics 562211 (hazardous Spill Containment And Clean-up Equipment And Material). Small Business Size Standard Is $47 Million. Product Service Code (psc) Is 4235 (hazardous Waste Treatment And Disposal). background: this Is A Sources Sought Notice Being Released Pursuant To Federal Acquisition Regulation (far) Part 10: Market Research. This Notice Is Issued Solely For Informational, Market Research, And Planning Purposes Only. It Does Not Constitute A Solicitation Or A Promise To Issue A Solicitation In The Future.â  This Notice Does Not Commit The Federal Government To Contract For Any Service At This Time. further, The U.s.t Department Of Veterans Affairs, Network Contracting Office (nco) 23/ Supply Services Team 1 Is Not At This Time Seeking Offers And Will Not Accept Unsolicited Offers.â  respondents Are Advised That The Federal Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party S Expense. responses To This Notice Are Not Offers And Cannot Be Accepted By The Federal Government To Form A Binding Contract.â  Although The Term Offeror Is Used In This Notice, Your Respective Organization S Response Will Be Treated As Information Only And Shall Not Be Used As An Offer. objective: the Objective Of This Notice Is To Conduct Market Research To Determine If There Are Service Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) Sources, Or Any Other Small Businesses Capable Of Providing Hazardous Waste Management Services For The St. Cloud, Mn Va Hcs. description Of Service: see Attached Proposed Statement Of Work. places Of Performance: see Attached Proposed Statement Of Work. potential Scope Of Work: see Attached Proposed Statement Of Work. potential Certifications And Licensure: see Attached Proposed Statement Of Work. submittal Of Responses: responses Shall Be Sent Via Electronic Mail Only By 5:00 Pm Central Standard Time (cst), 1-10-2025 To: amanda Patterson-elliott contracting Specialist e-mail: Amanda.patterson-elliott@va.gov offerors Shall Submit A Capability Statement Indicating Their Ability And Experience To Provide The Services Cited Above; Such Statement Shall Also List: name Of Offeror address Of Offeror uei Number Of Offeror point Of Contact Name, Phone Number, And E-mail Of Offeror whether Or Not Vendor Is Sdvosb Or Vosb; Sdvosb And Vosb Will Be Verified Through Vet Biz At Https://veterans.certify.sba.gov/ . whether Or Not Vendor Has General Services Administration (gsa) Federal Supply Schedule (fss) Contract; If So, Please Provide Gsa Fss Contract Number Certifications And Licensure That Its Applicable Staff Holds disclaimer This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. statement Of Work title: Hazardous Waste Management Services overview: The St. Cloud Va Has A Need For A Qualified Contractor With The Capability And Capacity To Provide Disposal Services For Hazardous Waste, Non-hazardous Chemical Waste, Specialty Waste (i.e. Hazardous Pharmaceutical, High Hazardous Waste, Dea Drug Waste, Non-hazardous Pharmaceutical, And Dual Waste [hazardous Chemical And Bio-hazardous Combined]), Universal Waste, Emergency Spill Response Services, Lab Pack Services That Include Supplies, Labeling, Lab-packing, Consolidation, Shipment, Manifesting, And Consulting. this Contract Will Not Include The Disposal Of Infectious, Bio-hazardous, Radiological, Or Pathological Waste Except For Dual (chemical And Infectious Combined) Waste. acronyms: a. Co Contracting Officer b. Cor Contracting Officer S Representative c. Va Department Of Veterans Affairs d. Vahcs St. Cloud Va Health Care System e. Sow Statement Of Work f. Osha - Occupational Safety And Health Administration g. Epa - Environmental Protection Agency h. Dot Department Of Transportation i. Mpca Minnesota Pollution Control Agency j. Jc Joint Commission k. Mdh Minnesota Department Of Health l. Cdc Centers For Disease Control m. Dea Drug Enforcement Administration n. Rcra Resource Conservation And Recovery Act o. Cfr Code Of Federal Regulations p. Contractor Employee Means All Contractor Staff, Technicians, Personnel, Subcontractors Or Persons Working On Behalf Of The Contractor. 4. Place Of Performance: st. Cloud Va Health Care System, 4801 Veterans Drive, St. Cloud, Mn 56303 period Of Performance: this Contract Will Be A Single Award, Firm Fixed Price Indefinite Delivery, Indefinite Quantity, Service Contract For One (1) Base Year From 02/01/2025 01/31/2026 With Four (4) Option Years. Renewal Of Option Years Is Subject To Availability Of The Next Fiscal Year Funding. qualifications And Special Certifications: contractor Must Obtain All Necessary Permits And/or Licenses Regarding The Pickup And Incineration Or Other Acceptable Disposition As Regulated By State And Federal Epa Guidelines For Hospital Hazardous/dual Waste. *the Primary Contractor Must Own Their Own Licensed Treatment, Storage, And Disposal Facilities. treatment, Storage And Disposal Facilities (tsdfs) Need A Resource Conversation And Recovery Act (rcra) Permit. federal Certificate Of Registration To Transport Hazardous Waste federal Safety Permit To Travel On Highways if Waste Covered Under This Contract Must Be Transported Through A Jurisdiction Which Requires Special Licensing Or Permitting, The Contractor And/or Subcontractor Shall Obtain And Maintain All Necessary Licenses And Permits. The Contractor Shall Provide Copies Of These Licenses And Permits To The Cor. the Contractor And/or Subcontractor Shall, Without Additional Cost To The St. Cloud Vahcs Or Federal Government, Provide And Maintain All Licenses And Permits For Personnel, Trailers, Containers, Vehicles, And Other Resources Required For Proper Transportation And Disposal Of The Wastes Covered Under This Contract In Accordance With All Applicable Federal, State, Local, Municipal, And Va, Laws, Regulations, And Requirements. if Appropriate Licenses And Permits Are Not Maintained In Accordance With These Applicable Laws, Regulations And Requirements, The St. Cloud Vahcs May Terminate The Contract Effective Upon Discovery. the Contractor Is Required To Perform Characterization Of All Waste Streams Identified By Each Facility Using Process Knowledge, Identity Of The Chemicals, And Other Types Of Chemical Analysis Including But Not Limited To Toxicity Characteristic Leaching Procedure (tclp). chemical Wastes Shall Include But Not Be Limited To Flammables, Corrosives, Poisons/toxics/lethal, Reactive Wastes, Dual And Hazardous Waste, And Universal Waste. Work Shall Be Performed In Accordance With All Applicable, Federal, State, Local And All Governing Regulations. the Successful Offeror Must Possess The Necessary Technical Expertise And Resources Required By This Statement Of Work To Be Considered For Contract Award. regulations / Directives / Policies: the Contractor Must Comply With All Applicable Federal (us Epa, Us Osha, Us Dot), State (mn Osha, Mpca), Interstate, National Consensus Standards (jc), And Local Requirements, Rules, Regulations, And Laws Relative To The Handling, Removal, Manifesting, Transportation, Management, Disposal And/or Treatment Of Hazardous, Non-hazardous And Specialty Wastes. the Contractor May Not Attempt To Circumvent Mn01 Lethality Waste Characteristics By Repackaging And Reprofiling In Another State. scope Of Work: contractor Shall Provide All Labor, Personnel, Transportation, Vehicles, Equipment, Tools, And Materials Necessary To Provide Hazardous Waste Management Services. contractor Shall Have The Capability And Capacity To Provide Hazardous, Dual, Universal, And Dea Drug Waste, Waste Disposal Services, Lab Packs, And Removal Of Non-hazardous Chemical Waste Removal And Disposal From The Vahcs, In Accordance With Current Federal, State, And Local Regulations. services Shall Include Pharmaceutical Formulary Review; Technical Consulting; Electronic Record Keeping; Emergency Spill Response; Analysis, Documentation, Waste Treatment, Disposal And Support Services Required To Categorize, Package, Transport, Document And Dispose Of Hazardous, High Hazardous, Dual, And Universal, And Non-hazardous Chemical Wastes And Their Containers. the Certification And Accreditation Requirements Under Va Handbook 6500 Do Not Apply, And As Such A Security Accreditation Package Is Not Required. wate Removal And Shipment: the Contract Will Include Removal, Documentation, And Shipment Of Wastes From The Designated Hazardous Waste Storage Area At The St. Cloud Va Hcs. this Will Include Periodic Shipments Of Dea Controlled Substances Waste And All Labor And Equipment To Package, Transport, Treat And Dispose Of Waste. Protection And Mandates: contractor Will Provide Appropriate Protection For His/her Employees To Be Within Cdc Guidelines That Include Barrier Precautions, I.e., Gloves, Masks, Eyewear And/or Waterproof Gowns, Aprons, (lab) Coats Or Respirators As Necessary. cor Or Cor Designee Will Notify Contractor Of Areas With The Health Care Systems Or Unusual Circumstances Requiring Personal Protective Equipment (ppe) Beyond Standard Practices. contractor Will Comply With All Applicable Osha, Mpca, The Joint Commission, Mdh, Federal, State, Interstate And Local Requirements, Rules, Regulations, And Laws Respecting Control And Abatement Of Pharmaceutical And Hazardous Waste Disposal And Management. obtain All Necessary Permits And/or Licenses Regarding The Pickup And Incineration Or Other Acceptable Disposition As Regulated By State And Federal Epa Guidelines For Hospital Hazardous/dual Waste. this Includes Any Laws In Other States That Are Applicable To The Transportation Of Hazardous/dual Waste Across State Lines. potential Successful Contractor May Be Asked For Documentation That Will Help Determine Contractor Responsibility And Whether The Transporter Is Aware Of And In Compliance With (these) Regulatory Requirements. the Vahcs Requires Hazardous Waste Removal At A Minimum Of Six (6) Visits Per Year/every Other Month. contractor Must Check In With The Cor Or His/her Designee Prior To Beginning Any Work And After Completion. shipments Of Hazardous, Dual, Universal, And Non-hazardous Healthcare Waste Must Be Provided Every Other Month, Or As Needed Based On Generation. periodic Shipments Of Dea Controlled Substances Waste. all Labor And Equipment To Package, Transport, Treat And Dispose Of Waste. technical Expertise To Categorize And Profile Waste And Advise On Federal, State, Municipal And Local Regulatory Compliance. consulting Services at The St. Cloud Va S Request, The Contractor Will Provide Technical Expert Consulting Services On Topics Related To Epa, State Specific Rcra, Dot, And Other Environmental Regulations. pharmaceutical Formulary Review Annual Update annual Pharmaceutical Formulary Review And Report That Identifies All Listed And Characteristic Waste And Codes Including Minnesota Specific Waste Codes. the Contractor Will Provide An Electronic Review Of The Vahcs Formulary And Provide Recommendations As Appropriate. the Completed Review Will Identify All Listed Waste, Characteristic Waste, And Rcra-equivalent Waste, Including State Specific Waste Codes, E.g. Mn01 Lethal. the Final Review Will Be Submitted In Microsoft Excel Spreadsheet In An Electronic File. electronic Record Keeping And Reporting. controlled Substances Disposal contractor Personnel Will Be Escorted By Vahcs Staff. the Contractor Will Be Responsible For The Disposal Of Controlled Substances From The St. Cloud Va Hcs Pharmacy In Compliance With All Applicable Dea, Epa, Mpca, And Local Regulations And The Needs Of The Department Of Veterans Affairs. transportation: Hazardous Waste Shall Be Transported On The Public Highways In Vehicles That Are Licensed, Permitted, Or Otherwise Registered In Accordance With All Applicable Federal, State, Municipal And Local Laws. license Number(s) Must Be Posted On The Exterior Of The Vehicles. each Vehicle Transporting Hazardous Waste Must Have An Emergency Spill Clean-up Plan And Basic Cleanup Equipment On Board. out Of Country Shipments Are Prohibited Under This Contract. disposal: Contractor Will Dispose Of Hazardous Waste In A Manner That Leaves No Future Expense Potential To The Va Or The Federal Government. Chemicals Should Be Disposed Of In The Following Preferred Priority: the Treatment Of The Chemical Waste (at A Facility Approved For Such Processing By An Appropriate State Or Federal Agency) In A Manner That Renders It No Longer A Hazardous Waste As Defined In The 40 Cfr Series. These Processes Include (but Are Not Limited To): reprocessing Or Recovery Followed By Recycling/reuse. chemical Neutralization Or Detoxification. thermal Treatment (e.g. Incineration, Pyrolysis). the Long-term Internment (burial) In A Secure Chemical Landfill Site Approved For Such By The Appropriate State Or Federal Agency. acceptance Of The Hazardous Property (chemical Wastes) At A Properly Permitted Treatment, Storage, Or Disposal Site Does Not Constitute Disposal And/or Completion Of The Contract. it Is The Prime Contractor S Responsibility To Obtain All Necessary Documentation To Prove That The Timely End Disposal Of All Items Has Been Accomplished. contractor Shall Provide The Cor With A List Of Disposal Facilities That Will Be Used In Conjunction With This Contract. This List Must Include The Name Of The Company, Address, City, And State, Zip Code, Telephone Number, Epa Id And State Permit Number. this Contract Will Not Include The Disposal Of Infectious, Bio-hazardous, Radiological, Or Pathological Waste With The Exception Of Dual (chemical And Infectious Combined) Waste. waste Spill Or Release: Should Waste Be Spilled Or Released During The Performance Of Services, Through No Fault Of The St. Cloud Va Hcs, The Contractor Will Be Responsible For Cleanup And All Costs Associated With The Satisfactory Remediation Of The Incident. this Will Include The Cost Of All Labor And Materials, Repair Of Any Damage, And/or Harm Caused To Patients, Visitors, And Staff. Cleanup Shall Be Performed To The Satisfaction Of Regulatory Authorities And The Cor. when Waste Is Spilled Or Release By The Contractor During The Performance Of Services The Contractor Shall Submit A Spill Report. such Incidents Shall Be Reported To The Cor Immediately By Telephone And In Writing No Later Than Seven (7) Workdays After Leaving The Site. the Spill Report Shall List At A Minimum The Type Of Spill, Amount Of Waste, And Personnel Exposed To The Spilled Waste. the Contractor Shall Provide Certification That The Spill Was Cleaned Up, A Statement Concerning The Effect On Any Employees, And A Description Of The Cause And Corrective Measure Instituted By Contractor To Ensure Spills Do Not Occur Again. Schedule: the Contractor And Cor Will Arrange For Scheduled/routine (non-emergency) Services That Occur On A Bi-monthly Basis. work Hours: the Contractor Shall Perform Services During Normal Business Hours, 8:00 Am - 4:30 Pm, Monday Through Friday, Excluding Federal Holidays. The Eleven National Holidays Observed By The Federal Government Are: New Years Day January 1st Martin Luther King Jr. Day Third Monday In January Presidents Day Third Monday In February Memorial Day Last Monday In May Juneteenth June 19th Independence Day July 4th Labor Day First Monday In September Columbus Day Second Monday In October Veterans Day November 11th Thanksgiving Day Fourth Thursday In November Christmas Day December 25th Any Additional Federal Holiday Declared By The President Of The United States if The Holiday Falls On A Saturday, The Previous Friday Will Be Observed And If The Holiday Falls On A Sunday, The Following Monday Will Be Observed. the Cor Or Dot Hazmat Certified Designee Are Available During Those Hours For The Approval/signature Of Shipping Manifests And Other Required Documentation Unless Exigent Circumstances Require Services During An Unscheduled Time. any Service Performed Outside Of Normal Working Hours Shall Be Approved In Advance By The Contracting Officer S Representative Cor. after-hours Access Will Be Coordinated With The Gems Program Manager Or The Gems Program Manager S Site Designee. emergency Services: the Contractor Must Be Available 24/7 And Will Take Responsibility For Up To Two (2) Chemical Spills/releases Per Year At The St. Cloud Va Hcs. the Contractor Shall Provide A Primary And Alternate Point Of Contact To The Cor Within 5 Days Of Contract Award. Information Shall Include A 24-hour Emergency Contact (name, Telephone #, Mobile #) Available During Contractor S Non-business Hours. training For Contractor Personnel: the Contractor S On-site Staff Shall Have Training In Hazardous Waste Handling And Emergency Procedures And Provide Documentation Of This Training. this Training Shall Include Osha, Epa, Minnesota Pollution Control, And Dot (including Hm 181) Regulations. permits, Licenses, And Regulatory Compliance: the Contractor Shall Maintain All Applicable Permits And Licenses For Services Provided And Comply With All Applicable Federal, State, Municipal And Local Laws, Rules, And Regulations. the Contractor Will Obtain And Maintain Any Additional Permits And Licenses That May Be Required Because Of Changes In Regulations. this Includes Compliance With All Occupational Safety And Health Administration (osha), Environmental Protection Agency (epa), Minnesota Pollution Control Agency (mpca), Joint Commission (jc), Minnesota Department Of Health (mdh) Requirements And Requirements In Other States Applicable To The Transportation And Disposal Of Waste That Crosses State Lines. the Following Shall Be Provided To The Contracting Officer With Bid Proposal Submission For Evaluation Purposes And Annually Within Thirty (30) Days Of The Renewal Date Of This Contract With Any Changes To Original Submission Clearly Identified And Highlighted: current Waste Transporter Permit(s) For The Contractor And Subcontractors. list Of All Transfer Stations, Treatment, Storage, And Disposal Facilities (tsdfs) Including Incineration, Wastewater And Sludge Treatment Facilities That Shall Be Utilized During This Contract To Include The Capacity Of These Facilities And The Waste Codes For The Waste Streams They Are Permitted To Accept By Treatment Technology. address, Phone Number And Other Contact Information Shall Be Provided. the Va Reserves The Right To Inspect Each Of These Facilities Before Approving Its Use Or At Any Time During Or After Contract Period While Va Wastes Are Present. copy Of Operator Permit(s) certificates Of Training And Experience Of Contractor/subcontractor Staff And Personnel Who Will Perform Site Work Under This Contract (all Technicians That Will Work On Va Premises Will Be Expected To Have Received At Least The Minimum Training Required By Law As Specified In 29cfr 1910-120, 40 Cfr Parts 260-265 And 49 Cfr Parts 171-178). provide The Contractor S/subcontractor Experience In Hazardous Waste Packaging, Transport, And Disposal. provide A Copy Of Us Epa Identification Number(s) Certificate For Each Business Entity Operated Or Contracted By The Contractor That Will Provide Service Regarding Any Aspect Of Va Waste Disposal Program (i.e. Storage, Transfer, Incinerator Sites.) provided A Copy Of Certificate Of Registration With The State Epa As A Hazardous Waste Hauler For Each Business Entity Operated By The Contractor That Will Provide Hazardous Waste Transportation Services For Any Aspect Of Va Waste Disposal Program. provide Written Acknowledgement Of Responsibility For Acquisition Of All Applicable Business Licenses And Permits Required By Law. contractor Shall Certify That It Acknowledges And Is In Possession Of All Required Business Licenses And Permits. provide A List Of Any Violations And/or Citations That The Contractor And Subcontractors Have Received For Non-compliance With Any Hazardous Waste Laws, Permit Requirements, And/or Osha Requirements For The Past Three Years From The Date Of Submission. contractor Shall Include Information On All Related Business Entities Including Associated Firms That Are Owned By The Contractor Or Owned By A Common Parent Company That Will Be Involved In Any Portion Of The Processing Of Va Waste Disposal Program. if No Discharge Or Violations Have Occurred, Contractor Must Provide A Statement That Certifies No Discharges Or Violations Have Occurred. provide A Plan Describing Standard Operating Procedures (sops) That Will Be Followed While Conducting Normal Hazardous Waste Management Activities. The Contractor Shall Describe: site Safety And Contingency Procedures (e.g. Spill Management). operational Procedures And Site Management Structure. supplies And Equipment Practices. material Sampling Procedures. hazard Assessment And Categorization Procedures. packing Procedures. quality Assurance And Quality Control Procedures To Ensure Materials Are Properly Identified, Categorized, And Packaged, And Paperwork Is Properly Completed. procedures For Gaining Waste Acceptance Into A Transfer/ Disposal Facility. contractor And Project Management Procedures. provide The Following Information Regarding The Hazardous Waste Fleet Owned And Operated By The Contractor: basic Description Of Transportation Services Offered And Capabilities. fleet Description Of Number, Types, And Ages Of Vehicles. description Of Service And Maintenance Programs. types Of Materials Licensed To Haul. latest Dot Or Mcs Rating (include A Copy Of The Last Inspection). the Dot/mn Dot Compliance Record. description Of Driver Qualifications Including Training Programs, And Experience. provide Evidence That Background Checks Have Been Performed On All Employees That Will Perform Any Duties Under This Contract. provide The Following Information On The Contractor's Emergency Response (er) Capabilities (or Any Changes To Original Submission): contractor's Er Policies. Er Capabilities And Experience And Limitations. type Of Er Equipment Maintained (specify If Owned Or Subcontracted And From Whom). personnel Availability, Training, And Experience. contractor's Emergency Response Procedure Shall Describe: how To Request An Emergency Response. how The Contractor Notifies Personnel And Initiates Response Action. incident Command Procedures Followed By The Contractor. er Work Practices. er Protection Of Health And Safety Practices. er Invoicing Policy. provide A Detailed Site Safety Plan That Will Be Used To Ensure That Workers And Nearby Population Will Be Adequately Protected During Packaging And Removal Operations. provide Information Identifying Any Proposed Subcontractors And Identifying Services To Be Performed By The Subcontractors. contractor Must Submit Evidence That Subcontractor Is Qualified And Legally Able To Provide Services. (all Subcontractors Must Be Approved By The Facility Gems Program Manager And Contracting Officer Prior To Performing Any Duties Under This Contract). the Government Reserves The Right To Prohibit The Contractor From Employing The Services Of A Subcontractor Who Does Not Possess The Ability To Satisfactorily Perform In Accordance With The Provisions Of This Statement Of Work. the Use Of A Subcontractor Or Subcontractors Does Not Relieve The Contractor From Any Requirements Set Forth In This Statement Of Work. the Contractor Is Responsible For Ensuring That Any Subcontractor(s) Perform In Accordance With The Terms And Conditions Of This Statement Of Work. Subcontractors Will Also Comply With (j) Of This Section. provide A List Of Names, Titles, Addresses, Telephone Numbers (including Cellular), Pager/beeper Numbers, Facsimile Numbers, And E-mail Addresses Of Key Managers, Supervisors, Customer Service, And Field Service Personnel Performing Under This Contract. provide Written Standard Operating Procedures (sops) For The Collection, Handling, Accumulation, Sampling, Lab Testing, Characterization, Packing, And Shipping Of Hazardous, Universal, And Non-hazardous Wastes. provide A Single Point Of Contact For Each Facility With Backup. provide A List Of Names, Titles, Addresses, Telephone Numbers (including Cellular), Pager/beeper Numbers, Facsimile Numbers, And E-mail Addresses Of Key Managers, Supervisors, Customer Service, And Field Service Personnel Performing Under This Contract. records And Reporting Requirements: contractor Shall Provide A Centralized Online Electronic Waste Tracking System That Is Exportable To The Va System Via Microsoft Excel Spreadsheet. the Centralized Tracking System Will Include A Centralized Database For All Waste Characterizations And Determinations, Waste Profiles, Hazardous Waste Manifests, Universal Bill Of Lading For Universal Wastes, Methods Of Final (end) Disposal, Final (end) Disposal Sites, Shipping Information, Monthly, Quarterly And Annual Waste Generation Reports By Facility, Training Records, A Tracking System For Hazardous Materials Spills And All Recordkeeping, And Reporting Needed To Operate And Manage The St. Cloud Va Hcs Hazardous Waste Management Program. the Contractor Will Be Responsible For Providing A Database That Will Be Able To Generate Reports On Hazardous Waste Activities, Waste Characterization Profiles, Annual Generation By Facility And Other Information Necessary For The Successful Operation And Management Of A Hazardous Waste Management Program. this Will Be Readily Exported To A Format Such As Microsoft Excel. prior To The Shipment Of Waste, The Contractor Will Furnish A Properly Prepared And Legible Copy Of The Appropriate Manifests And Shipping Papers. fully Executed Manifests Will Be Provided To The St. Cloud Va Hcs Within Thirty (30) Days Of Shipment. the Contractor Will Provide A Certificate Of Disposal For All Waste Disposed Clearly Indicating Proper Treatment And Disposal. 14. Safety: The Contractor Shall Take Such Safety Precautions As The Co Or Cor May Determine To Be Reasonably Necessary. the Co Or His/her Designee Will Notify The Contractor Of Any Noncompliance. the Contractor Shall, After Receipt Of Such Notice, Immediately Correct The Conditions To Which Attention Has Been Directed. such Notice, When Served In Person On The Contractor Or His/her Representative At The Site Of Work, Or Telephonically To Contractor S Designated Representative, Shall Be Deemed Sufficient For The Previously Mentioned. if The Contractor Fails Or Refuses To Comply Promptly To Satisfactorily Abate The Hazardous Condition Or Situation, The Co May Issue An Order Stopping All Or Any Part Of The Work And Hold The Contractor In Material Breach Of This Contract. 15. Work Practices And Standards: The Contractor Shall Have Established Standard Operating Procedures That Will Be Followed While Conducting Hazardous Waste Management Activities. this Includes Site Safety And Contingency Procedures, Strike Contingency Plan, Operational Procedures, Use And Maintenance Of Supplies And Equipment Procedures, Material Sampling Procedures, Waste Categorization Procedures, Packaging Procedures, Quality Assurance Plan, Procedures For Gaining Waste Acceptance Into A Facility, And Project Management Procedures. 16. Quality Assurance: The Contractor Shall Maintain A Quality Assurance Program To Assure Services Are Performed In Accordance With Commonly Accepted Commercial Practices. the Contractor Shall Implement Procedures To Identify, Prevent, And Ensure Non-recurrence Of Defective Services. as A Minimum, The Contractor Shall Develop Quality Control Procedures Addressing The Areas Identified In The Next Paragraph. timely Shipment Of Hazardous, Dual, Universal, And Non-hazardous Healthcare Waste And Dea Controlled Substances Waste. timely And Properly Completed Manifest And Shipping Papers. sufficient And Competent Personnel Including Personnel With Expertise To Perform Waste Characterizations, Profiles, And Consultation Services. sufficient Equipment And Supplies In Good Working Condition. fully Functional Online Record Keeping And Reporting System Accessible Always. timely And Accurate Billing System. the Government Will Periodically Evaluate The Contractor Performance By Appointing A Representative(s) To Monitor Performance To Ensure Services Are Received. the Government May Inspect Each Task As Completed Or Increase The Number Of Quality Control Inspections If Deemed Appropriate. likewise, The Government May Decrease The Number Of Quality Control Inspections If Performance Dictates. 17. Competent Personnel: Contractor Personnel Who Perform Services For The St. Cloud Va Hcs Must Be Competent, Experienced, And Qualified To Perform Such Services. all Work Shall Be Performed In Accordance With Established Waste Management Practices. appropriate Handling Of Waste Is Essential For The Safety Of Government And Contractor Employees And Cost Containment. the Contractor Shall Furnish And Ensure All Personal Protective Equipment (ppe) For Contractor Employees Is In Good Condition. the Contractor Shall Provide Employee Training On Established Policies And Procedures For Waste Handling. contractor Employees Providing Site Services Shall Be Certified In Forty (40) Hour Hazardous Waste Operations And Emergency Response (hazwoper) Training And Wear Appropriate Protective Equipment When Handling Hazardous Waste. the Contractor Shall Submit Proof Of Appropriate Training And Experience To The Cor Upon Request. contractor Employees Should Be Enrolled In A Medical Surveillance Program That Meets The Standards Of 29 Cfr 1910 At The Expense Of The Contractor. 18. Identification, Check-in, Parking And Smoking: Contractor Employees Shall Notify Cor Or Designees Upon Arrival To Campus And Prior To Commencement Of Work. during Off-hours Emergency Response Activities Contractor Personnel Should Check In With Va Police If The Cor Or Designee Is Not Available. smoking Is Prohibited On Va Property. possession Of Weapons Or Contraband Is Prohibited. enclosed Containers, Including Tool Kits, Shall Be Subject To Search. 19. Indemnification: It Shall Be Expressly Agreed And Understood By The Contractor And The St. Cloud Va Hcs That The Contractor Agrees To Indemnify The St. Cloud Va Hcs Against All Liabilities, Claims, Penalties, Incident Of Death, Bodily Injuries, Destruction Or Damage To Property, Contamination Or Adverse Effects On The Environment Or Any Violation Of Government Laws, Rules Or Regulations, Caused In Whole Or Part By The Contractor S Breach Of Any Term Of The Contract Or Any Negligent Or Willful Act Or Omission Of The Contractor, Its Employees Or Subcontractors In The Performance Of This Contract. 20. Penalties And Fines: The Contractor Shall Satisfy All Applicable Regulatory Agency Requirements. in The Event A Regulatory Agency Assesses A Monetary Fine Against The St. Cloud Va Hcs For Violations Caused By The Contractor, The Contractor Shall Reimburse The St. Cloud Va For The Fine. 21. Authorized Services: Only The Services Specified In The Sow Will Be Authorized Under The Contract. the Co In Consultation With The Cor May Authorize Additional Services Or Repairs Under A Separate Purchase Authorization. reimbursement Will Not Be Made Unless Prior Authorization Is Obtained. 22. Invoices And Payment: Payment Of Services Rendered Under This Contract Will Be Made In Arrears Upon Satisfactory Completion Of Each Service And Receipt Of A Properly Prepared Invoice. invoice Must Include, But Not Limited To: contract Number purchase Order Number manifest Number(s) complete And Accurate Description Of Services dates Of Performance amounts unit Price extended Totals any Other Data Relevant For Payment Purposes the Government Shall Not Authorize Payment Until Such Time That The Cor Or His/her Designee Receives All Properly Executed And Signed Documentation. 23. Insurance: Owners And Contractor S Insurance: The Contractor Shall Obtain At His Own Expense, General Liability Insurance In The Amount Of Not Less Than $500,000.00 For Protection Against Claims Of Personal Injury, And $50,000.00 Per Occurrence For Damage To Property, Arising Out Of This Contract. professional Liability Insurance: The Contractor Shall Obtain At His Own Expense, Professional Liability Insurance For Services To Be Performed Pursuant To This Contract, Insuring The Contractor Against Malpractice Or Errors And Omissions Of The Contractor In The Amount Required By State And Local Authorities. $10 Million In Pollution Control Liability Insurance. workers Compensation And Employer Liability: $100,000.00 automobile Liability: $200,00.00 Per Person And $500,000.00 Per Occurrence For Bodily Injury And $20,000 Per Occurrence For Property Damage. at All Times During Performance, The Contractor Shall Maintain With The Contracting Officer, A Current Certificate Of Insurance Showing At A Minimum, The Insurance Required Above, And Providing Thirty (30) Days Written Notice To The Contracting Officer By The Insurance Company Prior To Cancellation Or Material Change In Policy Coverage. note: Any Additional Charges Claimed Must Be Approved By The Contracting Officer In Writing Before Service Is Completed!
Closing Date10 Jan 2025
Tender AmountRefer Documents 

Rizal Medical Center Tender

Housekeeping Services
Philippines
Details: Description Bids And Awards Committee Request For Quotation Rfq No. 2025-001 The Rizal Medical Center (rizal Med) Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Suppliers Or Distributors Registered With The Philippine Government Electronic Procurement System (philgeps), To Submit Their Quotation On The Project Listed Below, Subject To The General Conditions Stated Herein, And Submit Not Later Than January 20, 2025. Name Of Project: Procurement Of One (1) Lot Pest Control Services For Cy 2025 Mode Of Procurement: Negotiated Procurement Sec. 53.9 – Small Value Procurement Approved Budget For The Contract: Two Hundred Twenty Eight Thousand Pesos (php228,000.00) Terms Of Reference Pest Control Services 2025 I. Objective To Provide Pest Control Services To Rizal Medical Center For The Cy 2025 Ii. Approved Budget For The Contract The Approved Budget For The Contract Is Two Hundred Twenty-eight Thousand Pesos (php228,000.00). Iii. Scope Of Work The Service Provider Shall Provide The Following Pest Control Services For A Period Of One Year (12 Months) To Rizal Med Premises: I. Crawling And Flying Insect Control Frequency • Thermal Fogging Monthly • Misting Monthly • Residual Spraying Monthly • Trapping/baiting As Needed • Spraying And Misting Of Surrounding Quarterly Ii. Rodent Control • Baiting As Needed • Trapping As Needed Iii. Termite Control • Soil Poisoning Once A Year • Residual Spraying Quarterly • Chemical Dusting Quarterly • Termites Mound Examination/ Demolition Quarterly Iv.animal Control • Controlling According To Local Regulations Of Cats, Dogs, Etc. As Needed • Technical And Professional Services The Service Provider Shall Provide The Following Technical Methods And Professional Services For The Effective Pest Control Program Of Rizal Med Premises: A. For Crawling And Flying Insects Control  Thermal Fogging – It Is An Aerial Surface Disinfection Method Which Provides Access To Hard-to-reach Areas And Simultaneously Disinfects Walls And The Atmosphere. It Is An Effective Smoke Odor Removal Procedure Because It Recreates The Fire Related Properties Of Heat And Pressurization.  Misting – Use Of Misting Machines Inside The Offices Which Disperse Minute Droplets Of Insecticide Solution In An Aerosol Range To Attain Minimum Penetration Of Hard To Reach Or Inaccessible Area To Control Mosquitoes And Other Flying Insect O Use Of Foaming/chalk And Gel Bait Inside The Ward And Other Specialty Wards (or, Er, Ob-er, Dr, Rr, Icu, Picu, Nicu, Imcu And Cancer Wards), Will Be In Accordance With The Specification Of Its Toxicologist And Enterologist, Chemicals Used Should Be Approved By The Food And Drug Authority (fda).  Residual Spraying – This Shall Be Done To Facilitate Direct Extermination Of Insects In Places And Areas Where Insects Congregate, Crawl And Hide, Including Cracks And Crevices. It Will Be Applied To Areas Where Fogging Treatment Is Not Available.  Trapping/baiting – Use Of Cage Traps, Glue Board, Snap And Other Mechanical Devices To Augment The Baiting Technique, Installation Of Bait Stations In Hidden Places And Strategic Location Where Crawling Insects Usually Search For Food, Roam Around And Congregate. B. For Rodent Control Regular Treatment By Bait Laying Of Anticoagulant Preparations In Areas Used As Passageway And Harborages Of Rats And Mice, Based On A System Of Permanent/semi-permanent Bait Stations. These Rodenticides Provide Good Control Without Presenting Any Hazard To Products Or Personnel. However, If The Degree Of Infestations Should Ever Warrant It, Acute Bait/chronic Rodenticides Will Be Used, But Only After Close Consultation With Rizal Med And Under The Strict Supervision Of The Engineering And Facilities Management Section. Supplementary Control Methods Such As Mechanical Traps And Sticky Boards, Plugging Or Sealing Off Of Holes That May Serve As Entry Points Will Also Be Employed If The Situation So Warrants. C. For Termite Control 1. Soil Poisoning This Service Shall Be The Application Of Termiticidal Chemicals Along The Perimeter Of Rizal Med. The Service Provider Shall Create A Continuous Chemical Barrier Making It Impossible For Termite To Enter And Destroy The Wooden Structures Of The Buildings Through The Following: A. Drilling Holes 30 Centimeters Apart At The Concrete Perimeter Fence Of The Compound Using An Electric Rotto Hammer Drill, Then Injecting Termiticidal Chemicals, Using A Modern Pressurized Soil Rudder Injector. B. Direct Injection Of Termiticidal Chemicals Along The Concrete And/or Soil Perimeter Of The Building Of The Compound 30 Centimeters Apart Using The Same Procedure And Equipment In 1(a). C. Drilled Holes After Treatment Shall Be Restored To Its Original Appearance Through The Use Of Concrete Mix/cement. 2. Residual Spraying This Shall Be Done To Facilitate Direct Extermination Of Termites On Infested Parts Of The Building. Uninfected Areas Shall Also Be Treated To Provide Adequate Protection. 3. Chemical Dusting The Service Refers To The Application Of Anti-termite Powder To All Joints, Ends, Crevices, Baseboards And Cabinets. Emphasis Of Treatment Shall Be On The Wooden Structures Of The Building. 4. Termites Mound Extermination All Termites’ Mounds Found Within The Rizal Med Building Compound Shall Be Excavated And Exterminate The Queen And Workers Since These Are Infesting The Wooden Structures Of The Building. Terms And Conditions 1. The Service Provider Shall Warrant That The Services To Be Rendered Will Effectively Exterminate All Pests, Insects And Rodents Without The Visible Presence And Disturbing Odor Of Smoke And Fumes. Should Rizal Med Find The Services To Be Ineffective As Evidenced By The Continuous Presence Of Termites, Cockroaches, Mice And Other Common House Pests And Insects, Rizal Med Reserves The Right To Terminate The Contract. In Such Case, The Rizal Med Shall Not Be Obliged To Pay The Service Provider For The Services Rendered. 2. The Service Provider Shall Warrant That All Preparations And Formulations, Including The Use Thereof, Will Be In Accordance With The Specification Of Its Toxicologist And Enterologist, Pyrethroid Insecticides That Are Biodegradable In Nature And Only Chemicals Certified By The Proper Government Authorities As Safe Shall Be Used. 3. The Service Provider Shall Render Pest Control Treatment To The Nutrition And Dietetics Department Twice A Month. 4. The Service Provider Shall Agree That Only Honed, Skilled And Well-trained With Training Certificates Personnel/technicians Will Be Assigned To The Rizal Med Premises To Ensure The Proper Treatment And Application Of Chemicals. 5. The Service Provider Shall Assign A Sufficient Work Force With Proper Personal Protective Equipment (ppe) And Sufficient To Carry Out Or Implement The Service. Assigned Staff Shall Wear Proper Uniform And Identification Card While Within The Rizal Med Premises. 6. The Service Provider Shall Agree That The Required Services Shall Be Conducted From 4:00 Pm – Onwards And Weekends, As May Be Determined By The Rizal Med, In Order Not To Disrupt The Working Schedule Of Rizal Med Personnel. 7. The Service Provider Shall Provide On-call Service In Between Schedule Without Additional Cost To Rizal Med, Including Performing Immediate Special Or Additional Service Should There Be A Sudden Outbreak Of Infestation At The Rizal Medical Center Premises At No Cost To Rizal Med. 8. A Quality Control Supervisor Affiliated With The Service Provider Shall Visit The Rizal Med Premises Quarterly Or Whatever Necessary To Undertake The Following: A. Coordination With Rizal Med Authorized Representative In Evaluating The Effectiveness Of The Pest Control Treatment. B. Serve As Pest Control Consultant By Recommending Ways And Means To Control Infestation. C. Provide Orientation On The Pest Control Management, Handling And Application Of Chemicals To Concerned Rizal Med Personnel. 9. A Penalty Of One-tenth Of 1% (.001) Of The Total Value Of The Undelivered Goods/services Shall Be Charged As Liquidated Damage For Every Day Of Delay Of The Delivery Of The Service. A. Payment Shall Be Done Within Sixty (60) Days Upon Receipt Of The Statement Of Account/billing Invoice, With Complete Supplementary Documents On A Monthly Basis. 10. The Service Provider Must Submit An Accurate Monthly Assessment Report. 11. The Service Provider Shall Cover The Following Areas: Administrative Building 1 Office Of The Medical Center Chief And Board Room 2 Office Of The Chief Of Medical Professional Staff 3 Professional Education, Training, And Research Unit 4 Office Of The Chief Administrative Officer (hopss) 5 Office Of The Chief Administrative Officer (finance) 6 Ent Office (former Chief Training Office) 7 Office Of The Chief Nurse 8 Heart Station 9 Integrated Management Information System Section 10 Quality Improvement, Infection Prevention Control, And Patient Safety Unit 11 Blood Bank 12 Cash Operations Section 13 Billing And Claims Section 14 Admitting And Information Section 15 Security Unit (in-house) Dormitory Building (old) 1 Dormitory 2 Budget Section 3 Accounting Section 4 Coa Auditor’s Office 5 Legal Unit 6 Wound Care Center Office 7 Public Health Unit 8 Planning & Management Unit 9 Hrm/ Psb – Shrpsb Office Other Areas 1 Nutrition And Dietetics Department (weekly) 2 Engineering And Facilities Management Section 3 Powerhouse 4 Housekeeping, Linen & Laundry 5 Materials Management Section 6 Tb Dots 7 New Dormitory 8 Solid And Infectious Waste Storage / All Public Comfort Rooms 9 Chapel 10 Central Supply And Sterilization 11 Health Information Management Department 12 New Er Extension 13 Human Resource Management Section 14 Procurement Section 15 Medical Social Work Department 16 Udds Office 17 Other New Office And Establishments Out Patient Department Complex First Floor 1 Department Of Otorhinolaryngology Head And Neck Surgery 2 Surgery Clinic 3 Opd Central Registration Section 4 Minor Or 5 Opd Laboratory & Drug Testing 6 Pharmacy & Consignment 7 Department Of Radiology And Imaging Science 8 Department Of Physical Medicine And Rehabilitation 9 Pharmacy Department 10 Stone Center Second Floor 1 Social Service (opd & Pasig City Constituents) 2 Dental Department 3 Opd Head 4 Health & Wellness Clinic 5 Cashier 6 Mental Hygiene 7 Pediatric Clinic 8 Medicine Clinic 9 Opd Registration 10 Department Of Obstetrics And Gynecology/ Ultrasound 11 Employees Health Service 12 Neuro Science Third Floor 1 Department Of Opthalmology 2 Family And Community Medicine Department 3 Department Of Dermatology 4 Opd Philhealth ` Diagnostic Center 1 Main Laboratory 2 Nuclear Medicine 3 Molecular Imaging & Radionuclide Therapy Unit/cobalt 4 Department Of Physical Medicine And Rehabilitation 5 Blood Bank 6 Molecular Laboratory 7 Linear Accelerator (linac) Main Building A & B Basement 1 Health Emergency Management Service/er Head Office 2 Emergency Room 3 Dialysis Unit 4 Pharmacy Satellite 5 Er Triage 6 Er Waiting Area 7 Brachy Therapy Treatment 8 Breast Clinic 9 Mammography Section 10 Toxicology First Floor 1 Ob Main 2 Ob Er 3 Delivery Room And Labor Room 4 Neonatal Intensive Care Unit (nicu) 5 Ob Covid 6 Radiation Oncology Unit 7 Milk Bank 8 Netr Office Second Floor 1 Surgery Ward (1) 2 Operating Room 3 Department Of Anesthesiology 4 Recovery Room 5 Intensive Care Unit (icu) 6 Hemodialysis (stock Room) 7 Catheterization Laboratory 8 Surgical Intensive Care Unit (sicu) 9 Social Service Office 10 Food Hall Third Floor 1 Surgery Ii 2 Pedia I 3 Pediatric Intensive Care Unit (picu) 4 Pedia Ii 5 Department Of Pediatrics 6 Department Of General Surgery 7 Social Service Office Fourth Floor 1 Medicine Ward 2 Philhealth Ward 3 Medicine Department Office 4 Imcu 5 Institutional Review Board 6 Pulmonary/ Respiratory Unit 7 Office Of The Rotator’s Manager Fifth Floor 1 Ob Annex 2 Pantry I. General Requirements: 1. Original Signed Price Quotation 2. Certified True Copy Of The Following: A) Philgeps Certificate/registration No. B) Mayor’s/business Permit 3. Duly Notarized Omnibus Sworn Statement Together With Original Notarized Secretary’s Certificate Or Original Special Power Of Attorney 4. Documentary Requirements Must Be Submitted To The Bac Secretariat Not Later Than The Deadline. Ii. General Conditions: • All Quotations Shall Be Considered Fixed Price, And Not Subject To Price Escalation During Contract Implementation. • Supplier/contractor/ Service Provider Is Entitled To One (1) Quotation Only; Otherwise All Quotations Made Shall Automatically Be Rejected. Iii. Terms Of Payment • Payment Shall Be Based On Actual Deliveries Made By The Supplier/contractor/ Service Provider. • The Terms Of Payment Shall Not Be Later Than Sixty (60) Days After Submission Of Sales Invoice And Complete Supporting Documents By The Supplier/contractor. • Pursuant To Circular Letter No. 2013-16 Of Department Of Budget And Management Dated December 23, 2013, The Supplier/contractor Is Encouraged To Open An Account With The Land Bank Of The Philippines (lbp), The Government Servicing Bank Of The Procuring Entity, To Facilitate Settlement Of Account Payables Due To The Supplier/contractor. All Charges Incurred For Payment Through Bank Transfer With Other Banks Shall Be For The Account Of The Supplier/contractor. Iv. Delivery Term • Delivery Term Shall Be One (1) Year (12 Months) Upon Receipt Of A Notice To Proceed. For Further Inquiries, You May Contact The Bac Secretariat At Mobile No. 0917 104-6556. The Quotation And Requirements Must Be Submitted/delivered To The Following Address: Edwin E. Alcazar, Llb,mgm Head, Bac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. 0917 104-6556 The Rizal Med Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Rizal Med Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Very Truly Yours, (sgd.)santiago G. Cabangon, Cpa, Mba Chairperson, Bids And Awards Committee
Closing Date20 Jan 2025
Tender AmountPHP 228 K (USD 3.8 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Sources Sought Notice sources Sought Notice page 8 Of 8 sources Sought Notice *= Required Field sources Sought Notice page 1 Of 8 the Va Medical Center Is Conducting This Sources Sought To Identify Contractors Who Possess Capabilities To Provide The Product Described In The Specification Below. as Permitted By The Far Part 10, This Is A Market Research Tool Being Utilized For The Informational And Planning Purposes. Your Responses Will Assist The Government In The Development Of Its Acquisition Strategy. response Is Strictly Voluntary It Is Not Mandatory To Submit A Response To This Notice To Participate In Formal Rfq Process That May Take Place In The Future. However, It Should Be Noted That Information Gathered Through This Notice May Significantly Influence Our Acquisition Strategy. All Interested Parties Will Be Required To Respond Separately To Any Solicitation Posted Because Of This Sources Sought Notice. respondents Will Not Be Notified Of The Results Of The Evaluation. We Appreciate Your Interest And Thank You In Advance For Responding To The Sources Sought. this Service Will Be Implemented Using The North American Industry Classification System (naics) Code 339112. respondents Who Are Supply Information From A Gsa Contract Please Provide Your Contract Number And Category Number In Your Response. Notes all Capability Statements/responses To This Sources Sought Notice Shall Be Submitted Via Email Only To Joseph.krupa@va.gov. Telephone, Fax, Or Any Other Form Of Communication Inquiries Will Not Be Reviewed Or Accepted. Responses To This Sources Sought Notice Must Be Received No Later Than February 18, 2025, At 12:00 P.m. (eastern Standard Time). This Sources Sought Notice May Or May Not Assist The Va In Determining Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It May Or May Not Be Announced Later, And All Interested Parties Shall Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought Notice. disclaimer this Rfi Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked A Proprietary Will Be Handled Accordingly In Accordance With (iaw) Federal Acquisition Regulation (far), Rfis May Be Used When The Government Does Not Presently Intend To Award A Contract, But Wants To Obtain Price, Delivery, Other Market Information, Or Capabilities For Planning Purposes. Responses To These Notices Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Incurred Associated With Responding To This Rfi. specifications: salient Characteristics Ro System ro Systems width Is No Greater Than 8.1 Inches And Can Go As Low As 7.3 Inches. depth Is No Greater Than 20.5 Inches And Can Go As Low As 15 Inches. height Is No Greater Than 22.2 Inches. weight Is No More Than 72.75 Lbs. feed Water Supply Input Rate Of At Least 0.8 Gpm. feed Water Supply Maintains Pressure No Less Than 20 Psi And No More Than 45 Psi. feed Water Supply Maintains A Temperature No Less Than 41â°f And No More Than 86â°f. product Water Output Must Have A Minimum Of 0.3 Gpm (1.1 L/min). product Water Output Must Run At A Temperature Of 50â°f (10â°c). product Water Must Product A Minimum Of 22 Psi Outlet Pressure. product Water Minimum Rejection Rate Of Total Salts Dissolved Must Be Greater Than 96%. product Water Minimum Rejection Rate Of Bacteria And Pyrogens Must Be Greater Than 99%. drain Operation Must Run At 0.32 Gpm With An Error No Greater Than Or Less Than (+) 0.03 Gpm. drain Peak Flow Must Be At Least 0.8 Gpm (3.0 L/min). reverse Osmosis Membrane Material Must Be Comprised Of Polyamide (film Composite). reverse Osmosis Membrane Must Contain A Spiral Wound Configuration. reverse Osmosis Membrane Must Be Able To Tolerate A Ph Range Between 2-11. heat Disinfection System Must Include A User-initiated Start And An Automatic System Option. chemical Disinfection System Must Have An Automatic Dilution System, Followed By A Rinse Feature. power Supply Main Voltage Must Have The Options To Be At Least 100, 115, Or 220-240 V. main Socket Power Supply Must Not Exceed 1500w With 100v, 1380w With 115v, And 1850w With 220-240v. programmable Auto-flushing Capabilities During Stand-by Periods. includes A Main Operators Switch. include A Disinfection Wand For Cleaning. prefilter And Carbon Block Filter Kits Include At Least One Prefilter For The Ro System. prefilter And Carbon Block Filter Kits Include At Least One Carbon Block Filter For The Ro System. prefilter And Carbon Block Filter Can Maintain A Temperature Between 41-86 °f. filters Must Be Biocompatible. statement Of Work wro 300 H Water Purification System va Maryland Health Care System baltimore, Md 02/06/2025 purpose: the Va Maryland Health Care System Is Seeking To Procure Six Wro 300 H Water Purification Systems And Six Ak98 Prefilter Kit/carbon Block Filter Kits For Dialysis Treatment Of Veteran Patients At The Baltimore Va Medical Center. The Current Ro Water Purification Systems Utilized In The Vamhcs Are No Longer Compatible With The New Dialysis Units Being Purchased. The Previous Dialysis Units Need To Be Replaced Due To A Recall For Overheating And Burnt Power Sources. If These Replacements Are Not Purchased, These Dialysis Units Will Soon No Longer Be Able To Be Utilized At The Vamhcs And Veterans Will Have To Travel To Another Facility For Proper Care. The Primary Function Of The Ro Water Purification System Is To Prevent Microbiological Build Up In The Dialysis Units That Have Extended Idle Periods. Each Ro System Will Come With A Baxter Ak98 Prefilter Kit/carbon Block Filter Kit That Provide The User With Starter Filters In The Ro System. This Procurement Will Account For Six Wro 300 H Water Purification Systems, Six Ak98 Prefilter Kit/carbon Block Filter Kits, Training Orientation On The Device, And An Energy Surcharge. Key Criteria Include The System Size, Peak Flow, Power Supply, Ph Tolerance, Drain Operation Time, And Pressure In The System. scope: the Contractor Shall Deliver And Install The System With All Specified Salient Characteristics. Only New Equipment Will Be Accepted. the Contractor Shall Provide Shipping, Transport, Installation, And All Equipment Necessary To Meet The Requirements And Capabilities Listed Within The Scope. the Contractor Shall Deliver The System To The Baltimore Va Medical Center. the Assembly And Validation Of The System Must Be Performed By A Vendor Service Trained Representative. the Contractor Is Responsible For Identifying Any Missing Parts Or Components Not Included In The Order For The Ro Systems To Be Successfully Installed And Validated To Their Full Potential. the Contractor Shall Include Accessories And Consumables That Have Been Detailed On The Provided Quotes. salient Characteristics: Please Note, All Items Listed Below Must Be Technically Equivalent To Or Exceed The Marcor Wro 300 H Water Purification System + Filter Kits. six (6) Wro 300 H Water Purification Systems (w3t577585) manufacturer: Marcor Purification model: Wro 300 H width Is No Greater Than 8.1 Inches And Can Go As Low As 7.3 Inches. depth Is No Greater Than 20.5 Inches And Can Go As Low As 15 Inches. height Is No Greater Than 22.2 Inches. weight Is No More Than 72.75 Lbs. feed Water Supply Input Rate Of At Least 0.8 Gpm. feed Water Supply Maintains Pressure No Less Than 20 Psi And No More Than 45 Psi. feed Water Supply Maintains A Temperature No Less Than 41â°f And No More Than 86â°f. product Water Output Must Have A Minimum Of 0.3 Gpm (1.1 L/min). product Water Output Must Run At A Temperature Of 50â°f (10â°c). product Water Must Product A Minimum Of 22 Psi Outlet Pressure. product Water Minimum Rejection Rate Of Total Salts Dissolved Must Be Greater Than 96%. product Water Minimum Rejection Rate Of Bacteria And Pyrogens Must Be Greater Than 99%. drain Operation Must Run At 0.32 Gpm With An Error No Greater Than Or Less Than (+) 0.03 Gpm. drain Peak Flow Must Be At Least 0.8 Gpm (3.0 L/min). reverse Osmosis Membrane Material Must Be Comprised Of Polyamide (film Composite). reverse Osmosis Membrane Must Contain A Spiral Wound Configuration. reverse Osmosis Membrane Must Be Able To Tolerate A Ph Range Between 2-11. heat Disinfection System Must Include A User-initiated Start And An Automatic System Option. chemical Disinfection System Must Have An Automatic Dilution System, Followed By A Rinse Feature. power Supply Main Voltage Must Have The Options To Be At Least 100, 115, Or 220-240 V. main Socket Power Supply Must Not Exceed 1500w With 100v, 1380w With 115v, And 1850w With 220-240v. programmable Auto-flushing Capabilities During Stand-by Periods. includes A Main Operators Switch. include A Disinfection Wand For Cleaning. prefilter And Carbon Block Filter Kits Include At Least One Prefilter For The Ro System. prefilter And Carbon Block Filter Kits Include At Least One Carbon Block Filter For The Ro System. prefilter And Carbon Block Filter Can Maintain A Temperature Between 41-86 °f. filters Must Be Biocompatible. six (6) Ak98 Prefilter Kit/carbon Block Filter Kits manufacturer: Baxter model: Ak98 devices Must Include At Least One Prefilter For The Ro System. devices Must Include At Least One Carbon Block Filter For The Ro System. devices Must Be Able To Maintain A Temperature Between 41-86 Degrees Fahrenheit. devices Must Be Biocompatible. accessories implementation And Installation installation And Validation Shall Be Included In The Procurement Cost And Shall Include But Not Limited To: assembly Of Devices And Validation. all Materials Required To Assemble The Ro Systems Shall Be Provided By The Contractor. the Contractor Will Deliver The Following Quantities Of The Ro Systems, Filter Kits, And Accessories To The Addresses Below: baltimore Va Medical Center, 10 North Green Street, Baltimore, Md 21201 six (6) Wro 300 H Water Purification Systems (w3t577585). six (6) Ak98 Prefilter Kit/carbon Block Filter Kits (w3t594453). accessories. the Vendor Will Assemble All Quantities Of The Ro System, Filters, Etc. it Will Be The Biomedical Engineering Staff S Responsibility To Provide The Cart For Ro System Install. biomedical Engineering Must Ensure The Ro System And Dialysis Unit Are Compatible And Verify That They Work Together. training the Contractor Shall Provide Onsite Training For All Vamhcs Staff That Requires Training. delivery the Contractor Shall Deliver Necessary Equipment To The Baltimore Facility As Required In The Quantities Specified Above. the Contractor Must Give Vamhcs Staff 3 Weeks Notice Of Shipment And Delivery Of The Ro Systems, Filter Kits, And Accessories. the Contractor Shall Deliver Equipment And All Items Required For Installation Only When The Site Is Ready For Installation To Proceed. the Contractor Shall Coordinate All Deliveries, Installation, And Parking Arrangements With The Cor. delivered Materials Will Arrive In Manufacturer S Original Sealed Containers With The Associated Purchase Order Number Listed On The Outside Of The Box. the Contractor Shall Conduct A Joint Inspection With The Cor Upon Delivery Of The Equipment And Shall Provide The Cor A List Of Missing Or Damaged Items Found Upon Inspection. the Contractor Shall Remove All Related Shipping Debris And Packing From The Vamhcs Facilities. inspection And Acceptance the Contractor Shall Conduct A Joint Inspection With The Cor Upon Delivery Equipment. the Contractor Shall Provide The Va Cor A List Of Missing And /or Damaged Items Found Upon Inspection And Have Those Items Replaced At No Cost To The Government. the Cor Shall Ensure All Work Is Completed Satisfactorily Prior To Acceptance. Disputes Shall Be Resolved By The Va Contracting Officer. deliverables operation And Maintenance Manuals deliver Compilation Of All Manufacturers Recommended Maintenance Schedules And Operation Materials Packaged Upon Delivery. Manuals Shall Be Made Available In An Electronic Format. operator Training onsite Education And Training By A Vendor Service Trained Representative Will Be Provided To Vamhcs Clinical Staff, Facilities And Engineering Staff, And The Biomedical Engineering Staff. The Scheduling Of Operator Training Shall Be Coordinated With The Vamhcs Clinical Staff After Delivery And Installation. protection Of Property the Contractor Shall Protect All Items From Damage. The Contractor Shall Take Precaution Against Damage To The Building(s), Grounds And Furnishings. The Contractor Shall Repair Or Replace Any Items Related To Building(s) Or Grounds Damaged Accidentally Or On Purpose Due To Actions By The Contractor. security Requirements the Contractor Must Have A Photo Id Available When Performing Work At The Va Medical Center And Be Willing To Present It To Va Staff. the Contractor Is Responsible For Providing Any Personal Protective Equipment (ppe) That Is Deemed Necessary To Complete Tasks Stated In This Requirement. the Contractor Must Follow The Va Maryland Health Care Systems Current Covid-19 Guidance For Entry To Any Medical Center Or Community Based Outpatient Clinic (cboc). warranty at A Minimum The Ro Systems Must Include A 1-year Warranty On All Parts And Labor At No Cost To The Government. Additional Years Are Highly Recommended As Added Value To The Government. the Warranty Shall Begin Upon Completion Of Validation Testing. warranty Shall Include Onsite Repairs And Over The Phone Support. contractor Shall Provide Routine Maintenance Service Program During Warranty Period. all Repairs Shall Be Performed By A Vendor Or Contractor Which Has Been Certified By The Vendor To Perform The Repairs. the Warranty Shall Include All Travel And Shipping Costs Associated With Any Warranty Repair.
Closing Date18 Feb 2025
Tender AmountRefer Documents 

Philippine International Convention Center Tender

Housekeeping Services
Philippines
Details: Description Request For Quotation Date: January 30, 2025 Rfq No. 2025-mc-62 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Inc. (picci), Through Its Bids And Awards Committee, Intends To Procure Supply Of Labor And Materials For The Cleaning Of Cistern Tanks At The Delegation Parking, Powerhouse And Forum, With An Approved Budget For Contract (abc) Of Four Hundred Thousand Pesos (₱400,000.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Service/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of _february 7, 2025_. A Copy Of The Following Shall Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; In Case The Mayor’s Permit Is Pending Renewal, Attach Proof Of Renewal I.e. Or/sales Invoice; B. Bir Registration Certificate; C. Philgeps Registration Number; D. Omnibus Sworn Statement; And E. Copy Of The Terms Of Reference Duly Signed On All Pages. Open Quotations May Be Submitted Manually Or Through Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2025-mc-62 Terms Of Reference I. Project Title: Supply Of Labor And Materials For The Cleaning Of Cistern Tanks At The Delegation Parking, Powerhouse And Forum Ii. Approved Budget For Contract (abc): Four Hundred Thousand Pesos (₱ 400,000.00), Vat Inclusive. Iii. General Scope Of Works: The Works Include The Supply Of All Materials, Tools, Labor, Equipment And Other Services Necessary For The Cleaning And Maintenance Of The Delegation, Powerhouse And Forum Cistern Tank. The Following Features Of The Work Shall Be Performed, But Not Limited To The Following: 1.0 General Requirements: 1.1 Mobilization Manpower, Tools, Materials And Equipment. 1.2 Securing Of Surety, Performance And Guarantee Bonds 1.3 Health And Safety Requirements - Personal Protective Equipment (ppe). All Workers Shall Wear Their Company Uniform. - The Contractor Shall Install Two (2) – Safety Signage, Same As The Picc Standard Signage, 22” X 32”, Printed In Sintra Board. Text To Be Provided By Picc. - The Contractor Shall Provide Necessary Safety Equipment Needed Like Exhaust System During Actual Cleaning. 1.4 Demobilization Manpower, Tools, Equipment, Including Hauling-out Of Debris. 2.0 Cleaning Of Cistern Tanks (delegation, Powerhouse And Forum) 2.1 Draining/pumping Of The Tank’s Water Residual Content To A Considerable Level To Facilitate Efficient, Effective And Economical Cleaning System. Draining Should Be Properly Coordinated So That All Water To Be Re-use Or For Watering The Plants. 2.2 Provide Submersible Pumps With Hose, High Pressure Washer, Exhaust Ventilation Units, Ladders And Lights. 2.3 Brushing And Scraping Of Slime, Scales And Other Sedimentary Deposits At The Tanks Bed And Laterals (wall Chambers). 2.4 De-rusting Of Equalizing Pipe, Supply Lines, Domestic Pumps Suction Lines Inside The Tank. Manhole Steel Covers Should Be De-rusted/repainted With Primer And Final Coated With Qde. 2.5 Mixing/stirring Of Water With Loose Dirt/scales And Slime For Siphoning. 2.6 Manual Cleaning Of Left-over Dirt (cannot Be Pumped-out). 2.7 Rinsing The Tanks Inner Walls With Plain Water Using High Pressure Washer (first Stage). 2.8 Rinsing The Tank With Chlorinated Water Of Higher Concentration Than Maynilad To Effect Safe Sanitation On The Tanks Inner Wall Using Higher Pressure Washer. 2.9 Neutralizing The Tanks Chemical Toxity To Safest And Most Acceptable Level By Re-washing Or Further Rinsing With Plain Water. 2.10 Testing And Commissioning. Testing Shall Be Done By Taking Samples Of Water For Testing On Approved Water Testing Laboratories For Bacteriological And Physicochemical Analysis Of Drinking Water. If The Result Of Water Testing Failed, Same Procedure Of Cleaning Shall Be Done Before Testing Is Again Administered. Result Of Water Testing Shall Be Submitted A Week After Refilling The Cistern Tank Or The Soonest Possible Time. 3.0 Repainting Of The Manhole Cover Of The Delegation, Powerhouse And Cistern Tanks With Top Coat Of Elastomeric Paint. 4.0 Repainting Of The Exterior Wall Of The Power House And Forum (including Generator Set And Pressure Tank Room) Cistern Tank. Use Semi-gloss Latex Paint. 5.0 Application Of Sealant For All Manhole Covers. Sealant To Be Used Shall Be Moisture-curing And Elastic Joint Sealant. 6.0 Restoration Of All Affected Areas (perimeter Of Cistern Tanks) 7.0 Cleaning And Hauling Out Of All Garbage. Iv. General Conditions: A. Interpretation 1. The Contract Documents, Specifications And Drawings Are Mutually Complimentary. What Is Noted In One Although Not Shown In Other Shall Be Considered Contained In All, In Case Of Conflict. The Specifications Shall Prevail Over The Drawings. The Documents Forming The Contract Shall Be Interpreted In The Following Order Of Priority: A. Contract/construction Agreement B. Contractor’s Bid C. Special Conditions Of The Contract D. Specifications E. Drawings F. Bill Of Quantities G. Any Other Document Listed In The Special Conditions Of The Contract As Forming Part Of The Contract. 2. The Contractor Shall Examine All The Issued Documents Relating To The Work And Must Have Verified All The Existing Conditions At The Site. No Considerations Will Be Given For Any Alleged Misunderstanding Of Misinterpretations Of The Specifications And Materials To Be Used Or Work To Be Done. 3. All Works Should Be Properly Coordinated With Picc Representative/bsd Project-in-charge. 4. All Cleaning System (excluding Of Water Pumping) Should Be Done Manually And Avoid Too Much Vibration Causing Work Process That Can Be Detrimental Effect To The Concrete Walls And Bed. Furthermore, All Chemicals To Be Used For The Cleaning And Sanitizing Works Should Have Been Tested/proven Safe For Such Application In The Industry, And For Approval Of The Picc Project-in-charge. 5. The Tank Should Be Inspected By The Project-in-charge Or His Authorized Representative To Determine Its Condition And Readiness For The Refilling. The Interior Wall Should Be Thoroughly Cleaned, Sanitized And Well Rinsed Prior To Re-watering Or Refilling. 6. Work Completion Time Should Be Religiously Followed By The Contractor. 7. Cost Of Re-work/restoration On Damage/s Due To Contractor’s Poor Workmanship Or Negligence Should Be Done By The Contractor. 8. The Contractor Should Free Picc From Any Problem, Legal Suit/s Or Whatsoever That May Arise Or Claims Or All Of The Personnel Employed By The Contractor Of The Project. 9. For Suppliers And Contractors With On-going Deliveries Of Projects At The Picc Who Had Incurred Late Deliveries Or Negative Slippage In Their Activities Or Were Rated “unsatisfactory” In Their Previous Performance Are Not Qualified To Join In This Bidding. B. Possession Of Site 1. The Contractor Admits That He Has Inspected The Site Where The Work Will Be Performed; That He Has Informed Himself Fully As To The Conditions Which Might Affect The Nature, Extent And Cost Of The Work Required; That Picc Shall In No Way Be Responsible For Any Additional Costs Or Expenses Which May Develop On Account Of Failure Of The Contractor To Make Accurate Examination Of Present Or Future Factors Attendant To The Execution. 2. Tapping Of Equipment And Other Related Works Shall Be Properly Coordinated With Picc’s Representative For Provision Of Electrical Power. 3. The Picc Shall Designate A Specific Area To Be Used By The Contractor As Temporary Facilities/storage Area/administration Area In Connection With The Project. The Contractor Must Submit Layout Of The Mentioned Temporary Facilities And Must Be Approved By The Picc Management. 4. The Picc Shall Allow The Contractor To Tap From The Existing Electrical Connections To Be Used In The Latter’s Temporary Facilities, For This Purpose, The Picc Shall Install A Sub-meter Which Was Provided By The Contractor For Power Consumptions And Shall Be Billed Accordingly. C. Contractor’s Obligation 1. The Contractor Shall Perform All Works Necessary To Fully Accomplish The Project. 2. A Joint Inspection Must Be Conducted By The Contractor And Picc Representative, On The Specific Works To Be Done For This Project. 3. The Conractor Is Required To Inspect And Examine The Site And The Surroundings Of The Project To Arrive At An Estimate Of The Labor, Materials, Equipment, Facilities And Services Necessary To Carry Out The Works. 4. The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Program Of Work Submitted By The Contractor, As Updated With The Approval Of Picc Representative And Complete Them By The Intended Completion Date. 5. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor’s Equipment, Which May Be Required. 6. The Contractor Shall Be Liable To All Fire And Accident Claims And Other Related Claims Arising From The Injuries And Damage, Which Occurred In The Vicinity. 7. The Contractor Shall Free The Picc And Its Personnel From And Against All Liability For Damages Arising From Injuries Or Liabilities To Persons Or Damages To Property Occasioned By Any Act Of Omissions Of The Contractor Including Any And All Expenses Which May Be Incurred By Picc And Its Personnel In The Defense Of Any Claim, Action Or Suit. 8. Any Work That May Affect The Operation, Security And Image Of The Center Shall Be Coordinated Properly With Picc Representative And Shall Be Done In Accordance With The Center’s Approved Schedule. 9. Cost Of Rework And Restoration Of Damaged Properties Due To Contractor’s Poor Workmanship Or Negligence Shall Be Borne By The Contractor. 10. The Contractor Must Submit List Of Personnel Assigned To The Project Including Their Nbi Clearances/barangay Clearance Before Commencing The Above Scope Of Works. D. Warranty The Warranty Shall Be One (1) Year Reckoned From The Date Of Final Turn-over And Acceptance. E. Terms Of Payment 1. Full Payment Shall Be Made Upon Completion Of The Project And Will Be Process Upon Submission Of The Following Documents: A. Letter Request Of The Contractor For The Release Of Payment. B. Work Accomplished As Validated And Certified By Picc’s Representative. C. Photographs Of Work Accomplished. D. Invoice E. Bacteriological Analysis And Physicochemical Test. 2. Full Payment Shall Be Subject To Five Percent (5%) Of The Contract Amount As Retention Money. The Total “retention Money” Shall Be Due For Release Upon Final Acceptance Of The Works. 3. The Picc Representative Shall Check The Contractor’s Request For Payment And Certify The Amount To Be Paid To The Contractor As Progress Payments. Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 4. Picc Shall Pay The Contractor The Amounts Certified By Picc’s Representative Within Twenty-eight (28) Calendar Days From The Date The Request For Payment Is Evaluated And Approved. No Payment Interest Shall Be Made For The Delayed Payments And Adjustments. F. Contractor Qualification 1. The Contractor Shall Be Pcab Licensed With A Classification Of General Building, “d” Category With At Least Three (3) Years’ Work Experience In Cleaning Of Cistern Tanks. 2. The Minimum Work Experience Required For Key Personnel: Key Personnel Relevant Experience 1 – Project Engineer License Civil Engineer/ Architect Must Have At Least Three (3) Years’ Experience As Supervisor Of Civil Works. 1 – Full Time Safety Officer Minimum Of Three (3) Years’ Work Experience As Safety Officer/practitioner. Must Have Certificate Of Employment As Safety Officer And Certificate Of Training In Occupational Safety And Health From Dole Or Any Dole Accredited Training Institution. 3. The Minimum Major Equipment Required For The Project Are The Following: Item No. Number Of Units Description Of Equipment 1 2-units 5hp Sump Pump G. Workmanship The Work Throughout Shall Be Executed In The Best And Most Thorough Manner To The Satisfaction Of Picc And Its Engineers And Supervisors Who Will Jointly Interpret The Meaning Of The Scope Of Work And Its Conditions And Shall Have The Power To Reject The Work, Method Of Accomplishing Every Part Of Work And Material Used Which In Their Judgement Are Not In Full Accordance Therewith And Are Disadvantageous To Picc. H. Schedule Of Work Schedule Of Cleaning Shall Be During Holy Week For The Delegation And Powerhouse Cistern Tanks. The Forum Cistern Tank Shall Be Scheduled Just After The Holy Week. Note: Delays Due To Work Stoppage Ordered By Picc Shall Not Be Counted Against The Set Completion Date. I. Liquidated Damages In Case Of Delay In The Completion Period Inclusive Of Duly Granted Time Extensions, If Any, The Contractor Shall Be Liable For Damages And Shall Pay The Picc For Liquidated Damages In An Amount Equivalent To At Least One (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Services For Everyday Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Award Without Prejudice To Other Courses Of Action And Remedies Open To It. V. General Conditions Of The Contract: 1. All Prices Quoted Herein Are Valid, Binding And Effective For One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. The Contractor Shall Be Responsible For The Source(s) Of His Services/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. The Contractor Shall Pick Up Rs And Ntp Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Rs Remain Unclaimed, The Said Rs Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Service Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Services Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Services. Thereafter If Awardee Has Not Completed Delivery Of Services Within The Extended Period, The Subject Rs & Ntp Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The Picc-bac Shall Then Purchase The Required Services From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Services By The Contractor Shall Be Subject To Inspection And Acceptance By The Picc. 6. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of Services/works Shall Be Deducted For Each Day Of Delay Including Sundays And Holidays In The Delivery Of The Services. 7. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.
Closing Date7 Feb 2025
Tender AmountPHP 400 K (USD 6.8 K)

Municipality Of San Agustin, Isabela Tender

Healthcare and Medicine
Philippines
Details: Description Lot 1: Abc - 370,000.00 1.) 100 Box Carbamazepine 200mg/tablet, 100s / Box 2.) 10 Box Risperidone 2mg/tablet, 100s/ Box 3.) 5 Box Diphenhydramine 50mg/capsule, 100s / Box 4.) 10 Box Olanzapine 10mg/tablet, 100s / Box 5.) 5 Box Clonazepam 2mg/tablet, 100s / Box 6.) 10 Box "divalproex Sodium (sodium Valproate + Valproic Acid) 500 Mg Tablet , 100s / Box" 7.) 10 Box Escitalopram 10mg/tablet, 100s / Box 8.) 5 Box Sertraline 50mg/tablet, 100s / Box 9.) 5 Box Phenytoin 100 Mg Capsule, 100s / Box 10.) 100 Box Sterile Gauze Swab 4x4, 8 Ply 28x24 Mesh, 100s / Box 11.) 100 Box Cefuroxime 500mg/tablet 10's/box 12.) 200 Box Co-amoxiclav (amoxicillin + Clavulanic Acid) 500 Mg + 125 Mg Tablet, 14 Per Box 13.) 80 Box Montelukast 10mg/tablet 100's/box 14.) 100 Box Cetirizine 10mg/tablet, 100's Per Box 15.) 50 Boxes Aluminum Hydroxide + Magnesium Hydroxide 200mg + 100mg Tablet, 100 Per Box 16.) 50 Boxes Omeprazole 20mg/capsule, 100s /box 17.) 10 Boxes Omeprazole 40mg/capsule, 100s /box 18.) 100 Boxes Chlorphenamine Maleate 1m + Phenylephrine 5mg Per 5ml Syrup, 60ml 19.) 50 Box Clindamycin 300mg/capsule, 100s/box 20.) 25 Boxes Betahistine 16mg /tablet, 100tablets/ Box 21.) 10 Boxes Betahistine 8mg/tablet 100tablets/box 22.) 50 Boxes Ambroxol 30mg/tablet, 100s / Box 23.) 10 Boxes Hyoscine 10mg/tablet, 100s Per Box 24.) 5 Boxes Colchicine 500mcg/tablet, 100s / Box 25.) 10 Boxes Tranexamic Acid 500mg/tablet, 100s Per Box Lot 2: Abc - 375,000.00 1.) 300 Bottles Ascorbic Acid + Zinc Syrup 100mg/5ml, 60 Ml 2.) 50 Bottles Zinc Syrup (equiv To 20mg Elemental Zinc/5ml), 60 Ml 3.) 100 Bottles Zinc Drops (equiv To 10mg Elemental Zinc/ml), 15ml 4.) 200 Box Ambroxol Syrup 15mg/5ml, 60ml Syrup 5.) 200 Box Ambroxol Drops 6.5mg/ml Drops 6.) 100 Bottle Cefalexin 250mg/5ml Suspension, 60ml 7.) 100 Bottle Cefalexin 100mg/ml Drops, 10ml 8.) 100 Bottles Cefuroxime 250mg/5ml Suspension, 120ml 9.) 100 Bottle Co-amoxiclav (amoxicillin + Clavulanic Acid) 200 Mg + 28.5 Mg/5 Ml, 70 Ml Oral Suspension Bottle 10.) 350 Bottle Co-amoxiclav (amoxicillin + Clavulanic Acid) 400 Mg + 57 Mg/5 Ml, 70 Ml Oral Suspension Bottle 11.) 200 Bottle Cetirizine 5mg/5ml Syrup, 60ml 12.) 200 Bottle Cetirizine 2.5mg/ml Drops, 10ml 13.) 30 Box Montelukast 5mg/tablet, Chewable 100s / Box 14.) 50 Bottleprednisone 10mg/5ml Syrup, 60ml 15.) 475 Box Paracetamol 250mg/5ml, 60ml Bottle 16.) 300 Bottle Lagundi [vitex Negundo L. (fam. Verbenaceae)] 300 Mg/5 Ml, 60 Ml Syrup Bottle 17.) 50 Tubes Mupirocin 2%, 15g Ointment Tube 18.) 50 Tubes Miconazole 2%, 15g Topical Cream 19.) 50 Bottle Procaterol Syrup 5mcg/ml, 60ml 20.) 50 Bottles Dicycloverine Syrup 10mg/5ml, 60ml Bottle 21.) 50 Bottles Domperidone 5mg/5ml, 60ml Bottle 22.) 50 Bottles Sodium Valproate 200mg/5ml Syrup, 100ml/bottle 23.) 100 Box Salbutamol Nebules 2.5mg/2ml, 30s/box 24.) 100 Box Salbutamol + Ipratropium Br Nebules 2mg/2ml, 30s/box Lot 3: Abc - 270,000.00 1.) 10 Box Methyldopa 250mg/tablet 2.) 200 Box "ferrous Salt + Folic Acid 60 Mg Elemental Iron + 400 Mcg Film Coated Tablet, 100s Per Box" 3.) 200 Box Na Ascorbate + Zinc Tablet, 100s Per Box 4.) 300 Box Prenatal Multivitamins Capsule, 30s / Box 5.) 10 Box Isoxsuprine 10 Mg Tablet, 100s / Box 6.) 200 Box Cefuroxime 500mg/tablet 10's/box 7.) 2 Pieces Portable Fetal Doppler 8.) 2 Pieces Pulse Oxymeter 9.) 2 Set Stethoscope - Double - Head With Raised Stem, Soft Ear Tips, With Id Name Tag And Chest Piece Rim, Chill Free, Color Gray 10.) 2 Set Aneroid Shygmomanometer, Luminous Gauge, Adult Inflation System, Cotton Cuff With Zipper Case 11.) 6 Tubes Lubricant Tube 150g (ky Jelly) Lot 4: Abc - 57,000.00 1.) 5 Box Tranexamic Acid 100mg/ml, 5ml Ampoules, 10 Ampoules Per Box 2.) 5 Box Atropine 1 Mg/ml, 1 Ml Solution For Injection Ampule, 10 Ampoules Per Box 3.) 10 Ampules Calcium Gluconate 10ml/ampule 4.) 1 Box Dexamethasone 2mg/ampule, 10s Per Box 5.) 1 Box Epinephrine 1mg/ml Ampule, 10s Per Box 6.) 10 Bottles Lidocaine 50ml/bottle 7.) 1 Box Diphenhydramine 25mg/ampule, 10s Per Box 8.) 1 Box Phytomenadione Ampule 10s Per Box 9.) 10 Bottles Magnesium Sulfate 250mg/ml, 20ml Per Bottle 10.) 200 Pieces Iv Cannula With Wings And Injection Port 20g 11.) 20 Pieces Iv Cannula With Wings And Injection Port 28g 12.) 4 Packs Iv Infusion Set With Airvent, Macro, 25 Sets/ Pack 13.) 10 Liters Ivf D5lr, 1l 14.) 50 Boxes Sterile Gauze Swab 4x4, Single, 100s 15.) 5 Packs Maternity Pad, 8 Pads Per Pack 16.) 5 Gallons Povidone Iodine 17.) 10 Rolls Autoclave Tape 1inch, Roll 18.) 1 Set Delivery Instrument Set (nsd) With Sterilizing Metal Tray Lot 5: Abc - 91,000.00 1.) 25 Boxes Isoniazid + Rifampicin 75 Mg + 150 Mg Tablet, 24 X 14 Tablets / Box Lot 6: Abc - 325,000.00 1.) 100 Bottles 70% Isopropyl Alcohol With Pump Dispenser, 1000ml / Bottle 2.) 50 Gallons 70% Isopropyl Alcohol, 1 Gallon 3.) 100 Bottles Antibacterial Handwashing Liquid Soap, 1000 Ml 4.) 300 Boxes Facemask Disposable Non - Woven, 3ply With Earloop, 50 Pieces Per Box 5.) 5 Bottles Activated Glutaraldehyde Solution 5 Liters With Liquid Activator (aidex), 5 Liters Per Bottle 6.) 5 Bottles Disinfectant Concentrate Solution, 5l 7.) 300 Boxes Co-amoxiclav (amoxicillin + Clavulanic Acid) 500 Mg + 125 Mg Tablet, 14 Per Box 8.) 20 Boxes Montelukast 10mg/tablet 100's/box 9.) 200 Boxes Cetirizine 10mg/tablet, 100's Per Box 10.) 5 Boxes Diphenhydramine 25mg/capsule, 100's/box 11.) 10 Boxes Prednisone 10mg/tablet, 100's/box 12.) 50 Boxes Lagundi [vitex Negundo L. (fam. Verbenaceae)] 600 Mg Tablet, 100s / Box 13.) 50 Boxes Lagundi [vitex Negundo L. (fam. Verbenaceae)] 300 Mg Tablet, 100s / Box 14.) 50 Boxes Acetylcysteine 600mg Effervescent Tablet, 10s / Box 15.) 50 Boxes Azithromycin 500mg/tablet, 3s Per Box 16.) 50 Boxes Cefalexin 500mg/capsule, 100s Per Box 17.) 4 Boxes Disposable Syringe 5cc(terumo) 100 Pieces Per Box 18.) 4 Boxes Disposable Syringe 1cc(terumo) 100 Pieces Per Box 19.) 6 Boxes Sterile Surgical Gloves, 6.5size, 50 Pairs Per Box Lot 7, 8 & 9: Abc - 200,000.00 Lot 7: 1.) 30 Kits Clean Delivery Kits ** 1 Bar Germicidal Soap ** 2 Pairs Surgical Gloves Size M,l ** 1 Pc Single Edged Disposable Razor Blades ** 1 Pcsterile Plastic Umbilical Cord Clamp ** 2 Pc Disposable Plastic Drawsheet Non Woven ** 1 Pc Disposable Resealable Plastic/vinyl Bag With Magic Strap With Lgu San Agustin Logo And Drrmh Logo ** 1 Bottle Feminine Wash 50-60ml/bottle ** 1 Bottle Baby Liquid Soap 100ml/bottle ** 1 Pack Cotton Balls, 50 Balls ** 1 Pack Newborn Diaper X 4 ** 1 Roll Tissue 2ply ** 1 Pcs Cotton Towel Lot 8: 1.) 16 Kits Emergency Go Bags For Responders *1 Multipurpose Back Pack With Side Pocket And Front Pocket, Zippered With San Agustin Logo And Drrm - H Logo, 11x5x17 Inches Dimension *1 Toiletries Set Inclusion: 1 Adult Toothbrush, 1 Toothpaste 70g/tube, 1 Mouthwash 60ml/bottle, 1 Pack 10pcs Sanitary Napkin, 1 Soap, 6 Sachet Shampoo, 6 Sachet Conditioner, 1 Bottle Insect Repellant 50ml *1 First Aid Kit Set Inclusion: 1 First Aid Kit Pouch With Lgu San Agustin And Drrmh Logo, 1 Box Band Aid 25pcs Plaster Strips, 5pcs Sterile Gauze 4x4, 1 Micropore Tape, 1 Povidone Iodine 60ml, 1 Mupirocin Ointment 5g **1 Piece Laminated Instruction Guide For First Aid Kit *1 Survival Kit Set Inclusion: 1 Pocket Knife With Can Opener, 1 Small Flashlight, 1 Whistle, 1 Match, 1 Static Utility Rope With Hook And Loop 10mm X 10m *1 Ppe Set Inclusion: 1safety Goggles, 1 Pack Kn95 Mask 10pcs, 1 Rain Poncho, 5 Pcs Surgical Gloves *1 Food Pack Set Inclusion: 3 Cans Vienna Sausage, 6 Pcs Crackers, 6 Pcs 3 In 1 Coffee, 1 1.5l Water, 5 Pieces Ziplock 2.) 10 Ppcs Safety Hard Hat, Orange 3.) 10 Pcs Rubber Boots Lot 9: 1.) 20 Tubes Sulfur Ointment (silver Sulfadaizine 10mg/g, 1% Cream), 15g 2.) 30 Tubes Mupirocin Ointment 2% Topical Cream, 15g 3.) 20 Tubes Miconazole 2%, Topical Cream 20mg/g, 10g 4.) 50 Boxes Gauze Swab, 40's 24 X 28 Mesh, 8 Ply Of 4" X 4", 100 Sterile Pads Per Box 5.) 5 Boxes Plaster Strip, 100 Pcs/box 6.) 40 Rolls Cotton Roll 400grams 7.) 25 Bottles Povidone Iodine 10% Solution, 1l 8.) 5 Boxes Ats (tetanus Antitoxin) 1500 Iu / 0.7ml Ampule, 10 Ampules/box 9.) 10 Boxes Tongue Depressor, Wooden, Individually Packed Sterile, 50 Pieces Per Box, 10.) 10 Pieces Penlight 11.) 10 Sets Stethoscope - Double - Head With Raised Stem, Soft Ear Tips, With Id Name Tag And Chest Piece Rim, Chill Free, Color Gray 12.) 10 Pieces Thermometer, Digital 13.) 10 Sets Aneroid Shygmomanometer, Luminous Gauge, Adult Inflation System, Cotton Cuff With Zipper Case 14.) 5 Boxes Elastic Bandage - 2 Metal Locked, Width 4 Inches, Length Unstretched 60 Inches Or 5 Foot Ruler, Permanent Strong Compression Bandage With High Stretch For Controllable Compression With Selvedges And Fixed Ends, Made Of Poly Cotton, Individually Packedm 10 Pieces Per Box 15.) 25 Bottles Hydrogen Peroxide 3% Solution, 120 Ml 16.) 23 Bottles Alcohol, Ethyl 70% Topical Solution, 1 Gallon/bottle 17.) 5 Pieces Led Torchlight Rechargeable ** For Drugs & Medicines, Expiry Date Should Be 2 To 3 Years From Date Of Delivery * Fda Approved * Price Offer Must Include All Applicable Taxes # Determination Of Winning Bid Shall Be The Lowest Or Single Calculated Responsive Bid For The Total Of The 9 Lots. Prospective Bidders Should Have Experienced An Undertaking Similar To The Abovementioned Project With An Amount Of At Least 50% Of The Abc. The Eligibility Check / Screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass Or Fail” Criteria. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least (60%) Interest Of Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Organization Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bid Conference, Bid Evaluation, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of Ra 9164 And Its Revised 2016 Irr-a. Failure To Submit The Required Document Under The Bidding Documents Or The Submission Of A Document Which Does Not Comply With The Legal Formalities, Shall Be Rated “failed” The Local Government Unit Of San Agustin, Isabela Reserves The Right To Reject Any Or All Bids, Waive Any Required Formality And Award The Contract To The Bidder Whose Proposal Has Been Evaluated By The Bac As The Most Advantageous To The Local Government Unit And The Right To Confiscate The Bid Bond And/or Pursue Appropriate Legal Action Should The Winning Bidder Refuse To Accept The Award. Further, The Local Government Unit Of San Agustin, Isabela Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidder For Any Expense Or Loss That They May Incur In This Undertaking Nor Does It Guarantee That An Award Will Be Made.
Closing Date13 Feb 2025
Tender AmountPHP 1.6 Million (USD 29 K)

City Government Iligan Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through Special Educational Fund Intend To Apply The Sum Of P 4,830,913.32 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City With Project No. Cb(b)-24-130 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City •general Requirements -pennits & Clearances; -installation Of Project Billboard,2 Sets; -occupational Safety & Health Program; •clearing & Grubbing -cutting Of Trees; •earthworks -excavation For Foundation, Tie Beam, Wall-footing , Zocalo, Septic Vault, Concrete Storage, Stairs Foundation & Grease Trap; -backfilling & Compaction For The Slab On Grade; -gravel Bedding For Foundation , Tie Beam, Wall-footing , Slab On Grade, Zocalo, Septic Vault , Concrete Storage, Stairs Foundation & Catch Basin; •concrete Works, Forms & Scaffoldings -concrete Pouring For Foundation , Columns, Tie Beam, 2nd & 3rd Floor Beams, Suspended Slab, Roof Beams , Cantilever Beams, Slab On Grade, Wall-footing (foundation) , Zocalo (foundation) , Septic Vault Flooring (top & Bottom), Concrete Storage (foundation), & Catch Basin Flooring; •masonry Works -installation Of 4" X 8" X 16" Concrete Hollow Blocks (chb) For Wallings At Ground Floor, Balcony (2nd Floor) , Parapet,wall-footing ,septic Vault, Catch Basin, Concrete Storage & Zocalo, W/plaster Finish,& Smooth On Expose Areas; -using 10mmø X 6m Deformed Steel Bars Wf#.16 G.i Tie Wire; And Vertical Spaced @600mm O.c & For Horizontal, Every @3rd Layer; •steel Reinforcement -using 10mmø, 12mmø, 16mmø & 20mmø Deformed Steel Bars Wf#.16 G.i Tie Wire; •paint Works & Finishes; -skim Coating Only For All Wallings At Ground Floor Only; •steel Works -fabrication & Installation Of 50mm X 50mm X 6mm Thk., 38mm X 38mm X 6mm Thk., 38mm X 38mm X 4.smm Thk ., 25mm X 25mm X 4.smm Thk., 25mm X 25mm X 2mm Thk. Angle Bar,25mm X 25mm X 3/16" Thk. Angle Bar, 25mm X 3/16" Thk. Flat Bar. 2" X 4" X 1.smm Thk. C-purtins W/ 10mmø Dsb Sagrods, 12mmø Turnbuckle & Cross Brace; 10mmø Anchor Bolt,epoxy Primer; -installation Of Stainless Steel Square Tube Railings- Grade 304 For Stairs & Balcony; •tinsmithry Works -installation Of 0.4mm Thk. Colored Roof Long-span Rib Type,0.4mm Thk. Pre-fab End Flashing, 0.4mm Thk. Pre-fab Fascia Cover,& 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type W/complete Accessories ; •electrical Works ; -electrical Works At Ground Floor, & Provisions; •plumbing Works; -installation Of Plumbing Fixtures At Ground Floor Only; -installation Of 3"ø Pvc Pipe For Downspout W/ G.i Basket Strainer, Pvc Pipe Clip W/complete Accessories ; -provision Of Pvc & G.i Pipes For 2nd Floor & 3rd Floor Fixtures; I. Permits And Clearance (q = 1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)-6 Sets Of Plans. Ii. Construction Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Iii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 2"x 8' Coco Lumber, 2"x 2"x 10' Coco Lumber, 2"x 2"x 14' Coco Lumber, Assorted Sizes C.w Nails. Iv.mobilization & Demobilization (q = 1.00 Lot) V.clearing And Grubbing (q = 1.00 Lot) Vi. Earthworks (q = 147.48 Cu.m) Includes Volume To Be Excavated, Volume To Be Backfilled, Pit Run Soil/earthfill (backfilling Suitable Materials), Gravel Bedding (1-1/2"ø). Vii. Concrete Works, Formworks And Scaffoldings (q = 75.99 Cu.m) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, Assorted Sized Coco Lumber, Assorted Sized C.w Nails. Viii. Masonry Works (q = 284.81 Sq.m) Includes 4" X 8" X 16" Chb, Portland Cement, Washed Sand, 10mm Dia. X 6m Dsb, #16 G.i Tie Wire. Ix.steel Reinforcements (q = 16,429.80 Kgs.) Includes 10mm Dia. X 6m Dsb, 12mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 20mm Dia. X 6m Dsb, #16 G.i Tie Wire. X.steel Works (q = 2,034.40 Kg/s) Includes 50mm X 50mm X 6m X 6mm Thk. Angle Bar- 16pcs, 38mm X 38mm X 6m X 4.smm Thk. Angle Bar- 20pcs, 38mm X 38mm X 6m X 6mm Thk. Angle Bar- 23pcs, 25mm X 25mm X 6m X 4.5mm Thk. Angle Bar- 24pcs, 25mm X 25mm X 6m X 2.0mm Thk. Angle Bar- 7pcs, 1" X 1" X 6m X 3/16" Thk. Angle Bar- 4pcs, 25mm X 6m X 3/16" Thk. Flat Bar- 3pcs, 50mm X 100mm X 6m X 1.5mm Thk. C-purlins- 20pcs, 12mmø X 6mm Plain Bar Cross Brace- 8pcs, 12mmø Turnbuckle, Sagrods-10mmø X 6mm Dsb- 18pcs, 10mmø Anchor Bolt (l-type), Welding Rod (6011), 2" X 3" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, 2" X 2" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, Stainless Welding Rod (1.60mm), Epoxy Primer, 4" Paint Brush, 4"ø Cutting Disc, 4"ø Grinding Disc, Assorted Sand Paper. Xi.tinsmithry (q = 80.73 Sq.m) Includes 0.4mm Thk. Colored Roof Long Span Rib Type, Pre-fab Colored End Flashing (0.4mm Thk. X 8'), 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type, Pre-fab Colored Fascia Cover (0.4mm Thk. X 8'), Sealant, Teksrew, Blind Rivets (1000pcs/box), Riveter, Aviation Metal Snip Scissor. Xii. Paint Works & Finishes (q = 388.99 Sq.m) Includes Skim Coat, Sand Paper. Xiii. Electrical Works (q = 1.00 Lot) Includes 2.0mm2 Thhn Stranded Copper Wire, 3.5mm2 Thhn Stranded Copper Wire, 8.0mm2 Thhn Stranded Copper Wire, 14.0mm2 Thhn Stranded Copper Wire, 38.0mm2 Thhn Stranded Copper Wire, Pvc Conduit 15mm, Pvc Elbow 15mm, Junction Box 4x4", Utility Box 2x4", Pvc Conduit 20mm, Pvc Elbow 20mm, Emt Conduit 32mm, Emt Coupling 32mm, Service Entrance Cap 32mm, Secondary Rack With 2 Spool, Duplex Convenience Outlet, Airconditioning Outlet, Single Gang Switch With Led Indicator 230v, Two Gang Switch With Led Indicator 230v, Three Gang Switch With Led Indicator 230v, Single Gang Three Way Switch With Led Indicator 230v, Led Panel Light Recessed Round Type 18w (230v), Led Panel Light 30x60 24w (230v Daylight), Led Panel Light 30x30 18w (230v), Circuit Breaker 2 Pole 15at (230v Plug In Type), Circuit Breaker 2 Pole 20at (230v Plug In Type), Circuit Breaker 2 Pole 60at (230v Plug In Type), Electrical Panelboard 10 Holes 8 Branches Plug In Type, Mccb 125 At 2 Pole 230v, Enclosure For 125 At Mccb, Solvent Cement 100cc, Minor Electrical Peripherals. Xiv. Plumbing Works (q = 1.00 Lot) Includes 6" Dia. X 10' Pvc Pipe S-1000, 4" Dia. X 10' Pvc Pipe S-1000, 4" Dia. Pvc Sanitary Tee (s-1000), 4" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 4" Dia. Pvc Elbow 1/8 Bend (45 Deg.), 4" Dia. Pvc Coupling, 4" Dia. Pvc Clean Out W/adapter & Plug, 4" X 2" Dia. Pvc Coupling Reducer, 4" Dia. Pvc Cross Tee, 3" Dia. X 10' Pvc Pipe S-1000, 3" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 3" X 2" Dia. Pvc Coupling Reducer, 3" X 2" Dia. Pvc Wye, 3" Dia. Pvc Elbow 1/8 Bend (45 Deg .), 3" Dia. Pvc Clean Out W/adapter & Plug, 3" Dia. Pvc Sanitary Tee (s-1000), Pvc Pipe Strap/clip, Bolt (54pcs), Nut (54pcs) And Washer (54pcs), 2" Dia. X 10' Pvc Pipe S-1000, 2" Dia. Pvc Tee, 2" Dia. Pvc P-trap, 2" Dia. Stainless P Trap, 2" Dia. Pvc Elbow 1/4 Bend (90 Deg.), Pvc Cement (400cc), 1/2" Dia. X 20' G.i Threaded Pipe Water Supply Line, 1/2" Diam. G.i Threaded Pipe Elbow (90deg.), 1/2" Diam. G.i Threaded Pipe Tee, 1/2" Diam. G.i Threaded Union Patente, G.i Basket Strainer, 4" X 4" Stainless Floor Drain, Water Closet W/complete Fittings/accessories-heavy Duty, Lavatory -heavy Duty, Faucet W/complete Accessories-heavy Duty, Teflon Tape (3/4" X 10m). Approved Budget For The Contract (abc): P 4,830,913.32 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Eighty (180) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2.pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3.submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-130 (ceo-infra)
Closing Date7 Jan 2025
Tender AmountPHP 4.8 Million (USD 83.2 K)

City Government Iligan Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund-20% / Dev. Fund, Intend To Apply The Sum Of P 1,622,577.91 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City With Project No. Cb(b)-25-002 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City General Requirements • Installation Of Project Billboard • Occupational Safety And Health Program • Mobilization And Demobilization Removal Of Structures And Obstruction • Remove And Replace Ceiling Board At Abtc And Roof Eaves • Demolish Chb Wall Partition At Utility Access And Female Toilet • Remove And Replace Doors And Jambs • Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02 • Demolish Plant Box At Receiving Area For Stairs Earthworks • Excavation Work For Pedestal Footings • Gravel Bedding For Pedestal Footings • Backfilling Of Common Soil Using Excavated Soil Must Be Compacted Layer By Layer Concrete Work, Formwork & Scaffolding • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Sputum Collection At Injection Area And Laboratory Steel Reinforcements • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Masonry Wall Reinforcement • Sputum Collection At Injection Area And Laboratory Steel Works • Rectangular Tube 50 X 75 X 1.2mm For Purlins At Waiting Area And Receiving Area • Rectangular Tube 50 X 100 X 1.2mm For Rafter And Column At Waiting Area And Receiving Area Masonry & Plastering Works • 100mm Thk. Chb Wall Partition For Counseling Room • 100mm Thk. Chb Wall For Additional Pwd Toilet, Female Toilet And Sputum Collection Ceiling Works • Replace Ceiling Board At Tb Dots/ Is Dots With 4.5mm Thk. Fiber Cement Board • Replace Ceiling Board At Roof Eaves With Pvc Ceiling Panel Dry Wall Partition • Install Drywall Partition At: - File/ Stock Room & Medical Supplies Room - Examination/ Treatment Area - Arv & Supplies Storage Area - Consultation Room And Laboratory Roofing Works • Install 3mm Polycarbonate Solid Sheet For Roofing At Waiting Area And Receiving Area Tile Works • Installation Of 300mm X 300mm Ceramic Floor Tiles (non-skid) At Additional Pwd Toilet Floor And Female Toilet • Installation Of 300mm X 300mm Ceramic Wall Tiles (glossy) At Additional Cr Wall, Female Toilet And Sink Electrical Works • Remove Lighting And Wirings In The Two Rooms To Be Renovated • Installation Of Conduits ,junction Box ,utility Box • Installation Of New Electrical Wire ,switches , Aircon Outlet • Installation Of Lighting Fixture In Its New Location According The Electrical Plan (note Use The Old Lighting Fixture) • Lighting Circuits Must Be Connect In Circuit No. 1 And Circuit No. 5 As Refer To The Electrical Plan • Additional Aircon Outlet Installed Must Be Connected To Electrical Panelboard Spare Plumbing Works • Pipes (water, Waste And Soil) For Additional Pwd Toilet, Female Toilet And Sputum Collection • Replace P-trap In Every Sink • Installation Of Water Closet, Lavatory And Faucet • Install Of Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm, Grab Bar,vertical Wall Support 32mmø Ss304 Painting Works • Repaint Existing Interior Ceiling Board • New Paint For Ceiling Board At Abtc (tb Dots/ Is Dots) • New Paint For Interior Chb Wall Partition At Counseling Room And Additional Pwd And Female Toilet • Paint Steel Rafter, Purlins And Steel Columns • Seal Joints At Drywall And Ceiling Using Gypsum Putty Doors And Windows • W1- 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window • D1- 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories • D2- 1300mm X 2100mm Double Swing Flush Door With Vision Glass ,50 X 150 Mm Door Jamb And Complete Accessories • D3- 1000mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D4- 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D5- 1?00mm X 2650mm Analok- Aluminum Framed,6mm Thk. Sliding Glass Door With Complete Accessories • D6- 1600mm X2650mm Accordion Door With Complete Accessories • Dw1- 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw2- 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw3- 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw4- 4850mm X 2650mm Analok- Aluminum Framed,6mm Thk. Swing Glass Door With Transom & Complete Accessories I. General Requirements A. Project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, Rx 3"x 14" Coco Lumber, 2"x 3"x10" Coco Lumber, 2"x 2" X8" Coco Lumber, Assorted Sizes C.w. Nails. B. Occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C. Mobilization / Demobilization (q = 1.00 Lot) Ii. Removal Of Structures And Obstruction (q = 1.00 Lot) Includes Remove And Replace Ceiling Board At Abtc (new Tb Dots/is Dots) And Roof Eaves, Demolish Chb Wall Partition At Utility Access And Female Toilet, Remove And Replace Doors And Jambs, Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02, Demolish Plant Box At Receiving Area For Stairs. Iii. Earthworks (q = 2.88 Cu.m.) Includes Volume To Be Excavated, Volume Of Gravel Bedding. Iv. Concrete Work, Formwork & Scaffolding (q = 3.45 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel, Marine Plywood 12mm Thk. X 4' X 8', 2" X 3" X 8' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. V. Steel Reinforcements (q = 312.42 Kgs.) Includes 10mm Ø Dsb X 6m, 12 Mm Ø Dsb X 6m, No. 16 G.i. Tie Wire. Vi. Steel Works (q = 299.56 Kgs.) Includes Rectangular Tube 50 X 75 X 1.2 X 6000 Mm, Rectangular Tube 50 X 100 X 1.2 X 6000 Mm, Welding Rod (6011), Baseplate 12mm X 8"x16", 1/2" X 4" Expansion Bolt, Stud Anchor M8x75mm, 4" Cutting Disk, 4" Grinding Disk. Vii. Masonry & Plastering Works (q = 43.27 Sq.m.) Includes 4" Chb 700psi, Portland Cement, Washed Sand,injectable Chemical Anchor. Viii. Doors And Windows (q = 37.00 Set) Includes Wl: 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window; Dl: 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories; D2: 1200mm X 2100mm Double Swing Flush Door With Vision Glass , 50 X 150 Mm Door Jamb And Complete Accessories; D3: 900mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; D4: 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; Ds: 1700mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Sliding Glass Door With Complete Accessories; D6: 1600mm X2650mm Accordion Door With Complete Accessories; D7: 900mm X2100mm Wooden Flush Door W/50 X 150 Mm Door Jamb And Ss Lick Plate With Complete Accessories; Dwl: 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw2: 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw3: 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw4: 4850mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Ss Lever Type Lockset, Heavy Duty; Ss Knob Type Lockset, Heavy Duty. Ix. Painting Works (q = 372.77 Sq.m.) Includes Skim Coat (20kg/pack), Pennacoat Rat Latex, Masonry Putty, Red Oxide Primer, Quick Drying Enamel, Paint Thinner, Paint Roller 7" W/ Paint Tray, Paint Brush 2-1/2 ", Sand Paper (assorted Sizes), Tape Fiberglass Mesh (48mm X 30m), Gypsum Putty (5kg/gal). X. Ceiling Works (q = 177.65 Sq.m.) Includes 4.5mm Thk X 4" X 8" Ficem Board, Blind Rivets, 1000pcs/box; Riveter. Xi. Dry Wall Partition (q = 90.09 Sq.m.) Includes 4.5mm Thk X 4' X 8' Ficem Board; Metal Studs, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Metal Tracks, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Hardiflex Screw ( Rat Head) #7x 25mm (500 Pcs); Blind Rivets, 1000pcs/box. Xii.roofing Works ( Q = 27.05 Sq.m.) Includes 4' X 8' X 3mm Polycarbonate Solid Sheet, Analok Flat Bar 1/8" X 1" X 16ft, Tek Screw 12 X 65mm (100pcs). Xiii.tile Works (q = 27.71 Sq.m.) Includes 300mm X 300mm Ceramic Floor Tiles (non-skid), 300mm X 300mm Ceramic Wall Tiles, Tile Grout (2kg), Tile Adhessive 25kg (heavy Duty), Portland Cement, Washed Sand, Diamond Cutter Wheel. Xiv. Electrical Works ( Q = 1.00 Lot) Includes Led Panel Light 20w 30x30cm Daylight Recessed Type 230vac; Single Gang Switch 230v; Three Gang Switch 230v; T8 Led Tube Light,18w,43x1220x31mm,g13,single Ended W/ Fixture; Junction Box; Utility Box; Aircon Outlet 20a 230vac; 3.smm2 Thwn-2 Stranded Copper Wire; 8.0mm 2 Thwn-2 Stranded Copper Wire; Electrical Pvc 20mm Schedule 40; Electrical Tape 0.16mmx19mmx16m; Circuit Breaker 50at Bolt On 10kaic. Xv.plumbing Works (q = 1.00 Lot) Includes Stainless Steel Lavatory Faucet, Heavy Duty; Two Piece Water Closet, 705x400x775mm; Lavatory , 500x655x835mm; Stainless Sink, Heavy Duty; Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm; Grab Bar Vertical Wall Support 32mm0 Ss304; Floor Drain 100x150xx2.7mm; 4" Dia. Pvc Wye; 4" Dia. Pvc Coupling; 4" Dia. Pvc Clean Out; 4" Dia. Pvc Elbow, 1/8 Bend; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. Pvc P-trap; 2" Dia. Pvc Wye; 2" Dia. Pvc Elbow, 1/8 Bend; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. X 10' Pvc Pipe, S-1000; 3 Way Angle Valve; Pvc Cement, 400cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i.tee; 1/2" Dia. G.i. Coupling; 1/ 2" Dia. X 20' G.i. Pipe; Teflon Tape (big). Approved Budget For The Contract (abc): P 1,622,577.91 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Ninety (90) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4 . Opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-002 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.6 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number/uei Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, [e.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business] And (i) Must Provide A Capability Statement That Meets The Limitations Of Subcontracting, Far 852.219-75, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction, And Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below: under The Guidelines Of The American Society For Testing And Materials (astm), Standard Industry Maintenance Of Several Diesel Fuel Tanks (two Plus Two Of 10,000 And 12,000 Gallon Capacities), Including Industry Standard Internal Tank Flushing And Replacement Of Filters, Lines, As Needed, Until Fuel Meets/complies With The Epa Regulatory Standards, 40 Cfr Part 63.6604(b), Compression Ignition (ci) Reciprocating Internal Combustion Engines (rice) And 40 Cfr 1090.305, Ultra-low-sulfur Diesel (ulsd). important Information. The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 238220 Plumbing, Heating, And Air-conditioning Contractors ($19 Million Dollars). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetcert Registry Located At Https://veterans.certify.sba.gov. All Interested Offerors Should Submit Information (with Source Sought Notice # In The Subject Header) By E-mail To Gene.chu2@va.gov All Submissions To Be Marked Attn: Gene Chu, Contract Specialist, And Should Be Received No Later Than 1:00 Pm Pacific Time-los Angeles, 1/06/2025. statement Of Work requirement: perform Full Cleaning And Polishing Service On Diesel Fuel Tanks B-1, B-2, D-3, D-4; After Cleaning And Refilling; Provide A Fuel Quality Analysis Report For Up To Five Tanks. place Of Performance: va San Diego Healthcare System 3350 La Jolla Village Dr. san Diego, Ca 92161 building 2 period Of Performance: annual Requirement contract Type: firm Fixed Price background: there Is A Need To Fill Our Diesel Fuel Tanks And To Clean And Polish All Fuel In The Diesel Tanks To Remove Debris, Water, And Microbes To Get Our Diesel Fuel In The Required Normal And Fair Range For Service. scope Of Work: pump And Remove All Water, Sludge, And Other Containments From The Bottom Of The Tank. use Chemical Cleaners To Remove Varnish And Sludge. fill Up The Following Fuel Tanks With The Following Amount Of Red Diesel #2 Fuel: b-1: 10000gallons b-2: 10000 Gallons d-3: 12000 Gallons d-4: 12000 Gallons all Tanks Should Be At The 90% Filled Level. treat All Fuel Tanks Fuel With Chemical Conditioners Including Fungicides, Algicides, And Fuel Stabilizers. perform A Final Polish Of All Fuel Tanks Using Centrifuges, Coalescers And Water Blocking Filters To Reverse Oxidation, Separate Anything Entrained And Remove Non Combustibles. perform And Provide A Fuel Quality Report After All Tanks Have Been Filled, Cleaned And Polished By Taking All Necessary Samples From Each Tank And Sending Them To An Accredited Fuel Testing Laboratory. The Laboratory Will Test The Samples Using The Following Astm Guidelines For S500 Diesel Fuel: d4176 Standard Test Method For Free Water And Particulate Contamination In Distillate Fuels d86 Automated Method Distillation Of Petroleum Products At Atmospheric Pressure Standard Test du Pont F21 149â°c (300â°f) Accelerated Stability Test d287 Standard Test Method For Api Gravity Of Crude Petroleum And Petroleum Products d4737 Standard Test Method For Calculated Cetane Index By Four Variable Equation d93 Standard Test Methods For Flash Point By Pensky-martens Closed Cup Tester d6304 Standard Test Method For Determination Of Water In Petroleum Products, Lubricating Oils, And Additives By Coulometric Karl Fischer Titration d5453 Standard Test Method For Determination Of Total Sulfur In Light Hydrocarbons, Spark Ignition Engine Fuel, Diesel Engine Fuel, And Engine Oil By Ultraviolet Fluorescence the Laboratory Will Send Back The Report With The Final Analysis. Using This Report, The Utilities Systems Supervisor Will Contact The Diesel Fuel Provider Contractor And Have Him Give Us A Plan Of Action To Correct Any Out-of-range Tests. once The Actions For The Out-of-range Tests Are Completed, The Diesel Fuel Specialist Will Take Samples From Each Fuel Tank With The Out-of-range Tests And Send Back To The Testing Laboratory To Perform The Tests On The Out-of-range Items To Ensure The Actions Corrected The Out-of-range Items. This Process Will Continue Until All Parameters Are In Range For All 4 Tanks. perform Quarterly Testing On All Fuel Tanks/day Tanks 1-5 To Include Ex: Tank I.d. #1 #2 #3 #4 / location/size ust B-1 Diesel/ 12,000 Gallons ust B-2 Diesel/ 12,000 Gallons ust D-3 Diesel/ 10,000 Gallons ust D-4 Diesel/ 10,000 Gallons / New Fuel Tank water/free sl sl sl sl water/emuls sl sl sl 2 microbes 1 1 1 1 solids/debris sl sl sl 2 clarity 1 1 1 2 fuel Level 1 1 1 1 Fuel Condition Rating: 1= Normal 2= Fair 3= Unacceptable Sl= Sli fuel Samples Taken Quarterly From The Bottom Of Each Main Fuel Supply Tank For Lab Analysis. Fuels That Appear To Have Slight To Moderate Levels Of Fuel Particulates, Will Wait For The Lab Reports To Address Any Corrective Service Based On The Lab S Recommendation. replace 6 Fuel Filters Per Correct Design Requirements, In Accordance With Federal And State Requirements. provide A Full Maintenance Report And Follow Va Contractor Logging Procedures. the Contractor Shall Meet The Compression Ignition (ci) Reciprocating Internal Combustion Engines (rice) Epa Requirements Shown Below: 40 Cfr Part 63.6604(b) Standards: beginning January 1, 2015, If You Own Or Operate An Existing Emergency Ci Stationary Rice With A Site Rating Of More Than 100 Brake Hp And A Displacement Of Less Than 30 Liters Per Cylinder That Uses Diesel Fuel And Operates For The Purpose Specified In § 63.6640(f)(4)(ii), You Must Use Diesel Fuel That Meets The Requirements In 40 Cfr 1090.305 For Nonroad Diesel Fuel, Except That Any Existing Diesel Fuel Purchased (or Otherwise Obtained) Prior To January 1, 2015, May Be Used Until Depleted. 40 Cfr 1090.305 Ulsd Standards: overview: except As Specified In § 1090.300(a), Diesel Fuel Must Meet The Ulsd Per-gallon Standards Of This Section. sulfur Standard: maximum Sulfur Content Of 15 Ppm. cetane Index Or Aromatic Content: diesel Fuel Must Meet One Of The Following Standards: minimum Cetane Index Of 40. maximum Aromatic Content Of 35 Volume Percent. maintenance Operating Procedures (mop) remove All Covers, Caps, Plugs, Vents, And Monitoring To Gain Access To The Openings On The Tank To Be Serviced. pull Top, Middle, And Bottom Fuel Samples From The Openings On The Tank To Be Serviced. Label And Document All Information On The Relative Forms. Run Partial Field Evaluation On The Samples Pulled Using Field Test Kits And Portable Equipment To Establish The Presence Of Organic And Inorganic Contamination Through Discovery And Working Knowledge Of The Tanks And Fuel We Work On. Refer To Afs Lit, Industry Protocol, Astm Standards For The Fuel, Engine And Tank Manufactures To Bench Mark The Methodology For The Fuel Being Used. If A Field Determination Can T Be Made, Send The Pre- Sample To An Independent Laboratory For Analysis. after Extrapolating The Data Generated From The Field Evaluation Or Lab Results Prescribe And Implement The Necessary Correction Process. purge Supply And Return Lines: Disconnect Supply And Return Lines At A Convenient Location Connect An External Pump To Each Line. While Fuel Is Pumped Through The Lines Into Environmentally Safe Containers For Disposal, The Fuel Is Cleaning The Internal Surfaces Of Those Lines. existing Fuel Will Be Pumped Out Including The Fuel That Was Purged Through The Lines. fuel Will Disposed At Disposal Site And Waste Manifest Provided. new Fuel Will Be Pumped Into The Tanks. begin The Cleaning Process Utilizing All The Openings For Each Tank. place The Afs Tank And Fuel Quality Service System In Tank Cleaning Mode. Start Working The Contaminated Tank Surfaces. The Tank And Fuel Are Simultaneously Worked Removing The Contamination. sample And Field Evaluate To Determine Throughout The Cleaning Process. If The Sample Appears To Be Minimal Or Marginal Move On To The Treatment And Fuel Cleaning Mode. position The Afs System In Treatment And Fuel Cleaning Mode And Complete The Service Process And Continue Sampling To Ensure All Contamination Is Removed. blue 42 And Fqs 1.5 Treatments Are Introduced Into The Tank And Thoroughly Mixed Using Afs Tank And Fuel Quality Service System. package Final Sample And Send To The Lab For Verification To Ensure A Clean Tank Providing Safe Useable Fuel. after Gaining Control Of The Tank And Fuel Quality, A Written Report Is Generated For The Customer. access Point contractor Qualifications & Other Responsiblites: contractor Shall Obtain All Necessary Licenses Required To Perform This Work. Contractor Shall Take All Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract. Contractor Shall Be Responsible For Any Injury To Himself/herself, His/her Employees, Or Others, As Well As For Any Damage To Personal Or Public Property That Occurs During The Performance Of This Contract That Is Caused By Him/her Or His/her Employees Fault Or Negligence. Contractor Shall Maintain Personal Liability And Property Damage Insurance Prescribed By The Laws Of The Federal Government. the Government Reserves The Right To Accept Or Reject Contractor S Employee For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Will Be Dealt With By The Contractor And Cor With The Final Decision Being Made By The Contracting Officer. safety Requirements: all Personnel Employed By The Contractor In The Performance Of This Contract, Or Any Representative Of The Contractor Entering On Vasdhs Shall Comply With Applicable Federal, State, And Va Safety And Fire Regulations And Codes, Which Are In Effect During The Performance Period Of The Contract. contractor Shall Perform Work In Strict Accordance With Existing Relevant, Accredited Standards And Codes To Minimize The Possibility Of Injury To Personnel, Or Damage To Government Equipment. Every Effort Shall Be Made To Safeguard Human Life And Property. contractor Shall Comply With All Applicable Federal, State, And Local Requirements Regarding Workers Health And Safety. The Requirements Include, But Are Not Limited To, Those Found In Federal And State Occupational Safety And Health Act (osha) Statutes And Regulations, Such As Applicable Provisions Of Title 29, Code Of Federal Regulations (cfr), Parts 1910 And 1926, Nfpa 70e, Article 130.7 29 Cfr 1910.132(d)(1)(iii), 29cfr1910.137 contractor Shall Provide All Necessary Tools, And Personal Protective Equipment (ppe) To Perform The Work Safely, Effectively, And Timely. the Va San Diego Healthcare System, Building 1, Main Building, Contains Asbestos. Any Worker Entering These Asbestos Containing Areas Must Have An Asbestos Certification Of No Less Than 16 Hours And A Valid Fit Test Certification. Certifications Must Be Presented To The Va Project Manager Before Any Work In An Asbestos Area May Begin. changes: the Awarded Contractor Is Advised That Only The Contracting Officer, Acting Within The Scope Of The Contract Has The Authority To Make Changes Which Affect The Contract In Terms Of Quality, Quantity, Price Or Delivery. in The Event The Contractor Affects Any Such Change At The Direction Of Any Person Other Than The Contracting Officer, The Change Shall Be Considered To Have Been Made Without Authority And No Adjustment Shall Be Made In The Contract Price To Cover Any Increase In Costs Incurred As A Result Thereof. va Policy: possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Are Subject To Search. Violations Of Va Regulations May Result In Citations Answerable In The United States (federal) District Court. parking Policy: it Is The Responsibility Of Contractor Personnel To Park Only In Designated Parking Areas. Parking Information Is Available From The Va Police. The Va Shall Not Validate Or Make Reimbursement For Parking Violations Of The Contractor S Personnel Under Any Circumstances. identification Badges: all Contractor Personnel Are Required To Wear Identification (i.d.) Badges During The Entire Time They Are On The Va Healthcare System Grounds. I.d. Badges Must Have An Identification Picture And Shall State The Name Of The Individual And The Company Represented. smoking Policy: smoking Is Not Permitted Within The Va Healthcare System Facilities Or Campus. normal Working Hours: normal Hours Of Operation Are Monday Through Friday From 7:30 Am To 4:00 Pm Pacific Time. All Work Is Expected To Be Performed Generally During Normal Hours Of Coverage Unless Requested Or Approved By The Co Or His/her Designated Vha Medical Center Point Of Contact. before Commencement Of Work, The Contractor Shall Confer With The Designated Vha Medical Center Point Of Contact And Contracting Office To Agree On A Sequence Of Procedures; Means Of Access To Premises And Building. All Work Performed, To Include Delivery Of Materials And Equipment, Shall Be Made With Minimal Interference To Government Operations And Personnel. work Performed Outside The Normal Hours Of Coverage Must Be Approved By The Co Or His/her Designated Vha Medical Center Point Of Contact overtime And National Holidays: any Overtime Or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government. the Contractor Is Not Required To Provide Service On The Following U.s. Government Holidays, Nor Shall The Contractor Be Paid For These Days: new Year S Day january 1 martin Luther King S Birthday third Monday In January president S Day third Monday In February memorial Day last Monday In May independence Day july 4 labor Day first Monday In September columbus Day second Monday In October veterans Day november 11 thanksgiving Day fourth Thursday In November christmas Day december 25 invoice And Payment: contractor Shall Submit Monthly Invoices In The Arrears Electronically Via The Tungsten- network System At The End Of Each Month, For Payment Of The Storage Containers In That billing Period. Contractor Shall Submit Original Invoice Electronically To: department Of Veterans Affairs financial Services Center http://www.tungsten-network.com (toll-free Telephone Number: (877) 489-6135) payment Shall Be Made Monthly In The Arrears Upon Receipt Of Properly Prepared Invoice. the Invoice Must Be Itemized To Include The Following Information. Any Information Listed Below That Is Not Provided On An Invoice, Will Render That Invoice Incomplete And The Invoice Will Be Returned For Immediate Correction. a. Dates Of Service. b. Description Of Services. c. Invoice Number, Date. d. Contract Number. e. Obligation Number failure To Comply With The Above May Cause Delay Of Payment To The Contractor. a.1 Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (nov 2022) (a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: (i) [] Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219 73 Or Vosbs As Set Forth In 852.219 74. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) [] General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219 73or Vosbs As Set Forth In 852.219 74. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) [] Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219 73 Or Vosbs As Set Forth In 852.219 74. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/ Vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating Section 1001 Of Title 18. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. certification i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. printed Name Of Signee: ___________ printed Title Of Signee: _____________ signature: ____________ date: ______________ company Name And Address: _______________ (end Of Clause)
Closing Date6 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-02, Effective 12/22/2023. this Solicitation Is Set-aside For 100% Small Business (sba). this Is A Firm-fixed Price Contract. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34.0 Million. the Fsc/psc Is J066. the Award Will Be Made To The Quote Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. price And Other Factors: See Attachment 2, Far 52.212-2 Evaluation statement Of Work contract Title 3500xl Genetic Analyzers And 7500 Fast Polymerase Chain Reaction (pcr) Systems Service Contract the Va Greater Los Angeles Healthcare System (vaglahcs) Requires Annual Maintenance Services On Selected Government Owned 3500xl Genetic Analyzers And 7500 Fast Pcr Systems Equipment At The West La Va Medical Center (wla Vamc). The Services Shall Comply With This Statement Of Work (sow), All Va, Local, State, And Federal Policies, And Regulations. objective the Objective Of This Service Contract Is To Have A Contractor To Furnish All Labor, Materials, Supplies, Tools, Equipment, And Qualified Personnel To Complete Maintenance Services As Per Below Scope. scope the Contractor Shall Provide All Labor, Materials, Freight Costs, And Equipment To Accomplish The Tasks Outlined In This Sow. Contractor Is Responsible For All Subcontractors Required To Complete Reports. all Work Shall Be Performed During Normal Hours Unless Otherwise Approved By The Program Point Of Contact (ppoc) Or His/her Designee. all Work Shall Be In Accordance With Manufacturer S Instructions, Including, But Not Limited To, Adjustments, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/ Or Defective Parts, The Above Shall Be Performed As Necessary As Required To Keep Each Equipment In Optimal Working Condition. maintenance And Inspection (pmi) the Contractor Shall Perform Maintenance On The 3500xl Genetic Analyzers And 7500 Fast Pcr Systems According To The Manufacturer Recommendations Unless Otherwise Stated By Ppoc. the Contractor Shall Provide All Preventive Maintenance Replacement Parts At No Cost To The Government. the Contractor Shall Provide All Travel And Transportation Expenses At No Additional Cost To The Government. emergency Repair Services intervening Service Calls Are Calls Placed Outside Regularly Scheduled Preventive Maintenance Service.â  the Contractor Shall Respond On-site As Required Within 2-3 Business Days After Receipt Of A Service Call For Any Instrument Listed.â  response Time Is Applicable For Any Calls Placed Before 2pm Pacific Standard Time.â  failure To Respond Within The Response Time Due To No Fault Of The Government Shall Result In A Prorated Credit Equal To The Proportion Of The Instruments Service Cost For Each Late Day.â  equipment List covered Equipment equipment Name serial Numbers ee# equipment Description 3500xl 24342-140 144937 genetic Analyzer 3500xl 29338-051 177257 genetic Analyzer 7500 Fast 275002720 110018 real Time Pcr System 7500 Fast 275011316 111965 real Time Pcr System 7500 Fast 275013648 134711 real Time Pcr System maintenance Requirements the Contractor Shall Provide On-site Preventive Maintenance And System Calibrations As Necessary To Maintain Recommended Factory Specifications Of The Covered Systems. the Preventive Maintenance Visit Shall Be Scheduled At A Time Agreeable To The Government And Will Be Performed Once Per Year During The Contract Period For Each Equipment Covered. maintenance Shall Be Performed In Accordance With Manufacturer S Instructions. maintenance Shall Be Scheduled A Minimum Of Three (3) Days In Advance With The Ppoc. qualification personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. additional Requirements contractor Shall Ensure All Equipment Is In Optimal Working Condition At The Expiration Date Of The Contract. contractor Personnel That Perform Changes, Updates, Or Retrofits Made On Any Component, System, Or Equipment Will Log It In The Station Equipment Manual. contractor Will Maintain All Manufactures Manual Necessary To Perform Maintenance. submission Of Reports the Contractor Shall Submit A Complete Field Service Report (fsr) Electronically To The Ppoc Within 7 Calendar Days Of The Work Being Completed. The Fsr At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, A Detailed Description Of Any Services Performed On The Equipment (model Number And Location Included), Serial Number Of The Equipment Being Worked On, Customer Asset Number (ee# - If Applicable) Of The Equipment Being Worked On, Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment In Optimum Operating Condition. security Requirements the C&a Requirements Do Not Apply, And Security Accreditation Package Is Not Required. this Service Does Not Involve Contractor Connection Of One Or More Contractor-owned It Devices (such As Laptop Computer Or Remote Connection From A Contractor System) To A Va Internal Trusted (i.e., Non-public Network) Therefore Information Technology (it) Security Certification And Accreditation (authorization) (c&a) Requirements Do Not Apply Per Va Handbook 6500.6. period Of Performance base Year, Followed By Two, One-year Options. estimated Start Date: 03/01/2025 Participating Facility: va Greater Los Angeles Healthcare System 11301 Wilshire Blvd. los Angeles, Ca 90073 work Hours normal Hours Of Operation Are Monday Through Friday From 6:00 Am To 6:00 Pm Pacific Time. All Work Is Expected To Be Performed Generally During Normal Hours Of Coverage Unless Requested Or Approved By The Ppoc Or His/her Designee. before Commencement Of Work, The Contractor Shall Confer With The Va Ppoc And Contracting Office To Agree On A Sequence Of Procedures; Means Of Access To Premises And Building. All Work Performed, To Include Delivery Of Materials And Equipment, Shall Be Made With Minimal Interference To Government Operations And Personnel. work Performed Outside The Normal Hours Of Coverage Must Be Approved By The Ppoc Or His/her Designee. all Time Shall Be Approved In Advance By The Ppoc. Allow 5-days For Approval Of Any Alternate Working Hours Needed. federal Holidays new Year S Day january 01 martin Luther King S Birthday third Monday In January president S Day third Monday In February memorial Day last Monday In May juneteenth june 19 independence Day july 04 labor Day first Monday In September columbus Day second Monday In October veterans Day november 11 thanksgiving Day fourth Thursday In November christmas Day december 25 if The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. identification, Check-in, Parking, And Smoking Regulations identification the Vendor's Employees Shall Wear Visible Identification At All Times While On Vaglahcs Premises. Contractor Employees Shall Report To Va Police Upon Entry To The Vaglahcs Facility To Get A Visitor Badge. Contractor Employees Are Required To Be Escorted By The Ppoc Or Designee S Office Once On Campus Prior To Commencement Of Work. During Emergencies Contractor Personnel Shall Check In With Vaglahcs Police If The Vaglahcs Ppoc Or Designee Is Not Available. parking it Is The Responsibility Of The Contract Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From Va Police & Security Service Office. The Contractor Assumes Full Responsibility For Any Parking Violations. smoking contractor Personnel May Smoke Only In Designated Areas. It Is The Responsibility Of The Visn 22 Healthcare Facilities To Provide A Safe And Healthful Environment For Employees And Patients And To Serve As A Leader In Community Health Awareness And Education. It Is In Fulfillment Of This Obligation That The Facilities Are Committed To The Establishment Of A Smoke-free Environment. This Policy Applies To Every Location In The Healthcare Facilities. There Shall Be No Smoking Within 25 Feet Of All Entrances To Buildings. Smoking Is Allowed In All Outside Areas That Are 25 Feet Away From Entrances To Buildings Unless Indicated Otherwise. Enclosed Patios Connected To Facility Buildings Are Considered Part Of The Building And As Such Are Non-smoking Areas. weapons And Contraband possession Of Weapons Or Contraband Is Prohibited And Shall Be Subject To Arrest And Termination From Future Performance Under This Contract. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Vaglahcs Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. safety all Personnel Employed By The Contractor In The Performance Of This Contract, Or Any Representative Of The Contractor Entering On Vaglahcs Shall Comply With Applicable Federal, State, And Va Safety And Fire Regulations And Codes, Which Are In Effect During The Performance Period Of The Contract. contractor Shall Perform Work In Strict Accordance With Existing Relevant, Accredited Standards And Codes To Minimize The Possibility Of Injury To Personnel, Or Damage To Government Equipment. Every Effort Shall Be Made To Safeguard Human Life And Property. contractor Shall Comply With All Applicable Federal, State, And Local Requirements Regarding Workers Health And Safety. The Requirements Include, But Are Not Limited To, Those Found In Federal And State Occupational Safety And Health Act (osha) Statutes And Regulations, Such As Applicable Provisions Of Title 29, Code Of Federal Regulations (cfr), Parts 1910 And 1926, Nfpa 70e, Article 130.7 29 Cfr 1910.132(d)(1)(iii), 29cfr1910.137. contractor Shall Provide All Necessary Tools, And Personal Protective Equipment (ppe) To Perform The Work Safely, Effectively, And Timely. contractor Personnel contractor S Program Manager the Contractor Shall Provide A Contract Program Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person Shall Be Designated In Writing To The Contracting Officer. The Contractor S Program Manager Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. contractor S Employees the Contractor Shall Not Employ Persons For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, General Well-being Or Operational Mission Of The Installation And Its Population. contract Personnel Shall Be Subject To The Same Quality Assurance Standards Or Exceed Current Recognized National Standards As Established By The Joint Commission (jc). contractor Qualifications & Other Responsibilities contractor Shall Obtain All Necessary Licenses Required To Perform This Work. Contractor Shall Take All Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract. Contractor Shall Be Responsible For Any Injury To Himself/herself, His/her Employees, Or Others, As Well As For Any Damage To Personal Or Public Property That Occurs During The Performance Of This Contract That Is Caused By Him/her Or His/her Employees Fault Or Negligence. Contractor Shall Maintain Personal Liability And Property Damage Insurance Prescribed By The Laws Of The Federal Government. the Government Reserves The Right To Accept Or Reject Contractor S Employee For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Will Be Dealt With By The Contractor And Cor With The Final Decision Being Made By The Contracting Officer. invoicing And Payment overtime & Holiday Pay any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government. Contractor Will Bill And Be Paid For Actual Services Provided By Contractor Personnel. Contractor Will Not Be Paid For Availability Or On-call Services Unless Otherwise Provided Herein. invoices payment Of Services Rendered Under This Contract Shall Be Made In Arrears Upon Satisfactory Completion Of Each Service And Receipt Of A Properly Prepared Invoice And Submitted By The Contractor To The Payment Address Specified By Contracting. Invoices Shall Reference The Contract Number And Purchase Order Number, Manifest Number(s), Provide A Complete And Accurate Description Of Services/ Supplies Delivered/ Rendered, Including Dates Of Performance, Amounts, Unit Prices, Extended Totals And Any Other Data Relevant For Payment Purposes. the Government Shall Not Authorize Payment Until Such Time That The Vaglahcs Ppoc All Properly Executed And Signed Documentation. no Advance Payments Shall Be Authorized. Payment Shall Be Made On A Monthly Arrears For Services Provided During The Billing Month In Arrears. Upon Submission Of A Properly Prepared Invoice For Prices Stipulated In This Contract For Services Delivered And Accepted In Accordance With The Terms And Conditions Of The Contract, Less Any Deductions Stipulated In This Contract. payment Of Invoices May Be Delayed If The Appropriate Invoices As Specified In The Contract Are Not Completed And Submitted As Required. ***price/cost Schedule*** base Year line Item description quantity unit Of Measure unit Price total Price 0001 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140 1 yr 0002 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051 1 yr 0003 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720 1 yr 0004 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316 1 yr 0005 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648 1 yr 0006 emergency Repairs, Costs In Relation To Finding From Inspections. 1 jb 0.00 0.00 option Year 1 line Item description quantity unit Of Measure unit Price total Price 1001 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140 1 yr 1002 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051 1 yr 1003 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720 1 yr 1004 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316 1 yr 1005 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648 1 yr 1006 emergency Repairs, Costs In Relation To Finding From Inspections. 1 jb 0.00 0.00 option Year 2 line Item description quantity unit Of Measure unit Price total Price 2001 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140 1 yr 2002 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051 1 yr 2003 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720 1 yr 2004 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316 1 yr 2005 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648 1 yr 2006 emergency Repairs, Costs In Relation To Finding From Inspections. 1 jb 0.00 0.00 **please Use The Format Above For Pricing** the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (dec 2022) addendum To Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services Applies To And Is Included With This Acquisition. far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (mar 2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (5), (9), (12), (18)(i), (26)(i), (29), (31), (33), (34)(i), (36)(i), (39)(i), (40), (46), (51), (55), (59), (c), (5). vaar 852.203-70 Commercial Advertising (may 2018). vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certification Of Compliance For Services And Construction. (jan 2023) (deviation) vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018). this Is Accomplished Through The Tungsten Network Located At: Http://www.fsc.va.gov/einvoice.asp This Is Mandatory And The Sole Method For Submitting Invoices. all Quoters Shall Be Submitted In Accordance With Far 52.212-1, Instructions To Offerors-commercial Products And Commercial Services . (sep 2023) all Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract Specialist, Jennell Christofaro At Jennell.christofaro@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. Decision Factors To Be Considered Are Technical Capability, Past Performance, Cost Schedule. Quote Evaluations For Technical Capability Will Be Based On The Following: Capabilities Statement: Interested Offeror Can Perform The Tasks Listed In The Statement Of Work; Past Performance: Prior Experience In Maintaining Equipment Listed In Statement Of Work; Qualifications: Personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. this Contract/purchase Order Will Consist Of An Estimated Base Plus Two Option Year Period Of Performance: 03/01/2025 02/29/2028. the Award Will Be Made To The Quote Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. no Inquiries Will Be Addressed For This Rfq Solicitation 36c26225q0319. submission Of Your Rfq Response Offer Shall Be Received Not Later Than January 21, 2025, 1400 Pst At Jennell.christofaro@va.gov Only. Subject Line Shall Include Response To Rfq 36c26225q0319 For Consideration. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact contract Specialist jennell Christofaro jennell.christofaro@va.gov attachment One: Far 52.212-1 Addendum Instructions To Offerors attachment Two: Far 52.212-2 Evaluation attachment Three: Var 852.219-75 Sdvosb Certification
Closing Date21 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Update 1/14/2024: The Rfi Has Been Updated To Provide New Information On The Government's Intended Contracting Path Forward And Ask Updated Questions Based On Narrowing Down The Acquisition Strategy. Tdp Updates Are Also Anticipated To Be Added To The Bidder's Library In The Near Future And Primary Pocs Have Been Updated. There Are Edits Throughout This Rfi So Please Read In It's Entirety. update 4/1/2024: The Unclassified Bidder's Library With Draft Tdp Is Now Available To Industry. For Those Interested In Access, Please Submit The Signed Terms Of Use Agreement, Dd 2345, And A Capabilities Statment, If Those Have Not Already Been Provided As Well As A Request For Bidder's Library Access Via E-mail To Brittany Burton, (brittany.m.burton4.civ@us.navy.mil), And Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), With A Copy To The Contracting Officer, Ms. Holly Danner (holly.r.danner.civ@us.navy.mil). section 1: Synopsis the Naval Sea System Command (navsea) Is Hereby Issuing A Sources Sought Request For Information (rfi) On Behalf Of The Program Executive Office Integrated Warfare Systems Above Water Sensors Directorate (peo Iws 2.0). Navsea Is Issuing This Announcement As Part Of A Market Survey For The An/spy-6 Radar Variants. This Includes The Air And Missile Defense Radar (amdr) (an/spy-6(v)1) For Ddg-51 Flt Iii, The Amdr Backfit Radar For Ddg-51 Flt Iia (an/spy-6(v)4), The Enterprise Air Surveillance Radar (easr) Rotator (an/spy-6(v)2), And The Easr Fixed Face (an/spy-6(v)3). For Convenience, The Term “spy-6” Is Used In This Rfi To Refer To All Noted Radar Variants. the Spy-6 Variant Radars Are Built Upon Common Hardware Line Replaceable Units (lrus) Using Modular, Open System Principles. It Is Peo Iws 2.0’s Intent To Competitively Award A Multi-award Indefinite Delivery Indefinite Quantity (idiq) Contract To Procure And Supportan/spy-6(v) Radars As Early As Fy27, But Nlt Fy28. The Basis For Production Of Spy-6 Hardware Is Contained In The Technical Data Package (tdp), Which Is Currently Available In Draft Form As Government Furnished Information (gfi). Multi Award Contract (mac) Idiq Scope Will Include “build-to-print" Production Where Applicable For All Variants Of Spy-6, And May Include Technology Refresh, Obsolescence Resolution, And Additional Development Support. The Term “build-to-print" In This Context Means Producing To The Exact Specifications, Drawings, And Design Contained Within The Tdp, With Modifications Allowed Only For The Purposes Of Addressing Obsolescence, Non-compliances With The System Specifications (a-specifications), And Reducing Life-cycle Cost Of All Spy-6 Radars To Be Fielded. the Government Intends To Compete Requirements For Breakouts Of Lrus Or Subsystems Via Multiple Delivery Or Task Order Within The Idiq. Feedback Is Desired From Industry On This Strategy, The Potential Lrus To Be Competed Separately, And Individual Interest In Each Of The Potential Breakouts. Final Contract Types Have Not Yet Been Determined But May Be Fixed-price Incentive, Firm-fixed Price, Or Some Combination Thereof, With The Potential For Other Incentives To Be Determined. Currently The Government Is Interested In Scheduling 1:1 Discussions With Industry Companies That Are Interested In Participation At The Full Subsystem Level. Future Opportunities Will Be Available For Interested Subcontractor Participation. section 2: General Information pursuant To Far 52.215-3 This Is A Request For Information (rfi) Notice Only. This Rfi Is For Planning Purposes And Is Issued Solely For Conducting Market Research In Accordance With Far Part 10. The Government Is Not Seeking Or Accepting Unsolicited Proposals. This Notice Shall Not Be Construed As A Contract, A Promise To Contract, Or A Commitment Of Any Kind By The Government. Specific Responses Will Not Disqualify Or Have An Impact On Participation And Evaluation On Future Solicitations. Not Responding To This Rfi Does Not Preclude Participation In Any Future Solicitation. If A Solicitation Is Issued In The Future, It Will Be Announced Via The System For Award Management (sam.gov) Website And Interested Parties Must Comply With That Announcement. It Is The Responsibility Of Interested Parties To Monitor Sam For Additional Information Pertaining To This Requirement. any Small Businesses That Believe They Can Accomplish This Entire Requirement Should Indicate Their Small Business Status (see Far Part 19) In Their Response. peo Iws 2.0 Representatives May Or May Not Choose To Meet With Rfi Respondents. Such Discussions Would Only Be Intended To Get Further Clarification Of Potential Capability To Meet The Requirements. questions Regarding This Announcement Shall Be Submitted In Writing Via E-mail To The Contract Specialist And Contracting Officer’s Email Addresses (listed In Section 5 Below). Verbal Questions Will Not Be Accepted. Questions Shall Not Contain Classified Information. section 3: Requirements Overview a Brief Overview Of The Spy-6 Variant Mission Requirements And Array Configuration Is Provided As Follows: an/spy-6(v)1 Is Designed To Meet Mission Performance And Size, Weight, And Power – Cooling (swap-c) Requirements Of The Ddg-51 Flt Iii Ships With Aegis Baseline 10 (bl 10) Combat System. The An/spy-6(v)1 Will Provide Volume Search, Tracking, Ballistic Missile Defense (bmd) Discrimination, And Missile Communications In A Wide Diversity Of Environments And Conditions. This Variant Includes 37 Radar Modular Assemblies (rmas) Per Array, Each Which Contain Independent Transmit And Receive Lrus And Provide Spy +16 Minimum Sensitivity. There Are 4 Arrays Per Shipset. an/spy-6(v)2 Is Designed To Meet Air Defense And Air Traffic Control Mission Performance And Swap-c Requirements Of The Cvn (nimitz) Class Carriers, Landing Helicopter Assault (lha) Hulls, And Landing Platform/dock (lpd) Hulls. This Variant Includes A Single Array On A Rotating Platform, With 9 Rmas. an/spy-6(v)3 Is Designed To Meet Air Defense And Air Traffic Control Mission Performance And Size, Weight, And Power – Cooling (swap-c) Requirements Of Cvn (ford) Class Carriers And Will Additionally Provide Engagement Support For Future Frigate (ffg(x)) Hulls. This Variant Includes 9 Rmas Per Array With 3 Arrays Per Shipset. an/spy-6(v)4 Is Designed To Meet Mission Performance And Swap-c Requirements Of The Ddg-51 Flt Iia Ships With A Variant Of Aegis Baseline 10 (bl 10) Combat System, To Be Defined. The An/spy-6(v)4 Will Provide Volume Search, Tracking, Bmd Discrimination, And Missile Communications In A Wide Diversity Of Environments And Conditions. This Variant Includes 24 Rmas Per Array With 4 Arrays Per Shipset. the Notional Shipset Procurement Schedule (including Potential Fy27-30 Fms) For The Above Spy-6 Variants Is: spy-6 Variant Fy27 Fy27 Fy28 Fy29 Fy30 Fy31 Fy32 Fy33 Fy34 Fy35 an/spy-6(v)1 2-6 2-4 2-4 2-4 2 2 2 2 2 2 an/spy-6(v)2 0-2 1-6 0-5 0-1 2 0 0 1 0 0 an/spy-6(v)3 1-3 2-3 1-4 1 2 1 1 0 0 1 an/spy-6(v)4 2 2-5 2-3 2-3 2 2 2 2 2 2 unit Totals 5-13 7-18 5-16 6-9 8 5 5 5 4 5 quantity Note: The Government Is Considering Capturing Potential Fms Quantities In Fy27-fy30 Options On This Future Contract Action, Which Drives The Upper-range Uncertainty. Multiple Countries Have Expressed Interest In Procuring Spy-6 Variants, But No Formal Fms Cases Are In Progress. There Is Potential For Fms Quantities Beyond Fy30. Usn Quantities Drive The Lower End Of The Range And Are Stable Through Fy29, With Increased Potential For Changes Beyond. for Context, The Fy16-25 Spy-6 Contract Procurement Schedules Are As Follows: spy-6 Variant Fy16 Fy17 Fy18 Fy19 Fy20 Fy21 Fy22 Fy23 Fy24 Fy25 Totals an/spy-6(v)1 1 2 1 3 2 0 3 2 2 2 18 an/spy-6(v)2 0 0 0 0 4 0 2 2 2 0 10 an/spy-6(v)3 0 0 0 0 2 0 2 1 2 1 8 an/spy-6(v)4 0 0 0 0 0 0 0 1 1 2 4 unit Totals 1 2 1 3 8 0 7 6 7 5 40 the Government Is Interested In Procuring Spy-6 Radar Lrus From Offerors That Have The Following Attributes: have Past Experience Developing And Manufacturing Complex Radar Systems Or Subsystems, Including S-band Radio Frequency (rf) Electronics, Digital Communications Networks, X86 Processing Nodes, High-voltage Power Distribution And Conditioning Systems, High-capacity Cooling Units, And Array Structures. have Demonstrated The Ability To Produce Hardware Units According To Detailed Technical Data Package Materials Provided To Them. experience Teaming With Industry Partners For Subsystem Development experience Cooperating With Other Prime Industry Partners Integrating Complex Systems. experience Maintaining Fielded Navy Hardware Systems. the Government Contemplates Acquisition Via The Following Separate Delivery/task Orders Within The Idiq For Production: digital Receiver/exciter (drex) Lrus transmit/receive Integrated Microwave Module (trimm) Lrus prime Power Equipment (ppe) Subsystems production Integrator, Including Remainder Of Radar Subsystem Procurements level-of-effort Labor Hours/odcs For Engineering Support Tasking As Necessary Via Technical Instruction section 4: Submission Of Responses the Government Is Not Requiring Written Responses, Although Written Responses Will Be Accepted. The Government Seeks To Have A One-on-one Discussion With Each Interested Company That Would Participate As A Prime Contractor For One Or More Delivery Orders To Further Discuss This Rfi And Receive Industry Responses. The Government Also Intends To Schedule One Or More Virtual Industry Days In The Future Which Would Allow For Participation Of Interested Subcontractors As Well As Interested Prime Contractors. responses To This Rfi Should Be Submitted By The Closing Date And Time Via E-mail To Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), And Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), With A Copy To The Contracting Officer, Holly Danner (holly.r.danner.civ@us.navy.mil) section 4.1: Content written Responses Are Not Required, With Exception Of A Capability Statement And Request For A One-on-one Meeting. Companies That Submitted A Capability Statement To The Previous Rfi Are Not Required To Resubmit. Companies That Optionally Choose To Respond To This Rfi In Writing Should Provide A Response Not To Exceed Thirty (30) Pages. cover Sheet, Company Profile, Table Of Contents, And List Of Abbreviations And Acronyms Are Exempt From The Page Limit. A Detailed Proposal Is Not Requested. Responses Should Indicate Sufficient Detail For Assessment Of Potential Contracting Strategies And Company Interest; Submissions Should Be Organized As Follows: cover Sheet - Rfi Number And Name, Address, Company, Technical Point Of Contact, With Printed Name, Title, Email Address, Telephone Number, And Date company Profile - Include The Following Information: company Name company Address commercial And Government Entity (cage) Code point Of Contact e-mail Address website Address telephone Number business Category (i.e., Large, Small Disadvantaged, Veteran, Woman Owned, Etc.) please Advise If You Would Like To Be Publicly Disclosed As An Interested Party Through This Fbo Notice In An Effort To Foster Industry Teaming Possibilities. table Of Contents, With List Of Figures And Tables With Page Numbers general Response Information list Of Abbreviations And Acronyms product Line Brochures, Catalog Excerpts, Etc. May Be Submitted And Referenced Within The General Capability Statement And Are Exempt From The Page Limit. the Government Wishes To Address The Following Questions In One-on-one Sessions (any Questions Answered In The Previous Rfi Do Not Need To Be Discussed Again In One-on-ones Unless Information Has Changed): do You Have Past Experience Procuring/producing Build To Print Hardware? If So, Are There Any Recommended Lessons Learned For The Government To Incorporate Into The Contracting Strategy? what Manufacturing Facilities Does Your Organization Have And What Product Lines Have Been Developed In These Facilities In The Past? do You See Utility In The Government Pursuing A Multiple Award Strategy With Break-outs Of The Radar Subsystems? Are There Additional Strategies You Would Suggest Or Specific Parameters You Would Suggest To Increase Your Interest In Competing? would You Prefer To Bid On An Entire Spy-6 System Or A Subset? If Subset, Which Subsystem(s) Or Lrus Would You Be Interested In Bidding? Do You Believe There Is Utility In Breaking Out A Different Subset Of Components From The Government’s Initial Set? would You Be Willing To Compete On A Multi-award Idiq Contract? in The Event Of Breaking Up The System Into Separate Sources, The Government Envisions A “production Integrator” To Produce Any Components From The Tdp Not Separately Sourced, The “production Integrator” Would Also Potentially Support The Government In Management Of Subsystem Sources, And Complete The Remaining Production Scope (e.g. Configuration Management, Planning, Array Integration And Test). What Considerations Do You Have For This Role And How It Would Be Contracted? Would This Be A Role Your Company Is Interested Bidding For? If This Role Did Not Include Other Subsystem Production, Would Your Company Be Interested In Competing? Is There A Particular Mix Of Subsystems That, When Combined With This Role, Would Make Competing For This More Enticing To Your Company? would Your Company’s Interest Change If Technology Refresh Scope Were Included? would Your Company’s Interest Change If Firmware, Software, Or Any Other Development Scope Were Included? what Timeframes Does Your Organization Believe Are Appropriate For Proposal Preparation, And Time From Contract Award To First Production Unit Delivery? Please Specify This Timeline For Each/any Lrus Your Company Is Interested In. what Minimum Time Does Your Organization Require With The Tdp Prior To Submitting A Proposal? do You Have Suggestions For Ways To Reduce System Cost Other Than Through Competition? what Upgrades Does Your Organization Already Have Planned For Manufacturing Facilities? How Would Preparing For This Competition Change Those Plans? How Would Being Awarded A Contract Change Those Plans? what Flexibility Does Your Organization Have In Production Processes To Adjust/adapt To Increasing/decreasing Number Of Production Units? what Near-field Range (nfr) Facilities Does Your Organization Own Or Have Access To? what Rf Circuit Card Assembly Facilities Does Your Organization Own Or Have Access To? How Much Production Capacity Is Available To Support Projected Demand? If Needed What Approach Would You Take For Increasing Capacity? What Manufacturing Processes Does Your Organization’s Facilities Support (e.g. Surface Mount Technology (smt), Wire Bond, Etc)? what Is Your Organization’s Experience With Non-hermetic Monolithic Microwave Integrated Circuit (mmic) Processing And Assembly? if You Are Teaming, How Would Your Organization Manage Subcontractors/teammates To Ensure That The Performance Requirements Are Flowed Down And Met? does Your Organization Have The Ability For The Government To Procure Additional Parts On A Provisioned Items Order (pio) For The Use As Spares? what Would Your Organization Recommend For Production Lead Times To Delivery Of A System Or Subsystem(s) To A Shipyard Or Land-based Facility For Each Of The Spy-6 Variants And Why? Would The Delivery Date Months After Option Exercise (maoe) Decrease Based On A Learning Curve Over Time? Would Delivery Date Maoe Adjust Based On The Number Of Units, Potentially Similar And Different Variants, Being Exercised At The Same Time? would Your Organization Recommend Procuring Equipment In Blocks Or Individually Based On The Needed Delivery Date? If Recommendation Is As A Block, What Is Your Recommendation For Structuring The Block So That It Can Adapt To The Appropriate Number Of Units? what Support Equipment And/or Test Assets Would Your Organization Utilize To Support Hardware Production And Quality Assessments? If Support Equipment And/or Test Assets Are Required, Would Existing Contractor Assets Be Available? If Not, What Would Be Your Approach To Obtain The Equipment? are There Any Cost/pricing Considerations You Would Like To Bring To The Government’s Attention? Do You Have Any Recommendations On The Structure Of The Requirements Or The Overall Contracting Strategy That Would Reduce The Total Price? What Performance Incentive Structure And Growth Would Your Organization Recommend And Why? do The Potential Fms Quantities Affect Or Change Your Answers To Any Of The Above Questions? Are There Specific Considerations You Would Like To Raise With Relation To The Potential Fms Units? if You’ve Reviewed The Gfi Tdp, What Additional Data, If Any, Would Your Organization Believe Is Necessary To Successfully Procure Andproduce Spy-6 Hardware? respondents Are Solely Responsible For Properly Marking And Clearly Identifying Any Proprietary Information Or Trade Secrets Contained Within Their Responses. The Government Will Not Be Liable, Or Suffer Any Consequential Damages, For Any Proprietary Information Not Properly Marked And Clearly Identified. Proprietary Information Received In Response To This Rfi Will Be Safeguarded And Handled In Accordance With Applicable Government Regulations. section 4.2: Classification all Materials Submitted In Response To This Rfi Should Be Unclassified. if A Potential Respondent Believes Submission Of Classified Material Is Necessary Or Will Provide A Higher Quality Response, Please Contact Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), And Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), With A Copy To The Contracting Officer, Holly Danner (holly.r.danner.civ@us.navy.mil). section 4.3: Formatting(if Optional Written Responses Are Provided) navsea Will Accept Only Electronic Unclassified Submission Of Responses. respondents To This Rfi Must Adhere To The Following Details: submissions Shall Be Single Spaced, Typed Or Printed In Times New Roman Font With Type No Smaller Than 12-point Font. pages Should Be 8 1/2 X 11 Inches With A Minimum Of 1 Inch Margins Around The Page. Any Text Contained Within Tables, Graphs, Etc. Should Be 8-point Times New Roman Font Or Larger. included Files Should Be Created/prepared Using Microsoft Office 2016 Compatible Applications. Graphics, Photographs, And Other Data That May Not Be Compatible With Microsoft Office 2016 Should Be Submitted In Adobe Acrobat Format. submitted Electronic Files Should Be Limited To The Following Extensions: .docx Microsoft Word .xlsx Microsoft Excel .pptx Microsoft Powerpoint .pdf Adobe Acrobat .mmpx Microsoft Project submitted Electronic Files Should Not Be Compressed. section 5: Requesting Government Furnished Information (gfi) the Government Has Established A Bidder’s Library With Draft Tdp Material. The Government Anticipates Additional Rfis/industry Days With Opportunities To Comment On The Gfi Or Amend Rfi Responses In The Future. To Obtain Access To The Bidder’s Library, Interested Companies Shall Provide A Current Copy Of Their Approved Dd Form 2345, Military Critical Technical Data Agreement Verifying Eligibility And Authority To Receive Export-controlled Information. In Addition, Interested Companies Must Complete The Terms Of Use Agreement (attachment 1 Of This Rfi). The Dd Form 2345 And Completed Terms Of Use Agreement Shall Be Submitted Via Email To Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), And Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), With A Copy To The Contracting Officer, Holly Danner (holly.r.danner.civ@us.navy.mil). Upon Receipt And Approval, The Gfi Will Be Provided. important: For Purposes Of This Rfi, Each Company Must Be Able To Receive Classified Documents Up To The Secret Level. However, The Government Intends To Include Classified Attachments At The Top Secret/sci/u.s. Only Level Included As Part Of Any Future Solicitation. Therefore, Prime Contractors Interested In Bidding Under Any Subsequent Solicitation Must Be Able To Receive Classified Documents Up To The Top Secret/sci Level And Must Be A United States (u.s.) Company Or An Independent U.s. Subsidiary. The Navy Will Consider Foreign Contractors Acting As Subcontractors To U.s. Prime Contractors. The Export Of Defense Articles, Defense Services, And Related Technical Data Is Subject To The Arms Export Control Act And The International Traffic In Arms Regulations (itar) And Requires The Issuance Of An Export License By The U.s. Department Of State. please Make The Request As Soon As Practicable As It May Take Several Days For The Government To Review And Approve Access To The Documents.
Closing Date14 Feb 2025
Tender AmountRefer Documents 
471-480 of 490 archived Tenders