Printing Tenders

Printing Tenders

Court Of Appeals Tender

Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 85 K (USD 1.4 K)
Details: Description Request For Quotation Supply And Delivery Of Souvenirs For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr. (1 Lot) Amp-009-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No. Item Description Approved Budget For The Contract 1 Supply And Delivery Of Souvenirs For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr. ₱85,000.00 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than January 28, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 3rd Floor, Centennial Building Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. Quotations And Other Documents Required May Either Be Submitted Manually At 3rd Floor Office Of The Bac Secretariat, Centennial Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph On Or Before The Deadline Of Submission As Stated In This Rfq. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Sgd. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. No Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) (annex “b”) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. 5. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 10. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 11. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. 12. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. 14. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate For Final Settlement Of Government Contracts And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-009-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply And Delivery Of Souvenirs For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr.”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Uom Item Description Qty Unit Price Total Price 1 Lot Supply And Delivery Of Souvenirs For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr. 100 Total Price In Words: ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply And Delivery Of Souvenirs For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr. (1 Lot) I. Approved Budget For The Contract: The Approved Budget For The Contract Is Eighty-five Thousand Pesos (php85,000.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: Design: Decorative Lady Statue (please Refer To Annex “c” For Reference) Material: Resin Measurement: Approximately 2.36 X 7.28 Inches Inclusions: Original Manufacturer’s Box And Packaging. Quantity: 100 Pieces Iii. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Iv. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila V. Delivery Requirements: The Items Must Be Delivered Within Fifteen (15) Calendar Days Upon Receipt Of Purchase Order. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address   Annex “b” Omnibus Sworn Statement (revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission ___________ Notary Public For ______ Until _______ Roll Of Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____. (please See The Attached File.)

Caraga Regional Hospital Tender

Healthcare and Medicine
Corrigendum : Tender Amount Updated
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 5.2 Million (USD 91.2 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-01-08 (117) Supply And Delivery Of Various Hemodialysis Supplies Under Single-year Framework Agreement ( Early Procurement Activity ) Approved Budget For The Contract: Php 5,298,140.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Five Million Two Hundred Ninety Eight Thousand One Hundred Forty Pesos Only ( Php 5,298,140.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Hemodialysis Supplies Under Single-year Framework Agreement (early Procurement Activity). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Lot Bid. Item No Description Qty Unit Of Measure Unit Cost Total Cost Lot 1 Hd Sterilant 1.1 50% Citric Acid Solution 5l, Buffer 3000 Gal 1,532.00 ₱4,596,000.00 Classification: Organic Acid Hazardous Substance: Citric Acid %(w/w) 50-52 Physical Data Appearance: Clear To Hazy Yellow Odor: Charactieristic Ph: 1.00-1.30 1,2 Peracitic Acid Sterilant 24 Gal 6,240.00 ₱149,760.00 1. Appearance: Colorless Or Pale Yellow Clear Aqueous Solution 2. Active Ingredients: Peracetic Acid: 4% Hydrogen Peroxide: 20% Acetic Acid: 10% 3. Odor: Acetic Acid Odor 4. Water-solubility: Dissolves Regardless The Ratio 5. Storage Stability: 18 Months At Normal Temperature Total ₱4,745,760.00 Lot 2 Hd Supplies 2.1 Gauze 4x4 70 Box 180.00 ₱12,600.00 4”x 4” 8 Ply 24 X 28 Mesh 100 Pads/pack 2.2 Syringe 10cc With Needle G21 70 Box 210.00 ₱12,250.00 Smooth And Double Plunger X 100/box 2.3 Syringe Dispo 5cc W/ G12/g23 70 Box 270.00 ₱18,900.00 Needle, Sharpest Needle, Polyprolene Barrel, Non-toxic Double Plunger, Smooth Movement Of Plunger, Thermoplastic Elastometer Gasket, Clear Prints On The Syringe, Luerlock, Undergone High Internsity Sterilization 100/box 2.4 Hardness Test Strips 100’s /bottle 10 Bottle 2,280.00 ₱ 22,800.00 Total ₱72,780.00 Lot 3 Hemodialysis Chemical Analysis Test 3.1 Chemical Water Analysis 4 Test 13,200.00 ₱52,800.00 (every 6 Months Of Test) 3.2 Chlorine Test Strips, 100s/bottle 10 Bottle 2,280.00 ₱22,800.00 Total Chlorine Range: 0 - 25- 50 - 200 - 500 - 800 - 1500 - 2000 Ppm 3.3 Peracetic Potency Strips 100 Strips/bottle 20 Bottle 3,000.00 ₱60,000.00 Concentrations Of Peracetic Acid At Or Below 400 Ppm Will “fail” And Concentrations At Or Above 800 Ppm Will “pass” With The Guardian Peracetic Acid Test Strips. 3.4 Peracetic Residual Strips 100 Strips/bottle 80 Bottle 1,800.00 ₱144,000.00 Concentrations Of Renalin In Dialyzer At Or Below 400 Ppm Will “fail” And Concentrations At Or Above 800 Ppm Will “pass” With The Guardian Peracetic Residual Test Strips. 3.5 Residual Peroxide Test Strips 100 Strips/bottle 80 Bottle 2,500.00 ₱200,000.00 A Semi-quantitative Procedure Provides The Hydrogen Peroxide Concentration Between 0 And 10 Ppm Comparing The Reacted Indicator Pad Color To The Color Chart On The Bottle Label. Color Blocks Represent Peroxide Concentrations Of 0, 1, 3, 5 And 10 Ppm. Total ₱479,600.00 Grand Total ₱5,298,140.00 Terms Of Reference Bidders Must Submit The Following During Post-qualification: 1 Samples If Offered Item Is Not Previously Procured Or If Required By The Procuring Entity 2 Brochures Indicating Specification 3 Terms Of Delivery: 15 Calendar Days Upon Receipt Of Call-off 4 Delivery Schedule: Upon Call Off 5 This Procurement Is Under Framework Agreement -single Year Framework Agreement 6 Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. 7 This Procurement Is Lot Bid – Single Lot And Awarded In One Contract. Bidder Shall Bid All The Items In A Lot. 8 Product Expiration Date Must Be At Least 6 Months To 1 Year From Date Of Delivery 9 Validity Of The Contract / Contract Termination 10 Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: 11 A. When The Total Quantity Specified In The Contract Has Been Exhausted Within A Single Year 12 B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. 13 Repeat Order: 14 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Delivery Order Contract For A Specific Item Where The Estimated Quantity Has Been Exhausted, Or The Expiration Of The Contract. 15 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Aggregate Quantity Of Actual Items Ordered And Delivered. 16 General Conditions 17 All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent ( 25% ) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Must Pertain To Hemodialysis Supplies Or Medical Supplies Or A Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 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. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 5, 2024 To January 08. 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference December 16, 2024 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/81682739663?pwd=qqb1jfgbvatdpssxch8hafbtcco9la.1 Meeting Id: 816 8273 9663 Passcode: 096095 Deadline Of Submission Of Bids January 08, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids January 08, 2025 At 3:30 P.m. Via Zoom Platform Join Zoom Meeting Https://us06web.zoom.us/j/81337163910?pwd=ebqw909boftdzawx99jcu3wwqolsvo.1 Meeting Id: 813 3716 3910 Passcode: 242132 Complete Philippine Bidding Documents Please Click The Link Below: Https://drive.google.com/drive/folders/1gabl1vzoiuixzohvqrmu8ftjpo6f1hc1?usp=sharing Amount Of Bidding Documents: Lot 1: Php 5,000.00 Lot 2: Php 500.00 Lot 3: Php 500.00 The Above Payment Of Bidding Documents Is Only Applicable To Those Bidders That May Opt To Participate In Only 1 Or 2 Lots Out Of The 3 Lots. Bidders Who May Participate In All Of The Lots Shall Pay The Amount Of Php 10,000.00 Payment Of The Bidding Documents Is Non-refundable . It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists F. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before January 08, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 08, 2025 At 3:30 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 Direct Line: (086) 826-9058 Mobile Nos. 09850508783 (smart/tnt) 09539212832 (globe/tm) E-mail Address: Crhprocurement.bac@gmail.com Approved By: (sgd) Atty. Ma. Flordelin T. Ensomo, Cpa Attorney Iv Chairman, Bids And Awards Committee

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n792.10|t2q|215-697-9948|kimberly.flores12.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving (combo) Type||tbd|n00383|tbd|tbd|see Schedule|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect.||||| warranty Of Data - Basic (mar 2014)|2||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| first Article Approval--government Testing (sep 1989)|7|||||||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitation Of Liability--high-value Items (feb 1997)|1|| limitations On Pass-through Charges (jun 2020)|1|| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| annual Representations And Certifications (may 2024)|12|336413|1250||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| evaluation Of First Article Testing|3|||| this Solicitation Is For Made New Manufacture Spare Parts. the Government Intends To Make A Single Award To The Eligible, Responsible,technically Acceptable Offeror Whose Offer, Conforming To The Solicitation, Isdetermined Most Advantageous To The Government, Price, Capacity, And Deliveryconsidered. navsup Wss Requests Proposals Submitted In Response To This Solicitation Remain Valid For A Minimum Of 120 Days Following Submission. all Contractual Documents Related To The Instant Procurement Are Considered Tobe "issued" By The Government When Copies Are Either Deposited In The Mail,transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Governments acceptance Of The Contractors Proposal Constitutes bilateral Agreement To "issue" Contractual Documents As Detailed Herein. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.3 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation: (a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval. (b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors. (c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents. (d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings, forgings, Etc. (e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics should Be Discernible From All Other Characteristics. the Above Requirements Are A Subset Of Requirements Specified In The Aso source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval brochure. 1.4 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii. 1.5 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics, attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected one Hundred Percent. 1.6 Contractor Shall Develop A System For Identification Of Individual piece Parts For Traceability Purposes. Markings Shall Not Be Permanent. 1.7 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And geometric Feature Controls With A Tolerance Range Of .010 Or Less. 1.8 For Minor Characteristics, A Sampling Rate Determined By The Contractor and Subject To Qar Approval Will Be Used. 1.9 The Material Covered In This Contract/purchase Order Will Be Used In A crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been designated As Critical Material And Special Control Procedures Are Invoked to Ensure Receipt Of Correct Material. 1.10 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawc Lakehurst; Drawing Number ( ;80020; ) ;510872-2; , Revision ;n; And All Details And Specifications Referenced Therein. 1.11 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced specification. 1.12 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents drawing Data=b408573 |80020| F| |a| | | | drawing Data=mpr 1221 |80020| T| |d| | | | drawing Data=mpr 1222 |80020| A| |d| | | | drawing Data=mpr 1223 |80020| C| |d| | | | drawing Data=323195 |80020| E| |a| | | | drawing Data=323196 |80020| E| |a| | | | drawing Data=416328 |80020| G| |a| | | | drawing Data=416330 |80020| C| |d| | | | drawing Data=416332 |80020| C| |a| | | | drawing Data=418772 |80020| D| |a| | | | drawing Data=420340 |80020| D| |d| | | | drawing Data=510875 |80020| F| |c| | | | drawing Data=511224 |80020| J| |d| | | | drawing Data=514822 |80020| M| |d| | | | drawing Data=514823 |80020| G| |d| | | | drawing Data=514824 |80020| G| |d| | | | 3. Requirements - Not Applicable 4. Quality Assurance unique Requirements: 1. All Records Pertaining To Alre Csi/cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizanttechnical Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years. 2. Interim Inspection Requirements: The Following Item(s) Requires An Interim Inspection At The Contractor's Location: a. Pn 514822-1, Hook (csi): i. Witness Of Magnetic Particle Inspection Of Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating. ii. Witness Of Dimensional Inspection In Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating. iii. Witness Of Hardness Testing In Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating. 3. Alre Csi Parts Require Certification: a. When Certified, An Alre Part Is Marked With A Material Identification Code (mic). Nawcadlke Qa Will Provide The Mic To Dcma If The Component Is Source Accepted, And After Receipt Of All Associated Data. Application Of Mic Shall Be In The Same Methodology As the Drawing Note For Part Marking, And In Same Area As Part Marking (next To, Above, Or Below). 4. Receipt Inspection And Certification Of Sub-components: a. P/n 514822-1 Shall Be Certified At Lakehurst. 5. Receipt Inspection And Certification Of The Top Assembly: a. The Receipt Inspection And Certification Of The Top Assembly, P/n 510872-2, Shall Occur At Lakehurst During The Final Inspection. 6. Contractor Assist And Part Marking: a. The Contractor Shall Assist On The Conduct Of The Inspections (both Final And Interim) Required That Are Necessary To Certify The Critical Items Specified Herein. The Contractor Shall Provide Adequate Facilities, Inspection Equipment, And Skilled Personnel, to Support The Nawcadlke Inspector In The Conduct Of The Interim Inspection(s). The Contractor Shall Provide Gauges, Tools, Fixtures, And Jigs Necessary To Perform The Inspections. The Contractor Shall Also Provide Sufficient Rigging/material Handling Services and Manpower To Setup/configure/operate Equipment & Machines Used To Accomplish The Inspection Task. This Contractor Assist Requirement Shall Be Applicable To 100% Of The Production Quantities. As Part Of The Mri Process, The Nawcadlke Qa Representative Will provide, In Writing, A Certification Number Along With Direction For Marking The Critical Safety Item (csi). quality Assurance Requirements 1. The Solicitation/contract Shall Contain The Nawcadlke Inspection Surveillance Clause As Follows: a. N/a b. Due To The Critical Nature Of This Item, It Is Necessary To Conduct In-process Inspections On Critical Component Features, Attributes, Or Manufacturing Processes. The Contractor Agrees To Notify Roy Janney, Roy.a.janney.civ@us.navy.mil, Of The Nawc Qa section Code, Bl41600, Lakehurst, Nj 08733-5035 And The Pco When Material Is Scheduled For The Interim Inspection(s) That Are Identified Herein. This Notice Shall Afford The Nawcadlke Qa Representative The Option Of Being Present During The Inspection. A minimum Of Seven (7) Working Days Is Required To Arrange The Surveillance Visit. Notification Shall Include The Following Information: Company Name, Cage Code, Phone Number, Fax Number, Contract Number, Point Of Contact, Part Nomenclature,part Number, Niin, type Of Inspection, And Quantity Of Parts. 2. The Contractor Shall Perform Quality Conformance And Lot Sampling Inspection For All Associated Features That Are Present In The Drawings And Specifications: a. Features/attributes/requirements Classified As Critical And Major On The Drawing(s) Or Within The Technical Specification Shall Be Inspected And Shall Have The Actual Dimensions Documented 100%; b. Attributes For Plating, Hardness, And Non-destructive Testing Shall Be Inspected 100%; c. Class 3 Threads, Dimensions, And Geometric Feature Controls With A Tolerance Range Of .010 Or Less Shall Be Inspected Using An Aql Of 1.5 And The General Inspection Level Ii As Defined By Ansi Z1.4. d. Minor Characteristics: Sampling Shall Be Inspected Using An Aql Of 4.0 And The General Inspection Level Ii As Defined By Ansi Z1.4. 3. The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System Supporting The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious personnel Injury, Loss Of Life, Loss Of Vital Shipboard Systems, Or Loss Of Aircraft. Therefore, The Material Has Been Designated As Critical Safety Item (csi) Material And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 4. First Article Testing: a. First Article Testing By The Government Is Required For This Item Of Alre/se. b. First Article Samples, All Certifications, Test Reports, And In-process Inspection Documents Needed To Substantiate Product Quality Shall Be Forwarded To The Naval Air Warfare Center Aircraft Division, Code Bl41600 B148, Hwy #547, Lakehurst, Nj 08733-5125 (attention: Drew Flast). c. First Article Samples Will Be Evaluated Within 45 Working Days After The Date Of Receipt For Sample Quantities. d. First Article Sample Quantities Is 1 (one); Delivered In The Uncoated Condition. First Article Results And Disposition Recommendations Will Be Provided To The Pco Via Letter. e. Estimated Test Costs Are $5000. 5. Production Lot Special Tests: N/a 6. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrant Inspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing. 7. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Below As Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certificates Shall Be Bear the Symbols Of Accreditation And The Accreditation Body. a. American Association For Laboratory Accreditation (a2la) b. Ansi National Accreditation Board (anab) c. International Accreditation Service, Inc (ias) d. National Voluntary Laboratory Accreditation Program (nvlap) e. Perry Johnson Laboratory Accreditation, Inc (pjla) f. Canadian Association For Laboratory Accreditation Inc. (cala) g. Standards Council Of Canada (scc) 4.1 Review Documentation As Provided Under Dd 1423 Requirements. 4.2 Critical Manufacturing Processes ( ;applies; ) Heat Treat ( ;applies; ) Welding ( ;n/a; ) Cadmium Plating ( ;n/a ; ) Engineering Chrome Plating ( ;applies; ) Nickel Chrome Plating ( ;n/a; ) Casting(s) ( ;n/a; ) Forging(s) ( ;applies; ) Mpr (material Processing Requirements) 4.3 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below 4.3.1 Dimensional Test (special) ;close Machine Tolerances.; 4.3.2 Requirements Of: ;lke Drawing Package; 4.3.3 Form ;applies; 4.3.4 Fit ;n/a; 4.3.5 Function ;n/a; 4.3.6 Compliance With Drawing ( ;80020; ) ;510872; , Revision ;rev N ; And Specifications Referenced Therein. 4.4 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements 4.5 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection 4.6 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing. 4.6.1 The Qar Shall Be Present To Witness All First Article Testing. 4.6.2 The Following Additional Personnel Shall Witness The First Article Testing: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834 e-mail: Roy.a.janney.civ@us.navy.mil; 4.7 Disposition Of Fat Samples 4.7.1 ;n/a; Sample(s) May Be Destroyed During Testing. 4.7.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. 4.8 Test Sample Coating Instructions 4.8.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required. 4.9 Notice To Government Of Testing At The Contractors Facility. 4.9.1 Far 52.209-3 Applies (a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;510872-2; ; , Revision ;rev N; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The contractor Shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests. (b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;pco; ; the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements. (c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract. (f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For acceptance. (g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates and/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair of The First Article During Any First Article Test. (i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article. (j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test report. 4.10 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run. additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First article Approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _____________ Quantity:_______ After Date Of Contract:_________ 4.11 . Mandatory Inspection Requirements: 100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar). during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows: A. Level Of Inspection (loi). 1. Critical Characteristics: 100% Inspection Shall Apply. 2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar. B. Critical Characteristics: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834 e-mail: Roy.a.janney.civ@us.navy.mil; C. Major And Minor Characteristics 1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications. 4.12 Special Inspection Requirements ( ;applies; ) Magnetic Particle Inspection ( ;applies; ) Surface Inspection ( ; ; ) Penetrant Inspection ( ;n/a; ) Radiographic Inspection ( ;n/a; ) Ultrsonic Inspection ( ;n/a; ) High Shock Test ( ;n/a; ) Mechanical Vibration Test 4.13 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of witnessing The Final Inspection. The Contractor Shall Notify By Email Or telefax Pco And Nawc Lakehurst Qa ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834 e-mail: Roy.a.janney.civ@us.navy.mil; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable this Is A Critical Safety Item. for Drawing Updates, See Attached Nawc Lke Drawing Update Sheet. for Navicp Reference Only: Procurement Tdr 24-10082 Was Utilized To Build Tdp the Components Being Acquired Under This Solicitation Have Been Classified As"critical" Requiring Engineering Source Approval By Naval Air Systems Command. Only Those Companies Who Have Been Approved Will Be Eligible For Award Under This Solicition. Any Company not Previously Approved May Submit A Source Approval Request As Outlined Later In This Solicitation. \ date Of First Submission=asreq 16. Remarks: (block 12): Concurrently With Delivery Of Fat Items. inspection/certification Data Needed To Substantiate The Quality Of The First Article Test Unit Shall Be Included In First Article Unit Packaging. The Outside Of The Package That Contains The Data Shall Be Clearly Marked "inspection/certification Data Included". data Requirements: a. Copies Of All Approved Requests For Variations. b. Identification Per Drawings 510872, 323195, 323196, B408573, 416328, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823. c. Assembly Per Drawings 510872, 511224. d. Design Requirements Per Note 1 Of Drawing 416328. e. Dimensional Inspection Per Drawings 323195, 323196, B408573, 416328, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823. f. Surface Finish (of Bare Metal) Per Drawings 323195, 323196, 418772, 420340, 510875, 511224, 514822, 514823. g. Heat Treatment Per Drawings 416330, 418772, 510875, 514822. h. Magnetic Particle Inspection Per Drawings 416330, 418772, 420340, 510875, 511224, 514822, 514823. i. Material Properties Per Drawings 323195, 323196, B408573, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823. j. Thread Dimensions And Designations Per Drawings B408573, 511224. Documentation Shall Include Verification That The Pitch And Functional Diameters Were 100% Inspected In Accordance With System 22 Of Fed-std-h28/20. k. Welding Per Note 13 Of Drawing 514823. l. Magnetic Particle Inspection Of Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating. m. Dimensional Inspection In Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating. n. Hardness Testing In Area "x" And Section "d-d" Of Drawing 514822 Prior to Chromium Plating. date Of First Submission=asreq 16. Remarks: (block 12) Concurrently With Final Inspection. data Requirements: a. Copies Of All Approved Requests For Variations. b. Identification Per Drawings 510872, 323195, 323196, B408573, 416328, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823. c. Assembly Per Drawings 510872, 511224. d. Design Requirements Per Note 1 Of Drawing 416328. e. Dimensional Inspection Per Drawings 323195, 323196, B408573, 416328, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823. f. Surface Finish (of Bare Metal) Per Drawings 323195, 323196, 418772, 420340, 510875, 511224, 514822, 514823. g. Heat Treatment Per Drawings 416330, 418772, 510875, 514822. h. Magnetic Particle Inspection Per Drawings 416330, 418772, 420340, 510875, 511224, 514822, 514823. i. Material Properties Per Drawings 323195, 323196, B408573, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823. j. Coating Per Drawings 510875, 514822, 514823. k. Thread Dimensions And Designations Per Drawings B408573, 511224. Documentation Shall Include Verification That The Pitch And Functional Diameters Were 100% Inspected In Accordance With System 22 Of Fed-std-h28/20. l. Plating Per Note 8 Of Drawing 514822. m. Welding Per Note 13 Of Drawing 514823. n. Nitride Hardening Per Note 4 Of Drawing 420340. o. Magnetic Particle Inspection Of Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating. p. Dimensional Inspection In Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating. q. Hardness Testing In Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating. date Of First Submission=090 Dac 16. Remarks: (block 5) Data Requirements: a. Weld Procedure Iaw Navsea S9074-ar-gib-010/278^ Para 4.2 Per Drawing 514823. (block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Be Given By Navairwarcenacdivlke Via The P.c.o. Nlt 45 Days After Disapproval. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl14000 Bldg 596 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 the Welding Procedures Will Be Used By The Government To Verify Contractor Designated Welding Responsibilities Implement Weld Procedures For Each Cont Ractor, Subcontractor Or Welding Entity Performing Welding On Specific Work Specifications date Of First Submission=090 Dac 16. Remarks: (block 5 ) Data Requirements: a. The Weld Procedure Qualification Test Report, Including All Supporting Test Reports And Documentation, Iaw Navsea S9074-aq-gib-010/248^ Para 4.2.3 And 4.6 Drawing 514823. (block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Be Given By Navairwarcenacdivlke Via The P.c.o. Nlt 45 Days After Disapproval. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl14000 Bldg 596 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=asreq 16. Remarks: (block 5) Contract Reference: a. Evidence Of Welder Performance Qualification, Including Supporting Test Results And Documentation, Iaw Navsea S9074-aq-gib-010/248^ Para 5.2 Per Drawing 514823. (block 12) Date Of First Submission - 30 Days Prior To Production. (block 13) Provide Qualification Evidence For All Welders. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16. Remarks: (block 5) Contract Referenc: a. Evidence Of Level Iii Certification Iaw T9074-as-gib-010/271^ Para 1.6 For The Individual Who Approved The Welders Qualification Training Program Iaw Navseas9074-aq-gib-010/248 Para 5.2.3.1, Per Drawing 514823. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16. Remarks: (block 5) Contract Reference: a. Visual Inspection Written Procedure To Be Used To Visually Inspect All Welds Iaw T9074-as-gib-010/271^ Para 8.3 And 1.7 Thru 1.7.3 Per Drawing 514823. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16. Remarks: (block 3) Subtitle: Welder Qualification Training Written Procedure. (block 5) Contract Reference: a. Evidence Of Approval Of The Welder Qualification Training Program Iaw Navseas9074-aq-gib-010/248^ Para 5.2.3.1(d), Per Drawing 514823. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16. Remarks: (block 5) Contract Reference: b. Evidence Of Maintenance Of Qualification For All Welders Iaw Navsea S9074-aqgib-010/248^ Para 5.2.11 And 5.2.12 Per Drawing 514823. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000

GOVERNOR CELESTINO GALLARES MULTI SPECIALTY MEDICAL CENTER Tender

Healthcare and Medicine
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 60.3 Million (USD 1 Million)
Details: Description Gov. Celestino Gallares Multi-specialty Medical Center Invitation To Bid For Supply, Delivery, Installation, Testing And Commissioning Of 2 Lots Various Medical Equipment Batch 3 (re-bid) For Gov. Celestino Gallares Multi-specialty Medical Center 1. The Gov. Celestino Gallares Multi-specialty Medical Center (gcgmsmc), Through The Health Facilities Enhancement Program 2024 Intends To Apply The Sum Of Sixty Million Three Hundred Forty-four Thousand Nine Hundred Seventy-five Pesos Only (php60,344,975.00) Being The Abc To Payments Under The Contract For Cb:2024-12-0007. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Gcgmsmc, Through The Health Facilities Enhancement Program 2024 Intends To Apply The Sum Of Sixty Million Three Hundred Forty-four Thousand Nine Hundred Seventy-five Pesos Only (php60,344,975.00) Being The Abc To Payments Under The Contract For Each Lot/item.et Al. Lot No. Item/description Quantity Unit Cost Total Cost 1 Infusion & Monitoring System 1 37,344,975.00 37,344,975.00 2 Advanced Perfusion System, Cardiopulmonary Bypass Pump + In-line Blood Gas Monitoring Device 1 23,000,000.00 23,000,000.00 Grand Total 60,344,975.00 Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Gcgmsmc, Now Invites Bids For The Above Procurement Project. Delivery And Installation Of The Goods Is Required Within 120 Calendar Days And Succeeding Installation Must Not Exceed 120 Calendar Days. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Gcgmsmc Through Electronic Mail Via Procurement@cpspecialtycenter.org Or Through The Cellular Number 09209437250. 5. A Complete Set Of Bidding Documents May Be Acquired And Downloaded By Interested Bidders From Gcgmsmc Google Drive From (procurement@cpspecialtycenter.org) On December 08, 2024– January 03, 2025 And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Indicated Below In Accordance With The Following Schedule: Lot No. Item/description Total Cost Bidding Documents Fee (in Philippine Peso) 1 Infusion & Monitoring System 37,344,975.00 25,000.00 2 Advanced Perfusion System, Cardiopulmonary Bypass Pump + In-line Blood Gas Monitoring Device 23,000,000.00 25,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Online Banking Or Online Deposit With The Following Bank Details: Bank Name: Development Bank Of The Philippines Account Name: Gcg Multi-specialty Medical Complex Account Number: 00-0-15490-780-5 "for Bidders Choosing To Pay Via Online Transfer Or Bank Deposit, Please Ensure That Proof Of Your Successful Transaction Is Promptly Sent To The Procurement Email Address: Procurement@cpspecialtycenter.org. In Compliance With Coa Circular Number 2021-014, Clause 5.2, An Acknowledgement Receipt Will Be Issued As Proof Of Verified And Received Payment. Access To Bidding Documents Will Be Granted Only Upon Presentation Of This Acknowledgement Receipt. 6. The Gcgmsmc Will Hold A Pre-bid Conference On The 17th Day Of December 2024 At 0900h At Room 3c-e310 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur Cortes, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before The 3rd Day Of January 2025 At 0900h At Gcgmsmc Procurement Office Room 3c-w327 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur, Cortes, Bohol. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On The 3rd Day Of January 2025 At 0900h At Room 3c-e310 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur Cortes. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Together With Their Company Id. 10. The Gcgmsmc Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Submission Of Hardcopies: Bidders Shall Submit Their Original Eligibility And Technical Documents Described In Itb Clause 10 In One Sealed Envelope Marked "original - Technical Component", And The Original Of Their Financial Component In Another Sealed Envelope Marked "original Financial Component", Sealing Them All In An Outer Envelope Marked "original Bid". Each Copy Of The First And Second Envelopes Shall Have 2 Copies And Similarly Sealed Duly Marking The Inner Envelopes As "copy No. 1 Technical Component" And "copy No. 1- Financial Component” And "copy No. 2- Technical Component" And "copy No. 2- Financial Component" And The Outer Envelope As "copy No. 1" And "copy No. 2" Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. Please Take Note That All Notarized Documents Must Be Treated As Original Copies For All The Submitted Documents (original, Copy 1, And Copy 2). It Is Imperative That Each Copy Retains Its Original Notarization To Ensure Legal Validity And Compliance. The Original And The Number Of Copies Of The Bid As Indicated In The Itb Clause 15 Shall Be Typed Or Written In Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters; B. Bear The Name And Address Of The Bidder In Capital Letters; C. Be Addressed To The Procuring Entity's Bac In Accordance With Itb Clause 1; D. Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1 12. For Further Information, Please Refer To: Mary Grace L. Simbajon Jessa O. Quiñal Procurement Office Procurement Office Malayo Sur, Cortes, Bohol Malayo Sur, Cortes, Bohol Procurement@cpspecialtycenter.org Procurement@cpspecialtycenter.org +639209437250 +639452478632 December 06, 2024 Approved By: (signed) Doreen A. Lugo, Lpt Bac Chairperson Noted By: (signed) Laurence Elliot R. Tirol, Md, Fpcp Medical Center Chief ------------------------------------------------------------------------------------------------------------ Item: 1 Unit: Lot Qty: 1 Unit Cost: 37,344,975.00 Total Cost: 37,344,975.00 Description: Supply, Delivery, Installation, Testing & Commissioning Of Infusion & Monitoring System 150 Pump, Volumetric Infusion 40 Docking Station/s 1 Central Monitoring System 1 Mri-compatible Infusion System 1 Oximetry Monitoring System, Non-invasive Pump, Infusion Volumetric, 150 Units Size Less Than Or Equal To 210 (l) X 140 (w) X 73 (h) Millimeters (mm) Weight Less Than Or Equal To 1700 Grams (g) Screen Must Be At Least Three (3) Inches, Touchscreen, Thin Film Transistor (tft) Color Liquid Crystal Display (lcd), At Least 200 X 400 Pixel/s, Adjustable Brightness Levels Display Must Show The Following Information At Least: Infusion Status With Drug/s Name, Infusion Parameter/s, Real-time In-line Pressure; System Status Information With Infusion Mode, Intravenous Set Brand Or Bed Number, Alarm Symbol/s, Battery Status, Network Status, Relayed Status, And System Time; Must Show Infusion Status Indicator On The Door Accuracy: ≤ ± 4.5% Mode/s: Rate Mode, Dose Mode, Dose Time Mode, Time Mode, Sequential Mode, Intermittent Mode, Loading Dose Mode, Ramp Mode, Micro-infusion Mode And/or Drip Mode Must Support The Following Application/s : Intravenous Drug Infusion, Enteral Nutrition Feeding, And/or Blood Transfusion Flow Rate/s: 0.10-2300 Milliliter/s (ml) Per Hour (hr) And/or 0.10-2000 Ml/hr Increment/s: 0.01 Ml/hr (0.10-99.99 Ml/hr), 0.1 Ml/hr (100-999.9 Ml/hr), 1 Ml/hr (1000-2300 Ml/hr) Preset Time/s: 00:00:01-99:59:59 Preset Volume: 0.10-9999.99 Ml With Increments Of 0.01 Ml Accumulated Volume: 0.00-99999.99 Ml “keep Vein Open”: (kvo): 0.1-5.0 Ml/hr With Increment/s Of 0.01 Ml/hr Purge Rate: 0.1-2300 Ml/hr Bolus Rate: 0.1-2300 Ml/hr, Automatic Or Manual Occlusion Detection: 50-1125 Millimeters Mercury (mmhg) With At Least 15 Selectable Levels Such As 50, 150, 225, 300, 375, 450, 525, 600, 675, 750, 825, 900, 975, 1050, 1125 Mmhg); With Default Of 450 Mmhg; Pre Alarm Pops Up While Pressure Is Increasing; Auto-restart Capability Where On/off And Restart The Infusion When Occlusion Pressure Is Reduced; Pressure Unit/s Available Such As, Millimeters Mercury (mmhg), Kilo Pascal/s (kpa), Bar, And/or Pounds Per Square Inch (psi) Air Bubble Detection, With At Least Six (6) Level/s, 15, 50, 100, 250, 500, 800 Microliter/s; Air Accumulation 0.1-1.0 Ml Per 15 Minutes Dose Rate Unit/s Must Include The Following: Ng/kg/min, Ng/kg/hr, Ng/kg/24h; Ug/kg/min, Ug/kg/h, Ug/kg/24h, Mg/kg/min, Mg/kg/h, Mg/kg/24h; Mu/kg/min, Mu/kg/h, Mu/kg/24h; U/kg/min, U/kg/h,u/kg/24h; Ku/kg/min, Ku/kg/h, Ku/kg/24h; Eu/kg/min, Eu/kg/h, Eu/kg/24h; Mmol/kg/min,mmol/kg/h, Mmol/kg/24h; Mol/kg/min, Mol/kg/h, Mol/kg/24h; Mcal/kg/min, Mcal/kg/h, Mcal/kg/24h; Cal/kg/min, Cal/kg/h, Cal/kg/24h; Kcal/kg/min, Kcal/kg/h, Kcal/kg/24h; Meq/kg/min, Meq/kg/h, Meq/kg/24h; Auto Lock Time: 1-5 Minute/s Range With On/off Switch Drug Library Up To 5000 Drug/s, 30 Categories, Support For Color-coding History Log Up To 3500 Event/s Volume Collection Available In At Least 4 Method/s Including, 24 Hour Total, Current Total, Period, Timing Volume, Support History Rate Review Dose Error Reduction System Available Definition Of Dose Limit/s Automatic Alarm/s When Reaching Dose Limit/s Intravenous (iv) Administration Set Must Be Able To Accept Universal Iv Set/s Alarm/s Audible And Visual Alarm/s; Sound Volume Adjustable At Least Eight (8) Level/s 2 Level/s: High: Air In Line, Accumulated Air, Empty, Drop Error, Upstream Occlusion, Downstream Occlusion, Infusion Set Disengaged, No Infusion Tube, Infusion Set Error, No Drop Sensor, Battery Depleted, Volume To Be Infused (vtbi) Complete, Kvo Finish, Relay Invalid And/or System Error Low: Kvo Running, Battery In Use, Battery Error, Cms/egw Disconnected, Standby Time Expired, Dock Connection Interrupted, System Time Error, Relay Invalid Soon, Time Near End, Reminder And/or Low Battery Reminder: 1-5 Minute/s, On/off Switchable Connectivity Communication Wired And Wireless Usb Support Drug Library Import, Patient Data Import/export, History Record Export, Calibration Date Import/export; Multifunction Connector: Rs232, Nurse Call Connector, Dc Adapter Integration: Connect With Infusion Central Station, Connect With Central Monitoring System Battery Operating Time: More Than Or Equal To Five (5) Hour/s At 25 Ml/hr Charging Time: Less Than Or Equal To Five (5) Hour/s To Full Capacity Power Supply Voltage 100-240 Volt/s, Frequency 50-60 Hertz, (hz), Current 0.5-0.21 Ampere/s (a) Work Environment Level Of Resistance To Water And Dust At Least Ingress Protection Rating 33 (ip33) Classification Type Cf, Class 1, Ip33 Docking Station, 40 Units Size: Atleast270 (l) X 170 (w) X 390 (h) Millimeters (mm) Weight: Less Than Or Equal To 3900 Grams Display Screen At Least Three (3) Inches Organic Light Emitting Diode (oled) At Least 265 X 64 Pixels Resolution Showing The Following Information: Bed Number, Patient Name, Battery Status, Network Status, Total Volume For 24 Hours; Must Be Able To Connect Via Hl7 Protocol And Integrate With Hospital Information System/s And/or Electronic Medical Record/s Via Wired Or Wireless Protocol; Usb Support For Drug Library Importation, Patient Information Loading, Patient Data Export, History Record And/or Barcode Reader Connection Multifunctional Connector Rs232 And/or Nurse Call Connector Integration Capability To Synergise/connect With Patient Monitor, Connect With Infusion Central Station, And/or Connect With Central Monitoring System Night Mode Capability With On/off, Start Time, End Time And Sound Volume Adjustable History Record Up To 2500 Mounting Type For Horizontal And Vertical Pole Clamp: Horizontal Diameter Range 10 To 25 Mm; Vertical Diameter Range 15 To 40 Mm; One Pole Clamp Per Shelf Module Programmable Mode: Support Automatic Multi-channel Relay Maintenance: Support 2 To 24 Pumps Tool Free Assembly, Support Batch Calibration, Drug Library Import, And Software Upgrade/s Classification: Type Cf, Class 1, Ip33 Power Supply Battery: Lithium-ion 2500mah Operating Time Of At Least 2 Hours Charging Time At Most 6 Hours Ac Power: 100 To 240 V, 50 To 60 Hertz, 8 To 3.4 A Alarm/s Audible And Visual Alarm/s 2 Level/s: High: Battery Depleted, System Error : Low: Slave Controller Abnormal, Battery In Use, Low Battery, Battery Error, Local Area Network (lan) Internet Protocol (ip) Address Conflict, Wireless Lan Ip Address Conflict, Cms, Egw Disconnect Central Monitoring System System Component/s: Central Station System Center Which Connects Bedside Device/s Hardware: Display/s At Least 24 Inch Tft Lcd Screen/s Medical Grade, At Least Dicom 14, At Least Ip54 Rating Iec 60601, Touch Screen; Must Include Printer/s, Keyboard/s, Mouse/s And Speaker/s Main System Software Specification/s: Number Of Device Up To 64 Patient Monitor/s And Infusion Pump/s Per Station Alarm: Category: Physiological Alarm, Technical Alarm And System Prompt Remote Control: Alarm Switch, Alarm Limits, Alarm Priority, Alarm Pause And Alarm Reset Alarm Analysis: Support Alarm Statistics Trend Review: At Least 240 Hours; Full Disclosure At Least 240 Hours; Data Interface Connection Interface Integrated Egateway Or Standalone Egateway Mri Compatible Infusion System, 1 Unit Size Less Than Or Equal To 560 (l) X 540 (w) X 1540 (h) Mm Including Trolley, Excluding Iv Pole Weight Less Than Or Equal To 50 Kilograms Without Pump/s Display Screen At Least 3 Inches, Oled, 256 X 64 Pixels, Showing The Following Information: Bed Number, Patient Name, Battery Status, Network Status, Total Volume For The Past 24 Hours Infusion Of The Pump; Compatible Pumps At Least 4 Infusion Or Syringe Pumps Mri Scanner Compatibility For Both 1.5 And/or 3.0 Tesla Model/s Alarm/s Audible And Visual Alarm/s 2 Level/s: High: Battery Depleted, Magnet Indicator Battery Depleted, System Error : Low: Low Battery, Magnet Indicator, Battery Low, Battery Error, Lan Ip Address Conflict, Wlan Ip Address Conflict, Network Disconnected Magnet Indicator: Magnetic Field To Be Used In Magnetic Fields Up To 20 Mt; < 20 Mt Green; 20-40 Mt Yellow; > 40 Mt Red; Connectivity Communication Wired Or Wireless Usb Support Drug Library Import, Patient Data Import/export, History Record Export, System Upgrade Integration: Synergy With Patient Monitor, Connect With Infusion Central Station, Connect With Central Monitoring System Material: Ingress Protection Level Ip33 Safety Standards En 60601-1:2006 / A1:2013; En 60601-1-2:2015; En 60601-1-8:2007/a11:2017; F2025-15; F2182-19; F2213-17; F2503-20; Classification Type Cf Class Power Supply Battery: Lithium-ion At Least 3400mah; Ac Power: 100 To 240 V, 50 To 60 Hertz Dock: Operating Time At Least 10 Hours; Charging Time At Most 6 Hours Magnet Indicator: Operating Time Of At Least 720 Hours; Recharging Time At Most 8 Hours Oximetry Monitoring And Connectivity System, 1 Unit Expandable Patient Monitoring And Connectivity Hub That Integrates An Array Of Technologies, Devices, And Systems To Provide Multimodal Monitoring And Connectivity Solutions In A Single Clinician-centric Platform Regional Oximetry, Non-invasive Pulse Oximetry Display Resolution At Least 1280 X 800 Pixels, At Least 10 Inches Diagonal Size, Multi-touch Touchscreen; Customizable Multiple Screen Views To Feature The Most Applicable Data; Can Display Tissue Oxygen Saturation Of Specific Area; Can Display The Difference Between Current Rso2 And User Defined Baseline; Can Display The Difference Between Rso2 And Spo2; Pulse Rate; Perfusion Index; Pleat Variability Index; High-resolution Plethysmograph Waveform And/or Can Display Spectrogram Representing Activity For Both Sides Of The Brain; Must Have Ports Or Docks That Are Compatible To Plug And Play Modules For The Measurement Of Brain Function Monitoring, Regional Oximetry, And Non-invasive Pulse Oximetry Battery Capacity Is At Least Four Hours Module/s: Cerebral Oximetry At Least One, Pulse Co-oximetry At Least One Can Be Used As Bedside, Handheld And/or Transport Monitor Configurable Parameter And Alarm Settings By Patient Population Audible And Visual Alarms For Quick Identification Of Alarming Parameters With Redundant Speaker System. Particulars Vendor Shall Warrant That The Product Supplied Shall Equal The Published Specifications. Vendor Shall Provide No Less Than Five (5) Years Warranty On The System/equipment For Spare Parts And Service Upon Acceptance By End User/s. Vendor Agrees To Provide Free Of Charge All Parts And Labour Necessary To Repair The System During The Period Covered By The Warranty And Replacement Of Any Item/s And/or Part/s Found To Be Defective In Material Or Workmanship Under Normal Use. Vendor Must Conduct Quarterly Preventive Maintenance Program Or Frequently As Recommended By Principal / Manufacturer. Vendor Agrees To Add Equipment Down-time (in Number Of Days) To Total Warranty Period. Vendor Must Respond With Technical Support Staff, Either Remotely 2 Hours Or In-person Where Applicable, Within At Least Twenty-four (24) Hours Upon Notification Of End-user; And Must Perform Corrective Maintenance Within A Maximum Of Fourteen (14) Days Upon Notification Of End-user; System/equipment Shall Be Delivered With At Least One (1) Copy Of All Service Manuals And At Least One (1) Copy Of All User Manuals. System/equipment Shall Be Delivered Complete With All Cabling, Connectors, Junction Boxes, Mounting Hardware, And All Other Accessories Necessary For Full Operation Of The System/equipment, Where Applicable. Vendor Must Certify That All Products Quoted Must Be In Current Production And Publicly Available As Of The Date Of This Tender. Unproven Future Products Shall Not Be Accepted. All Desired Features Listed Must Be In Current Production, Installed And In Use At The Time Of Quote/bid Any And All Software Necessary To Technically Support The System Shall Be Included Any And All Components Not Manufactured By The Vendor/primary Manufacturer Shall Be Listed As Such With Name/address/contact Information Of The Manufacturer Supplied Devices Must Meet All Currently Applicable Safety Standards, Local And International Where Applicable. Vendor Shall Confirm And Certify In Writing That Parts And Labor Will Be Available For The Quoted System For Not Less Than Five (5) Years After The Warranty Period Vendor Shall Agree To Provide Factory Or Principal Manufacturer Training And/or Certification For At Least One (1) In-house Biomedical Technologist Or Engineer And/or End-user. Vendor May Include Post-warranty Comprehensive Preventive Maintenance Program Proposal For The Next 3-4 Years And Must Also Indicate Cost Estimates For Major Spare Part/s Vendor To Shoulder Any Expenses Related To Delivery, Installation, Commissioning, Permit/s, Training And Other Sundries Necessary For The Complete Installation Of The Equipment Vendor Must Have Available Technical Staff And/or Office/s Within The Region Principal/manufacturer May Preferably Have An Existing / Active Quality Management System Certification E.g. Iso 13485 And/or Iso 9001 Progress Billing And Payment May Be Availed By The Winning Bidder As Follows, Otherwise, Full Payment Is Due At The Completion Of The Project And Requirements: 15% Upon Delivery At Site; 30% Upon Complete Installation, And 55% Upon Completion Of Project And/or Acceptance Of End-user. Principal’s / Manufacturer’s Products Must Have Been Present In The Local Market For The Past Ten (10) Years Completion Period For Delivery Must Not Exceed 120 Calendar Days And Succeeding Installation Must Not Exceed 120 Calendar Days. Any Deviation From This Limit Requires Prior Approval By The Head Of The Procuring Entity (hope) And Only Applies During Extenuating Circumstances. -------------------------------------------------------------------------------------------------------------------- Item: 2 Unit: Lot Qty: 1 Unit Cost: 23,000,000.00 Total Cost: 23,000,000.00 Description: Advanced Perfusion System, Cardiopulmonary Bypass Pump + In-line Blood Gas Monitoring Device Heart & Lung Machine With Integrated Centrifugal Pump Built In Centrifugal Pump With The Following Specifications: Controls And Monitor Must Be Mounted To The Machine Drive Unit Must Allow For Interchangeable Components (must Have Flexible Drive Unit For Better Handling) Remote Control Display Panel Must Include The Centrifugal Status And Alarms Flow Sensor Must Be Non-invasive Type One (1) Integrated Centrifugal Pump Plus Either (a) Three (3) Singular Large Pumps + Two (2) Single Small Roller Pump Or (b) A Total Of Five (5) Roller Pumps With Flat Screen Monitor For Heart & Lung Machine Functionality Display Roller Pump Must Have Tubing Clamp Assembly Must Be A Rotatable Pump Head. With Hand Crank Intended For Manual Use In The Event Of Power Failure For Both Roller And Centrifugal Pump With Complete Safety Mechanism Device. Dual Pressure Module Sensor With Two (2) Cable Pressure Intended For Arterial Cardioplegia Digital Pressure Monitoring And Two (2) Manometer For Manual Monitoring. One (1) Temperature Module With At Least Two (2) Channels Level Sensor And Air Bubbles Sensor Intended For Adult And Pedia Circuits That Will Trigger The Machine To Temporarily Stop Avoiding Air Introduction To Patient With Mechanical Gas Blender For Oxygen And Compressed Air With Hose And Accessory Connectors Inclusion Of Vacuum Regulator Device Halogen Or Led Console Lamp With Flexible Arms Back-up Battery Which Can Provide Power For At Least 1 Hour Must Provide At Least Six (6) Pieces Of Tubing Clamp With Guard Can Be Powered By 230v ±10, 60hz With Four Heavy Duty Rolling Wheels And Non-scratching With Lock System Included In-line Blood Gas Monitoring Device The Machine Must Be Capable Of A Continuous Determination Of The Following Tests While On Cardiopulmonary Bypass (cpb): Blood Gas (ph, Pco2, Po2, Hco3, Be, So2) Electrolytes & Hematology (k+, Hgb, Hct) Patient Temperature Oxygen Deliver (do2) Inclusion Of Battery Pack To Ensure Uninterrupted Operation. Capable Of Displaying Alert/alarm Indicator When Parameters Fall Outside The Normal Values Must Be Lcd Or Led Screen Machine Must Be Portable And Fit With The Provided Pole Clamps/bracket For Monitoring In The Heart Lung Machine Cable Head Sensor For Testing Must Be Capable For Arterial Or Venous Sampling Monitoring Must Include Printer For Documentation Of Displayed Values 60 Hertz Machine Electrical Requirement Heater Cooler Machine, At Least Two (2) Unit/s Must Have At Least Two (2) Independent Circuits Intended Either For: A. Oxygenator Heat Exchangers And B. Patient Blankets One (1) Pair Of Hose With Corresponding Connectors For Each Independent Circuit Per Unit Can Be Powered By 230v ±10, 60hz Particulars Vendor Shall Warrant That The Product Supplied Shall Equal The Published Specifications. Vendor Shall Provide No Less Than Five (5) Years Warranty On The System/equipment For Spare Parts And Service Upon Acceptance By End User/s. Vendor Agrees To Provide Free Of Charge All Parts And Labour Necessary To Repair The System During The Period Covered By The Warranty And Replacement Of Any Item/s And/or Part/s Found To Be Defective In Material Or Workmanship Under Normal Use. Vendor Must Conduct Quarterly Preventive Maintenance Program Or Frequently As Recommended By Principal / Manufacturer. Vendor Agrees To Add Equipment Down-time (in Number Of Days) To Total Warranty Period. Must Provide Back-up Immediately Upon Notification Where Applicable. Vendor Must Respond With Technical Support Staff, Either Remotely (2 Hours) Or In-person Where Applicable, Within At Least Twenty-four (24) Hours Upon Notification Of End-user; And Must Perform Corrective Maintenance Within A Maximum Of Fourteen (14) Days Upon Notification Of End-user; System/equipment Shall Be Delivered With At Least One (1) Copy Of All Service Manuals And At Least One (1) Copy Of All User Manuals. System/equipment Shall Be Delivered Complete With All Cabling, Connectors, Junction Boxes, Mounting Hardware, And All Other Accessories Necessary For Full Operation Of The System/equipment, Where Applicable. Vendor Must Certify That All Products Quoted Must Be In Current Production And Publicly Available As Of The Date Of This Tender. Unproven Future Products And Model/s Nearing And/or At The End-of-cycle Shall Not Be Accepted. All Desired Features Listed Must Be In Current Production, Installed And In Use At The Time Of Quote/bid; Any And All Software Necessary To Technically Support The System Shall Be Included Any And All Components Not Manufactured By The Vendor/primary Manufacturer Shall Be Listed As Such With Name/address/contact Information Of The Manufacturer Supplied Devices Must Meet All Currently Applicable Safety Standards, Local And International Where Applicable. Vendor Shall Confirm And Certify In Writing That Parts And Labor Will Be Available For The Quoted System For Not Less Than Five (5) Years After The Warranty Period Vendor Shall Agree To Provide Factory Or Principal Manufacturer Training And/or Certification For At Least One (1) In-house Biomedical Technologist Or Engineer And Other Technical Staff (end-user/s); Vendor May Include Post-warranty Comprehensive Preventive Maintenance Program Proposal For The Next 3-4 Years And Must Also Indicate Cost Estimates For Major Spare Part/s Vendor To Shoulder Any Expenses Related To Delivery, Installation, Commissioning, Permit/s, Training And Other Sundries Necessary For The Complete Installation Of The Equipment Vendor Must Have Available Technical Staff And/or Office/s Within The Region Principal’s/ Manufacturer Products May Preferably Have An Existing/active Quality Management System Certification E.g. Iso 13485 And/or Iso 9001 Principal’s / Manufacturer’s Products Must Have Been Present In The Local Market For The Past Ten (10) Years, May Provide Certification Where Applicable Progress Billing And Payment May Be Availed By The Winning Bidder As Follows, Otherwise, Full Payment Is Due At The Completion Of The Project And Requirements: 15% Upon Delivery At Site; 30% Upon Complete Installation, And 55% Upon Completion Of Project And/or Acceptance Of End-user. Completion Period For Delivery Must Not Exceed 120 Calendar Days And Succeeding Installation Must Not Exceed 120 Calendar Days. Any Deviation From This Limit Requires Prior Approval By The Head Of The Procuring Entity (hope) And Only Applies During Extenuating Circumstances.

BARANGAY ALANIB,LANTAPAN, BUKIDNON Tender

Others
Philippines
Closing Date29 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Procurement Of Goods Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..8 Section Ii. Instructions To Bidders…………………………………………...12 1. Scope Of Bid ………………………………………………………………………. 8 2. Funding Information………………………………………………………………. 13 3. Bidding Requirements ……………………………………………………………. 13 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 13 5. Eligible Bidders…………………………………………………………………… 13 6. Origin Of Goods ………………………………………………………………….. 15 7. Subcontracts ……………………………………………………………………… 15 8. Pre-bid Conference ………………………………………………………………. 15 9. Clarification And Amendment Of Bidding Documents …………………………… 15 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 15 11. Documents Comprising The Bid: Financial Component …………………………... 16 12. Bid Prices …………………………………………………………………………. 16 13. Bid And Payment Currencies ……………………………………………………… 17 14. Bid Security ………………………………………………………………………. 17 15. Sealing And Marking Of Bids ……………………………………………………… 17 16. Deadline For Submission Of Bids …………………………………………………. 18 17. Opening And Preliminary Examination Of Bids ………………………………….. 18 18. Domestic Preference ……………………………………………………………… 18 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 18 20. Post-qualification ………………………………………………………………… 19 21. Signing Of The Contract …………………………………………………………… 19 Section Iii. Bid Data Sheet …………………………………………………..20 Section Iv. General Conditions Of Contract ……………………...………..22 1. Scope Of Contract ………………………………………………………………… 23 2. Advance Payment And Terms Of Payment ……………………………………….. 23 3. Performance Security ……………………………………………………………. 23 4. Inspection And Tests ……………………………………………………………… 23 5. Warranty …………………………………………………………………………. 24 6. Liability Of The Supplier ………………………………………………………….. 24 Section V. Special Conditions Of Contract ………………………………….25 Section Vi. Schedule Of Requirements ……………………………………....30 Section Vii. Technical Specifications …………………………………………31 Section Viii. Checklist Of Technical And Financial Documents …………..34 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Purchase & Installation Of Office Aircondition (1st Bid) 1. The Local Government Unit Of Lantapan, Through The Capital Outlay Cy 2019 And Supplemental Budget 2024 Intends To Apply The Sum Of (php 200,000.00) Being The Abc To Payments Under The Contract Purchase And Installation Of Office Air-condition Itb # 2025-01-22-001 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required Is 15 Calendar Days. Bidders Should Have Completed, From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To January 29, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On _____ At _____which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 1st Floor, Barangay Alanib, Lantapan, Bukidnon, On Or Before 9:45 A.m (philippine Standard Time) On January 29, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 29, 2025 At 10:00 O’clock A.m At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Lani D. Arida Bac Secretariat Bac Office, 1/f Barangay Alanib Purok 3, Alanib, Lantapan Bukidnon, Philippines Email Add: Lanialbertodevibar45@gmailcom.ph 13. You May Visit The Following Website/s: Lantapan.gov.ph For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: January 22, 2025 Celestino M. Alob Barangay Alanib/bac Chairperson Reference No.: Itb # 2025-01-22-001 Name Of Project: Purchase & Installation Of Office Air-condition Location Of Delivery: Bgu-alanib, Lantapan, Bukidnon Abc: Php 200,000.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 2.5tr ( 3.0hp)floor Mounted Inverter Model: 28tcfs/ji Cooling Capacity: 28,000(18,000-30,000) Kjh Heating Capacity:29,000(20,000-31,000)kjh Eer For Cooling3.18 W Power Supply: 220-240 V, 1 Phse/60hz Voltage Range : 165-264 Current: 11 Refrigerants:r32 Self Diagnose: Anti Cold Wind Auto Retart Golden Fin Note: Free Installation Unit 2 Total Total Bid Price In Figure: Total Bid Price In Words: Prepared And Submitted By:

Municipality Of Sibunag, Guimaras Tender

Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 461.1 K (USD 7.8 K)
Details: Description Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee Invitation To Bid For Bid No. 2025-009– Purchase Of Office Supplies For Mayor’s Office & Municipal Budget Office The Municipality Of Sibunag Through The 2025 Mo-mooe (mo Office Supplies) Intends To Apply The Sum Of Four Hundred Five Thousand One Hundred Fifteen Pesos (405,115.00) & Mbo Office Supplies Intends To Apply The Sum Of Fifty-six Thousand Twenty-seven Pesos (56,027.00) With Total Abc (461,142.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bid No. 2025-009– Purchase Of Office Supplies For Mayor’s Office Municipal Budget Office. Bids Received In Excess Of The Abc Shall Be Automatical-ly Rejected At Bid Opening. 1. The Municipality Of Sibunag Now Invites Bids For Bid No. 2025-009– Purchase Of Office Supplies For Mayor’s Office Municipal Budget Office. Delivery Of The Goods Is Required 30 Calendar Days. Bidders Should Have Completed, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Re-public Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 3. 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. 4. Interested Bidders May Obtain Further Information From Municipality Of Sibunag And Inspect The Bid-ding Documents At The Address Given Below From 8:00 Am To 4:30 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20-30, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (p500.00). 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:00 Pm Of Janu-ary 30, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 7. Bid Opening Shall Be On 1:15 Pm Of January 30, 2025 At Assessor’s Office, Sibunag Municipal Hall, Dasal, Sibunag, Guimaras. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Municipality Of Sibunag Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Engr. Zaldy C. Domalina Bac Chairperson Municipality Of Sibunag Dasal, Sibunag, Guimaras Cp # 09207155768 Engr. Zaldy C. Domalina Bac Chairperson Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee -ooo- Subject: Bid Proposal Project: Purchase Of Office Supplies For Mayor’s Office & Municipal Budget Office Project Location: Municipal Site, Dasal, Sibunag, Guimaras Date/time Of Bidding: January 30, 2025, 1:00 Pm Item # Description Unit Qty Unit Cost Total Cost Project I- Mo, Abc=405,115.00 1 Double Sided Tape, 1 Inch, 10m Pcs 20 2 Battery Aa, Rechargeable 2/pack Packs 20 3 Packing Tape , 2 Inches, 300m Pcs 10 4 Clear Tape 1" 300m Pcs 15 5 Bondpaper, Short, Subs.20, Gsm 70 Reams 200 6 Bondpaper, Long, Subs.20, Gsm 70 Reams 100 7 Bondpaper, A4, Subs.20, Gsm 70 Reams 20 8 Bathroom Tissue, 2 Ply Rolls 300 9 Black Out Curtain, Fabric (plain) Roll 1 10 Correction Tape, Big, 5mm X 8m Pcs 25 11 Coffee Stick, 1.9g, 36's/pack Packs 30 12 Sugar, Brown Kilos 5 13 Calculator, 12 Digits Pcs 5 14 Computer Ink, Compatible For Epson L14150, Cyan 001 Bot 10 15 Computer Ink, Compatible For Epson L14150, Black 001 Bot 5 16 Computer Ink, Compatible For Epson L14150, Magenta 001 Bot 5 17 Computer Ink, Compatible For Epson L14150, Yellow 001 Bot 5 18 Computer Ink, Compatible For Epson L5290, (003)cyan Bot 5 19 Computer Ink, Compatible For Epson L5290, (003) Black Bot 5 20 Computer Ink, Compatible For Epson L5290, (003) Magenta Bot 5 21 Computer Ink, Compatible For Epson L5290 (003) Yellow Bot 5 22 Computer Ink, Compatible For Brother, Black D60bk Bot 5 23 Construction Paper, Assorted Color Packs 10 24 Door Mat 18"x30" Pcs 20 25 Dipper Pcs 10 26 Detergent Powder, Sachet, 65g Dozens 30 27 Dustpan, Plastic, Good Quality Pcs 10 28 Dishwashing Liquid, Liters 10 29 Estension Cord, 10 Meters, W/socket, Good Quality, 3 Gangs Pcs 10 30 Extension Cord, 10 Meters, W/socket, Good Quality, 3 Gangs Pcs 10 31 Envelope, Letter/mailing, Long Pcs 1000 32 Envelope, Letter/mailing, Short Pcs 1000 33 Expanded Plastic Envelop Without Handle Long, Good Quality Pcs 100 34 Expanded Envelop, Long, Blue Pcs 100 35 Fabric Conditioner, 24 Ml Dozen 50 36 Flash Drive, 64 Gb Pcs 5 37 Folder White, Long, Good Quality Pcs 200 38 Folder White, Short, Good Quality Pcs 200 39 Folder Expanded, Long, Good Quality, Yellow Green & Red Pcs 200 40 Gun Tacker T-50 Heavy Duty 3 Way Staple & Nail Gun Pcs 3 41 Gun Tacker Wire T-50 3/8" 10mm Box 20 42 Gun Tacker Wire T-30 1/4" 6mm Box 20 43 Glue Glun (big), Good Quality Pcs 10 44 Glue Stick Big, Transparent Pcs 500 45 Glue Stick Small, Transparent Pcs 200 46 Ink Of Copier (duplo) Pc 10 47 Internal Hard Drive 2 Tb Pcs 3 48 Marker, Fluorescent, Assorted Color Pcs 10 49 Photo Paper, Matte, Long, 20's/pack Packs 25 50 Specialty Paper, Short, Ivory 20's Packs 100 51 Specialty Paper, Long, Ivory 20's Packs 100 52 Sponge Pcs 20 53 Sticker Paper, A4, Matte 20's Packs 20 54 Signpen, 0.5mm, Blue, 12's/box Boxes 20 55 Signpen, 0.5mm, Black, 12's/box Boxes 10 56 Signpen, 0.7mm, Blue, 12's/box Boxes 20 57 Signpen, 0.7mm, Black, 12's/box Boxes 10 58 Sticky Note Pad, Assorted Color 3x3 Pads 15 59 Sticky Note Strips, Assorted Color 3 X 1/2 Packs 15 60 Scissors, Good Quality 6" Pcs 10 61 Stapler With Remover, Big, Good Quality Pc 10 62 Staple Wires, #35 Boxes 5 63 Sd Card 512 Pc 2 64 Toilet Bowl Cleaner, 500ml Bottles 20 65 Toilet Brush Pcs 10 66 Toilet Plunger Pcs 10 67 Trash Bags, Plastic, 10's, Xxl Packs 20 68 Softbroom, Good Quality Pcs 10 69 Trash Bin, Medium Size Good Quality Pcs 10 70 Mop, Spin, Good Quality Pcs 10 71 Glue, 1,010g Liters 1 Sub-total 72 Glue 130g Pcs 5 73 Pail (5 Liters) Pcs 10 74 Spoon, Stainless, Good Quality Dozen 2 Total 75 Fork Stainless, Good Quality Dozen 2 76 Plate 10" Ceramic, Good Quality Dozen 2 77 Coffee Mugs, Ceramic, Good Quality Dozen 2 78 White Board Marker, Black 25 Ml Pcs 10 79 Stamp Pad Ink, Blue 30ml Pcs 10 80 Facsimile Stamp Pcs 5 81 Certified True Copy Stamp Pcs 5 82 Received Stamp Pcs 5 83 Customized Stamp (mayor's Name & Designation) Pcs 2 84 Ruler Steel 2ft Pcs 5 85 Molar File With Blue Color Pcs 30 86 White Borad 2x4 Ft Pcs 2 87 Whiteboard 4x8 Ft Pcs 2 88 Scotch Tape Dispenser Pcs 2 89 Hand Towel, Microfiber 16x24 Inches Dozen 2 90 Black Out Ring Curtain 7ft (plain) Pcs 10 91 Hi-techpoint Pen 0.7 (black And Blue) Pcs 12 92 Hi-techpoint Pen 0.5 (black And Blue) Pcs 12 Project Ii-mbo, Abc=56,027.00 1 Epson Ink 664, Cyan, 70 Ml Bottles 2 2 Epson Ink, Magenta 664, 70 Ml Bottles 2 3 Epson Ink, Yellow 664, 70 Ml Bottles 2 4 Epson Ink, Black 664, 70 Ml Bottles 5 5 Canon Ink G3010, Gi-790 Cyan Bottle 2 6 Canon Ink G3210, Gi-790 Yellow Bottle 2 7 Canon Ink G3010, Gi-790 Magenta Bottle 2 8 Canon Ink G3010, Gi-790 Black Bottle 5 9 Plastic Folder Thick (long) Green, Red Dozens 12 10 Plastic Folder Thick (short) White Dozens 15 11 File Folder, 14pts, White, Legal, 100s/ Bundle Bundle 3 12 File Folder, 14pts, White, Letter, 100s/ Bundle Bundle 2 13 Brown Envelope (long) Dozens 3 14 Brown Envelope (short) Dozens 3 15 Bond Paper (short) Subs.20, Letter, 8 ½” X 11 Reams 35 16 Bond Paper (long) Subs.20, Legal, 8 ½” X 13 Reams 10 17 Bond Paper A4 Size , Subs 20, 500 Sheets Reams 5 18 Sign Pen .07 Pcs 24 19 Pentel Pen Black (broad) Pcs 3 20 Pentel Pen Blue (broad) Pcs 3 21 Comb Ring ¾ “x 44” Long Plastic ½ Wide Pcs 20 22 Alcohol 1000 Ml 99.9% Germ Kill Bottle 5 23 Metal Triangular Scale Ruler (30cm) Pcs 2 24 Correction Tape (big) Pcs 10 25 Calculator 12 Digits (two Way Power) Big Pcs 2 26 Paper Clips (vinyl Coated) Boxes 6 27 Paper Clamp, Big Pcs 15 28 Scotch Tape 2” Pcs 5 29 Packing Tape Pcs 2 30 Paper Fastener (plastic) Vinyl Coated, Big Boxes 4 31 Staple Wire # 35, Boxes 4 32 White Board Marking Pen (black) Pcs 2 33 Double Sided Tape (big) Pcs 12 34 Hard Drive, Usb 64gb Pcs 1 35 Cutter Big Pcs 3 36 Colored Marker Highlighter, Red, Green, Violet Pcs 1 37 Ballpen, Black, 0.5, Smooth Ink Dozens 5 38 Stamp Pad (big) Pcs 1 39 Pencil #2, Lead W/ Eraser, 1 Doz/box Boxes 2 40 Sticker Paper (white, Green, Orange) Packs 12 41 Specialty Paper Packs 3 42 White Ordinary Mailing Envelope, Long Pcs 50 43 Thumb Tacks, 100pcs/box Boxes 3 44 Photo Paper, Long 20 Pcs/pack Pack 5 45 Scissor, Big Pcs 2 46 Stapler #35, With Staple Wire Remover (big) Pcs 2 47 Masking Tape 1: Wide 50 Meters Long (big) Pcs 2 48 Push Pin Boxes 2 49 Feather Duster W/ Handle Plastic Pcs 1 50 Computer Mouse, Wireless Pcs 1 51 Soft Broom, Tiger Grass, Good Quality Pcs 1 52 Detergent Powder, Sachet, 57g Doz. 1 53 Trash Bag, Black, Large Pack 2 54 Board Paper White Short Pack 6 55 Air Freshener, Spray, 320/bottle Bottle 2 56 Bath Soap, Anti Bacteria, Big Pc 2 57 Dishwashing Liquid, Refill Pouch, 600 Ml Bot 1 58 Fabric Conditioner Dozen 1 59 Pencil Sharpener (office Stationary) Pcs 1 60 Molar File Pcs 21 61 Trash Can With Cover (big) Pc. 1 62 Expanded Folder ( Long) Pcs 75 63 Facsimile ( Certified True Copy) Pc 1 64 Highlighter ( Green & Blue) Pcs 2 75total Bid Amount: In Words: Prepared And Submitted By: ____________________________________ ___________________________ Signature Over Printed Name Name Of Firm ___________________________ Date Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Be: The Name Of The Contract Is Purchase Of Office Supplies For Mayor’s Office & Municipal Budget Office The Identification Number Of The Contract Is Bid No. 2025-009 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: The Amount Of Not Less Than Twenty-three Thousand Fifty-seven Pesos And 10/100 (23,057.10) If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or The Amount Of Not Less Thirteen Thousand Eight Hundred Thirty-four Pesos And 26/100 (13,834.26) If Bid Security Is In Surety Bond. 19.3 In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.2 Bidders Shall Submit License As Office Supplies 21.2 Additional Contract Documents Relevant To The Project That May Be Required By Existing Law And/or The Procuring Entity.

City Of Valenzuela Tender

Others...+1Electrical and Electronics
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 858.9 K (USD 14.7 K)
Details: Description Item No. Quantity Unit Of Issue Item Description/specification 1 2 Pcs "digital Electronics (hb) Kumar, V. 2024" 2 2 Pcs "introduction To Electrochemistry Ritu Tomar 2024" 3 2 Pcs "basic Electrical Engineering Mathew West & Sara Miles 2025" 4 2 Pcs "core Concepts In Engineering: Electronics Engineering 2nd Edition Weinert, E. 2024" 5 2 Pcs "electronics Engineering: Principles And Applications Clark, H. 2021" 6 2 Pcs Statics And Analytical Geometry (2nd Edition) 3g Editorial Board 2022 7 2 Pcs "electrical Installation And Maintenance Basic And Intermediate Laxman Singh 2024" 8 2 Pcs "theory Of Machines (hb) Clark, Z. 2024" 9 2 Pcs "optimization Techniques In Power Distribution System Donchin Parasuraman 2024" 10 2 Pcs "core Concepts In Physics: Electricity (2nd Edition) (with Access Code) Carlos Suarez 2024" 11 2 Pcs "environment, Urbanisation And Development (hb) Jain, A.k. 2021" 12 2 Pcs "question Bank In Electrical Engineering 5th Ed Gupta 2017" 13 2 Pcs "industrial Instrumentation Engineering Richard Brawn 2024" 14 2 Pcs "handbook Of Maintenance Management And Engineering Principles And Practices Tomar R.p. 2021" 15 2 Pcs "advances In Classical Mechanics (hb) Kumar, A. 2023" 16 2 Pcs "intelligent Control And Automation (hb) Pehcevski, J. 2023" 17 2 Pcs "vector Analysis Pal, M. 2021" 18 2 Pcs "control Engineering Handbook Modeling, Analysis And Applications (hb) Set Vol. 1&2 Singer, C. 2024" 19 2 Pcs "handbook Of Linear And Partial Differential Equations Haque, M.n. 2021" 20 2 Pcs "textbook Of Mechanics (hb) Yadav, B.s. 2024" 21 2 Pcs "geotechnical Engineering (hb) Kulkarni, R.s. 2023" 22 2 Pcs "structural Mechanics Kashyap, D. 2023" 23 2 Pcs "fluid Mechanics, Fluid Dynamics And Pipe Flow Turbulence, Simulation And Dynamics Brown, W." 24 2 Pcs "indeterminate Structural Analysis Sahoo, D.r. 2021" 25 2 Pcs "earthquake Engineering For Structural Design Mckenzie, L. 2023" 26 2 Pcs "foundation Course For Civil Drafter (book With Dvd) 3g Editorial 2021" 27 2 Pcs "discrete Mathematics Panwar, R. 2024" 28 2 Pcs "computer Organization Anju Gautam 2023" 29 2 Pcs "robotics And Artificial Intelligence (hb) Peeri, R. 2023" 30 2 Pcs "digital Logic Design Murray, L. 2024" 31 2 Pcs "high Performance Computer Architecture Prasad, V. 2022" 32 2 Pcs "engineering Physics Ayouch, N. 2020" 33 2 Pcs "theory, Practice And Techniques In Graphics And Multimedia 3g E-learning 2018" 34 2 Pcs "theory, Practice And Techniques In Object Oriented Programming 3g E-learning 2018" 35 2 Pcs "database Management System Uzair Bashair 2024" 36 2 Pcs "web Technologies Avadhesh Kumar Gupta 2023" 37 2 Pcs Fundamentals Of Software Engineering Mason, H. 2022 38 2 Pcs "methods Of Research And Statistics J. Vidya Sagar 2021" 39 2 Pcs "foundation Course For Computer Network Architect (book With Dvd) 3g Editorial 2021" 40 3 Pcs "events Management Second Edition Dela Cruz, M. Et. Al. 2024" 41 3 Pcs "professional Salesmanship Serrano 2023" 42 3 Pcs Strategic Business Analysis With Management Palma, N. Et.al. 2023 43 2 Pcs Financial Markets Bairan 2024 44 2 Pcs "personal Finance Cabrera, E.et. Al. 2022" 45 2 Pcs Financial Accounting And Reporting Fundamentals Cabrera, E. Et Al. 2022 46 3 Pcs Credit And Collection Flores 2023 47 3 Pcs "thesis And Dissertation Writing Made Easy Mendoza, E. C. Et. Al. 2023" 48 3 Pcs "risk Management As Applied To Safety, Security, & Sanitation Somoray 2023" 49 4 Pcs Practical Research 1 Maranan, M.h. Et. Al. 2023 50 3 Pcs Training And Development 2nd Edition Flores, M. Et. Al. 2023 51 3 Pcs Organization Development 2nd Edition Flores, M. 2023 52 2 Pcs Advance Management Information System Abante, M.v. 2023 53 2 Pcs Data Analytics & Business Intelligence Abante, Et, Al. 2023 54 2 Pcs "income Taxation 2024 Edition Tabag, E. & Garcia, E. 2024" 55 3 Pcs "labor Relations Management And Negotiations (second Edition) Camilar-serrano, A. & Ducut, R. 2023" 56 3 Pcs Advanced Human Resource Management For Private Abante, Et, Al. 2024 57 3 Pcs "strategic Marketing Management Serrano 2024" 58 2 Pcs "advanced Financial Accounting & Reporting Punzalan, Angelito 2022" 59 2 Pcs "government Accounting (ngas) Punzalan & Cardona 2022" 60 2 Pcs "auditing Practice, Cpa Reviewer Roque, Gerardo 2023" 61 2 Pcs "conceptual Framework And Accounting Standards Cabrera, E. Et Al. 2022" 62 2 Pcs Conceptual Framework And Accounting Standards Valix, C. 2024 63 2 Pcs Intermediate Accounting Volume 3 Valix & Peralta 2023 64 2 Pcs "practical Financial Accounting Volume 1 Valix, C. 2023" 65 2 Pcs "practical Financial Accounting Volume 2 Valix, C. 2023" 66 2 Pcs Theory Financial Accounting Valix, C. 2022 67 2 Pcs Notes In Business Law Soriano, F. 2023 68 3 Pcs "obligations And Contracts (law And Application) Soriano, F. 2022" 69 2 Pcs "cost Accounting And Control De Leon, N. 2022" 70 2 Pcs Managerial Accounting - An Integrated Approach Cabrera, E.et. Al. 2022 71 2 Pcs Cpa Reviewer In Taxation 2024 Edition Tabag, E. 2024 72 2 Pcs Income Taxation 2024 Edition Tabag, E. & Garcia, E. 2024 73 2 Pcs Income Taxation Laws, Principles And Application 2023-2024 Edition Banggawan, R. B. 2023 74 2 Pcs Philippine Income Tax Volume 1 -part 1 & 2 Set Llamado, C. & De Vera, J. 2023 75 2 Pcs Transfer And Business Taxation 2023 Edition Tabag, E. & Garcia, E. 2023 76 2 Pcs Nirc + Train + Create: National Internal Revenue Code Of The Philippines, As Amended Aguirre, U.m. 2022 77 2 Pcs Gender And Society With Peace Education Towards An Inclusive Higher Education Perspective Espinol, Et Al 2023 78 2 Pcs Statistics And Probability Revised Edition (shs) Carpio, J. 2023 79 3 Pcs Strategic Management Essentials (tools, Techniques And Best Practices) Pasahol Et Al 2024 80 3 Pcs Advanced Human Behavior Organization With Ethics Abante, Et, Al. 2024 81 3 Pcs "introduction To Qualitative Research Writing: Handbook-worktext For Practical Research 1 Casinto, C.d. 2023" 82 3 Pcs Understanding Society And Culture: A Sociological And Anthropological Approach Riodique Iii, F.c. Et Al. 2024 83 2 Pcs "current Issues: Child And Youth Safety Online (hb) Maria-dolores 2024" 84 3 Pcs Midnight Monologues: Poems And Short Stories Ong, C. 2016 85 3 Pcs Applied English For Academic And Professional Purposes For Senior Highschool (shs) Tandoc, S. 2016 86 2 Pcs Teaching And Assessment Of Grammar Atkinson, I. 2024 87 2 Pcs "social Linguistics And Literacies Basa, R. 2021" 88 3 Pcs "the Teaching And Assessment Of Literature Studies Bacus, Terogo, Bustos, Dapat 2022" 89 3 Pcs "teaching Beginning Literacy Pado, F. 2020" 90 2 Pcs "an Introduction To Linguistics Ortega, S. 2019" 91 2 Pcs Meaning In Language (hb) Wilson, E. 2021 92 3 Pcs Guidebook For Writers And Editiors Lantican, A. 2021 93 2 Pcs Stories From The Other Side And Other Narratives De Viana, A. 2022 94 3 Pcs "technical Writing Mananay, Sumalinog 2022" 95 2 Pcs Laut Stories The Philippine Writers Series 2022 Gayangos, S. 2022 96 3 Pcs Mathematics In The Modern World Reyes 2023 97 3 Pcs Mathematics Of Investment 4th Ed. Sirug 2023 98 3 Pcs Advance Mathematics Adao & Chavez 2023 99 3 Pcs Pre-calculus Senior High School (shs) Chavez, S. 2023 100 3 Pcs Arts: Beyond Borders (contemporary Arts From The Regions) (shs) Constantion Jr., & Marquez 2023 101 3 Pcs Purposive Communication Atkinson, I. 2024 102 3 Pcs Essentials Of Purposive Communication Caudilla 2023 103 2 Pcs Purposive Communication (revised Edition) Zoleta 2023 104 3 Pcs English For Purposive Communication (a Modular Approach) Gutierrez-ang, J. 2023 105 3 Pcs Understanding The Self Developing Life Skills (revised Edition) Magalona, E. 2023 106 3 Pcs The Art Of Self Discovery: An Understanding The Self Workbook-textbook Villanueva; Egargo 2023 107 3 Pcs Understanding The Self:new Normal Edition Palean Et Al 2024 108 3 Pcs Teaching Science In The Elementary Grades Vol. 2 Physics, Earth & Space Bilbao, Larroder, Liaugo 2024 109 3 Pcs "assessment In Learning 1 A Modular Approach 2nd Ed. Helen Boholano,joje Mar,sanchez 2023" 110 3 Unit "action Research For Beginners In Classroom-based Context (a Guide For Pre-service And In- Service Teachers) By De Leon, E.""" 111 3 Pcs Field Study 1 2nd Edition Observation Of Teaching-learning In Actual School Environment Marcela J. 2023 112 2 Pcs Learning Disabilities And Remediation Alice Mathew 2022 113 2 Pcs Childhood And Growing Up (hb) Bhalerao, T. / Damle, S.v. 2023 114 3 Pcs "inclusive Education In Early Childhood Settings Boholano,menorianavarro,jamon,corte S 2024" 115 3 Pcs Exploring Children's Literature To Enhance Literacy In The Elementary Grade Conjusta, G. 2022 116 3 Pcs Children And Adolescent Literature Bacus, Terogo, Bustos, Dapat 2022 117 3 Pcs Field Study 2 Participation And Teaching Assistantship Brawner, D. Et. Al. 2019 118 3 Pcs The Teaching Profession Fernando, Et Al 2024 119 3 Pcs The Teaching Profession In The 21st Century Sarandi & Babao 2024 120 3 Pcs The Teacher And The School Curriculum Fernando, M. & Oamil, E. 2022 121 3 Pcs Teaching And Assessment Of The Macroskills Alda, R.c.et Al. 2022 122 3 Pcs The Teaching Profession Fernando, Et Al 2024 123 3 Pcs Assessment Learning 1 Boholano, H. 2023 124 3 Pcs Let Rev. Professional Education Corpuz Et. Al. 2023 125 3 Pcs Research Writing Made Easy Basilan 2022 126 3 Pcs "let Rev. Prof Ed Assessment In Learning Corpuz, B. And Cuartel, I. 2023" 127 3 Pcs Linya At Galaw (mga Dula Sa Filipino At Ingles) Torres, Jose Victor Z. 2023 128 2 Pcs Sinesosyedad (panunuri Ng Piling Pelikulang Panlipunan) Elmer B. De Leon 2023 129 3 Pcs Borador Isang Pagkilala Sa Layunin Ng Komunikasyon Sa Kolehiyo Alvin B Yapan 2022 130 3 Pcs Global Culture And Tourism Geography Donesa, L. 2020 131 3 Pcs Principles Of Total Quality Management Pasahol Et Al 2024 132 3 Pcs Strategic Management Austria Et Al 2024 133 3 Pcs Strategic Operations Management, 2e Serrano 2024 134 3 Pcs Information Management Cortez 2023 135 2 Pcs E-governance For Development Administration Abante, Et, Al. 2024 136 3 Pcs Philippine Politics And Governance With 1987 Philippine Constitution Sanchez, R. Et. Al. 2023 137 3 Pcs Advanced Public Fiscal Management, Finance And Accountability Abante, Et, Al. 2024 138 3 Pcs Advanced Local Government And Regional Administration Development Abante, Et, At. 2024 139 3 Pcs "transcendence Understanding Contemporary Global Dynamics Issues And Challenges Dc Coronacion; Fc Calilung 2024" 140 2 Pcs "introduction To Sociology (hb) Ralhan, S.s./ Lambat, S.r. 2023" 141 2 Pcs "political Social And Economic Sociology Chandrama Singh 2024" 142 2 Pcs Essentials Of Environmental Science (hb) Palani, V. 2024 143 2 Pcs Heat, Light And Optics (hb) Singh, A.p. 2023 144 2 Pcs Advances In Plant Cell Physiology (theory And Practice) (hb) Joshi, D. 2023 145 2 Pcs Basics Of Magnetism (pb) 3g Elearning 2024 146 2 Pcs Fundamentals Of Physics 3g Editorial Board 2022 147 2 Pcs The Life, Works, Writings And Travels Of Dr. Jose P. Rizal Ayson 2022 148 3 Pcs The Contemporary World Mananay,sanchez,sumalinog,argate,cadosales 2024 149 3 Pcs A History Of The Philippines Student Edition (reprint) Tan, Samuel K. 2023 150 2 Pcs Readings In Philippine History 2nd Edition Outcome-based Module Asuncion. N. 2022 151 2 Pcs The Life And Works Of Rizal Balili Et Al 2023 152 3 Pcs Unravelling The Absolute Moral Principle:ethics For College Students. Rev. Ed. L.e. Buenaflor, Et Al 2024 153 3 Pcs Guidebook For Writers And Editors Lantican, A. 2021 154 2 Pcs Introduction To Broadcasting James, B. 2024 155 3 Pcs Events Management (revised Edition) Rodolfa, B. 2022 156 2 Pcs Disaster Readiness And Risk Reduction For Senior High School (shs) Serapio, M. 2016 157 3 Pcs The Advertiser's Blueprint Sygaco, S.b. 2024 158 2 Pcs Introduction To Journalism Warner, A. 2024 159 2 Pcs Communication Research Methods Warner, A. 2024 160 3 Pcs Sinesosyedad (panunuri Ng Piling Pelikulang Panlipunan) Elmer B. De Leon 2023 161 3 Pcs Disaster And Risk Reduction Management With Covid19 Modules Mogol 2022 162 2 Pcs Understanding Media, Culture And Technology Stewart, F. 2021 163 2 Pcs "public Administration In The Developing World: Operating In A Poorly Funded Context (hb) Buama, C. A. 2021" 164 3 Pcs "promoting Community Change Through Civic Welfare Training Service 2 Briones, M. Et.al. 2024" 165 5 Pcs (path ? Fit 2) Physical Activity Towards Health And Fitness Combative Sports And Outdoor Recreational Activities Bulatao Et. Al. 2023 166 5 Pcs "physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program Punzalan, M.d, Et. Al. 2023" 167 5 Pcs Physical Activity Towards Health And Fitness (path-fit 4 Sports) Individual/dual And Team Sports Medina-bulatao, M. G. Et. Al. 2023 168 5 Pcs Physical Education 4 Path Fit 2 Sports College Textbook Punzalan, M.d. Et. Al. 2019 169 5 Pcs Physical Activity Towards Health & Fitness 3 (path-fit 3) Menu Of Dance Punzalan, M. D. Et. Al. 2023 170 5 Pcs Physical Education And Health: Aquatic (basic Swimming) And Mountaineering Revised Edition Latorre 2023 171 5 Pcs Physical Activities Towards Health And Fitness Pathfit 2: Exercise-based Fitness Activities Ballecer, M. 2023

DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender

Education And Training Services
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 359.9 K (USD 6.1 K)
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 3- Support Service Area: Physical Therapy Area) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 359,916.00 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 3- Support Service Area: Physical Therapy Area) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, 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. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 13, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 9:00am Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 27, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Items, Specifications, Quantity Of Delivery, And Abc: Cabinet, 4' X 6' Double Door (3/4 Plyboard, Varnish Paint) Set 1 Wooden Cubicle Partition, 4 Panel Divider (l 70.25 Inches X H70.25 Inches X T0.75 Inches) Set 4 Mirror, Aluminum Frame (thickness 1/4 Inch X 4 X 8 Ft) Set 1 Filing Cabinet, Vertical Filing Cabinet In 2, 3 And 4 Drawers With Plastic Divider And Central Lock Heavy Duty Construction Assembles In Minutes Power Coated Finish Anti-tilt Mechanism Quiet Closing 3 Sectional Railings For Smooth Actions Central Locking System Unit 1 Learners'/clients' Chart Materials, High Quality Abs Body, Moulded Light Blue, Pink, Grey Color, Size: 340×230mm Unit 10 Anatomical Models, Brand New, High Quality, 1/2 Life Size Can Be Disassembled Into 27 Parts Hand Numbered With Key Guide Anatomically Accurate A Perfect Tool For Teaching/studying Human Muscular And Organs Anatomy Set 1 Blood Pressure, Product Details Type: Upper-arm Monitor Type: Digital Cuff Size: 32cm Dimension (w X H X D): 145 X 466 X 145mm Weight: 250g Technical Details Power Supply: Battery Battery Type: Li-polymer Features Smart App Availability: Yes Automatic Shut Off: No Low Battery Indicator: No Connection Bluetooth: No Wi-fi: No Unit 2 Stethoscope, Product Name: Dual Tube Stethoscope Weight: 185g Length: 80cm Product Material: Polymer Diaphram Listener Material: High-density Stainless Steel Product Composition: Eartip, Ear Hooks, Leaf Spring, Hose Heads, Diaphrams Unit 2 Tape Measure, Material: Pvc It Has Centimeter Scale On Reverse Side Which Is Up To 300cm Large, Easy To Read Marking Measures Up To 120 Inches Piece 2 Hand Dynamometer, Type: Electronic Counting Gripper Function: Comprehensive Fitness Exercise Material: Abs Size: 15cm/5.90"x10.5cm/4.13"x2cm/0.79" Piece 2 Ice Massage Caps, Size: 2 Count (pack Of 1) Measuring 2.9” In Diameter, The Ice Cup Massager Holder Also Fits Comfortably In The Hand. Material: Polyethylene Pack 3 Foam Rolls, Material: Expanded Polypropylene Foam Item Weight: 0.42 Pounds Size: 18 Inches Piece 4 Balance Board, Type: Rocker Board Dimensions: 32.28 X 11.81 X 0.59 Inches Weight Capacity: 100 Kg Material: Beech Wood Anti-skid Feature: Not Specified Unit 2 Treatment Table, Product Name: Multi Functions Physical Electric Therapy Treatment Table Size: L2040*w560*h550-820mm Product Feature 1. Electric Operation,3 Sections, New Design Epoxy Metal Frame. 2. Equipped With 3 Motors For Height, Back And Leg Rest Adjustment. 3. Height Adjustments For The Arm Rests. 4. With Artificial Leather Cover On The Head, Seat, Leg Areas. 5. 4 Luxurious Castors With Brake. Function: Suitable For Hospital Electric Therapy Treatment Table Use. Unit 1 Mat Table, Wood Construction Adds Strength And An Attractive Natural Finish. Supports Up To 500 Lbs For Better Patient Accommodation. Heavyweight Vinyl Upholstery Is Comfortable And Strong. Thick Foam Padding Provides Patient Comfort For A Better Experience. Five-leg Design With Center Support Ensures Stability Through Heavy Treatment. Height: 18" Weight Capacity: 500 Lbs Size: 4 Ft Wide X 7 Ft Long Unit 1 Adjustable Height Exercise Steps, Color: Teal/purple Brand: Us Weight Item Weight: 80 Ounces Item Dimensions Lxwxh: 30 X 15 X 8 Inches About This Item Made In The United States From Durable, Recyclable High-density Polyethylene Circuit-size (28. 5" L X 14. 5" W X 4" H) Aerobic Platform, 4 Original Risers, And Streaming Videos Platform Features Grooved, Nonslip Top And Supports Up To 275 Lbs Four Nonskid Feet On Each Riser And Platform Prevents Sliding Or Scratching Floors Vary Workout Difficulty By Adjusting Platform Height From 4" To 6" To 8" Using Risers Unit 1 Pediatric Examination Gowns, Opening: Full Open Back Style: Child Size Color: Jellybean Print Made With High Quality, 100% Cotton Comfortable, Durable, Washable, And Reusable Hook And Loop Closures At Neck And Mid-back Piece 5 Towels, Material: High Quality 100% Cotton Terry – 500gm2. Size: 90 X 180cm. Piece 10 Bed Sheets, Waterproof 5.5 Mil Vinyl Contoured Corners, Fitted 36" X 80" X 6" Case Of 12 Pack 5 Pillows, Pillow Shape: Rectangle Pillow Weight: 0.95-1000 Grams Pillow Height: 12.7cm Pillow Width: 40.64cm Pillow Length: 66.04cm Pillow Size: 40 X 66 Cm Pillow Material: 100% Cotton Pillow Filing: Cotton Poly-fiber Piece 4 Pillowcase, 2pcs Pillowcase Size: 1 X 28 Inches Material: Cotton & Polyester Set 10 Blankets, 100% Canadian Cotton, Soft Texture, High Quality Fabric Size: 52 X 90 Inch Piece 10 Step Stools, Double Steel Caravan Step. Rubber Non- Slip Steps. Leg Distance Front To Back 65 Cm. Width 42 Cm. Top Step Height 38 Cm. Bottom Step 20 Cm. Unit 2 Therapist Stools On Wheels, Description: This Stool Can Be Adjusted To Just About Any Position You Want, Making It Incredibly Versatile And Comfortable. It Has A 360-degree Swivel So You Can Quickly Spin Around To Access Anything You Need At Home Or In The Office. The Unique Saddle Seat Has Thick Padding, Making It Easy For You To Stay In The Same Place For Hours At A Time. Unit 2 Wedge Bolsters, Use A Wedge Bolster Along With Our Quicklock Face Rest Platform To Create A Quick And Easy Backrest For Any Portable Or Stationary Massage Table. Dimensions: 24"w X 10"h X 24"l With A Flat Top And A 36" Incline. Piece 1 Round Bolsters, 6" Round Bolster Bolsters Are Made With Earth Friendly Materials Of Cfc Free Foam And Pvc Free Upholstery Choices. High Quality Foam Offers Comfortable Support And Allows Clients To Fully Relax, And Come With Pull Handles At Both Ends For Therapist Convenience. Unlimited Versatility Makes This Comfortable And Supportive Cushion Your Building Block For Positioning. Measures 6" D X 26" L. Made Of Aero-cel Foam: Won't Flatten Or Get Lumpy Like Dacron Bolsters Incredibly Supple Conforms To Fit Curves Firm Gentle Support Piece 1 Core Peak Bolsters, Core Peak Bolster Peaked Shape Fits Comfortably Under Your Knees Precision-cut Foam 10" X 24", With 7" Peak Available In Blue, Gray, Or Black Piece 1 Mobilization Belts And Devices Features: Long Enough To Meet Your Needs: The Strap Belt For Mobilization Measures About 8.2 Feet Long, Enough To Meet Your Using Needs On Leg And Shoulder Stretch, Dancing Training, Yoga, Hop And Waist Support, Arm Movement And So On. Adjustable And Portable: The Yoga Belt With Buckle Comes With An Adjustable Buckle, Allowing You To Adjust The Length Of The Belt To Get A Desired Length, And You Can Easily Carry And Store The Belt, Without Taking Up Too Much Space. Specifications: Main Material: Nylon Color: Blue Size: Approx. 8.2 Feet In Length, About 2 Inches In Width Piece 5 Gait Belt Features: This Transfer Belt Is Designed With A Buckle, Which Can Be Adjusted According To Your Needs Without Worrying About Being Too Loose Or Too Tight. This Gait Belt Metal Buckle Has Reliable Materials, Smooth Surface And Lightweight Structure, Which Is Convenient For Long-term Use And Storage. Specifications: Material: Vinyl Color: Black Size: 60 X 2 Inches Piece 5 Kinesiology Tape, Ultra-strong And Sticky-hypoallergenic Adhesive Water Resistant 97% Cotton, 3% Nylon 180% Stretch For Full Range Of Motion Latex And Zinc Free Sticks 2-7 Days 5-10 Applications Per Roll Each Is 2"x 16.4" (5cmx5cm) Piece 5 Splinting Materials, Rescue Padded Board Splint 6 Paddes Wood Splint (different Sizes) Sizes: 35", 25" And 15" Velcro Straps Color: Blue Set 2 Paraffin Bath, Bath Arm, Hand And Foot Usage: Wax Fomentation Condition: New Voltage: 220v Ac Power:2 Kw Tank Size: 50cm X 35cm X 25cm Deep Unit 1 Dumbells Sets, Product Name: Dumbbell Set Dimension: 810 × 525 × 765mm (excluding Dumbbells) Weight: 37kg Sandbags Qty: 18 Pcs With Different Weight Sandbags Weight: 1lb, 2lbs, 3lbs, 4lbs, 5lbs Type: Medical Rehabilitation Equipment Function: Used For Whole Body Rehabilitation Training Total 18 Dumbbells 1 Lb / Piece, 2 Pieces 2 Lbs / Piece, 4 Pieces 3 Lbs / Piece, 4 Pieces 4 Lbs / Piece, 4 Pieces 5 Lbs / Piece, 4 Pieces Set 1 Theraband, Brand: Theraband Material: Rubber Color: Blue/black Sport Type: Exercise And Fitness/pilates Heavy Set Includes The Fifth And Sixth Of Eight Levels Of Latex Resistance Tubes, Blue, 100%, 5.8 Lbs., 200%, 8.6 Lbs., Black, 100%, 7.3 Lbs., 200%, 10.2 Lbs. Set 4 Goniometers, Protractro Goniometer With 360 Degrees Coverage To Measure Joint And Compare The Changes In Joint Angles Material: Clear Plastic 3 Gonimeter: 12 Inch, 8 Inch And 6 Inch Set 2 Reflex Nuero Hammer, Features: The Pointed Babinski-style Tip At The Base Of The Handle Elicits Superficial Or Cutaneous Responses, Including Plantar And Abdominal Reflexes. Multi-function Double-headed Percussion Hammer For Tapping On Various Parts Of The Patient To Check Nerve Response. Ergonomic Handle Design Make The Percussion Hammers Light And Easier To Use. Weight Balanced Hammer, With Two Soft Rubber Heads, A Large And A Small Hammerhead For Accurate Knocking. Zinc Alloy Comfortable Handle Grip Control, Hammer For High Elastic Pvc Rubber Material: Zinc Alloy + Pvc Color: Black Package Size: 27*11*3.5cm/10.6*4.3*1.3 Inch Package Weight: 140g/4.9oz Piece 2 Thermometer, 1 Second Measuring Time 3 Color Backlight Fever Reminder Auto Shut Off At 18 Seconds Store 50 Sets Of Data Body Temperature Measurement: 34.0-42.9°c / 93.2-109.2°f Surface Temperature Measurement: 0-100°c / 32-212°f Material: Abs Plastic Display Resolution: 0.1°c(0.1°f) Measuring Distance: 1~5cm (0.4~2in) Accuracy: (+/-)0.2°c Auto-shutdown Time: About 18s Power Supply: 2 * 1.5v Aaa Batteries (not Included) 1 Year Warranty Unit 1 Multiple Mode Electrical Stimulator Specification: Dimension: 170 X 60 X 26 (mm) Channel: Two Independent Channels Power Supply: 9v Battery X 1 Pcs Output: 0~100ma P To P Into 500ω Load Density(intensity): Change Of 15 Steps Pulse Amplitude Timer: 30 Minutes Countdown Timer With Auto Off Wave For Dual Phases Square Wave Display: Lcd Display With Timer/mode/density (“density”=intensity) Mode: 10 Programs, P1~p5 Tens, P6~p0 Fitness Ems Ramp Up: 3 Seconds Buzzer: 2 Different Reminders 1.correct: Single Beep 2.caution: Long Beep Pulse Wave Form Low Frequency Stimulator Low Frequency Stimulator Standard Accessories: Electrical Stimulator 1 Stimulator Lead Wire 2 Self Adhering Electrode 4 Operating Manual 1 9v Battery 1 Reusable Package Box 1 Unit 2 Abc = 359,916.00

Bureau Of The Treasury Tender

Manpower Supply
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 916.9 K (USD 15.8 K)
Details: Description Description : Supply Of Security Services Brief Description : Provision Of Personnel To Perform Security Services To Btr Regional Office Located At Pres. Corazon C. Aquino Regional Government Center, Balintawak, Pagadian City, Zamboanga Del Sur And To The Provincial Offices Of Zamboanga City, Zamboanga Del Norte And Basilan No. Of Days Work : 365 Days Duration Of The Contract : January 01, 2025 To September 30, 2025 Approved Budget For The Contract : Regional Office 2 P 40, 870.00 X 9 Months = P 367, 830.00 Po - Zamboanga City/ Sibugay 1 20,336.00 X 9 Months = 183, 024.00 Po - Zamboanga Del Norte 1 20,336.00 X 9 Months = 183, 024.00 Po - Basilan 1 20,336.00 X 9 Months = 183, 024.00 Total P 101,878.00 P 916,902.00 I. Scope Of Work And Services A. The Security Guard/s Shall Perform The Following: Regional Office - Each Of The Two (2) Security Guards Shall Perform Work Of Eight (8) Hours Per Day, Seven (7) Days A Week Inclusive Of Regular And Special Holidays. Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices - Three (3) Security Guards For The Respective Provincial Offices To Perform Work Of (8) Hours Per Day, Seven (7) Days A Week Inclusive Of Regular And Special Holidays. 1. Safeguard The Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices, Their Attached Structures And Facilities From Fire, Criminal Infiltration, Economic Sabotage, Electronic Attack, Bomb Threats, Flood Damage, Vandalism, And Other Forms Of Physical Destruction. Term Of Reference: Security Agency For Cy 2025 Page 2 Of 9 2. Safeguard The Vehicles, Furniture And Other Materials Against Theft, Robbery, Fire, Arson And Other Form Of Crimes. 3. Safeguard The Btr Personnel, Clients And Visitors Against Harm Or Threats While Within The Offices’ Premises During Official Hours, Including Off-hours Whenever Their Access Are Authorized. 4. Promote And Maintain Peace And Order Within The Premises Of Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices, The Assigned Areas Of Responsibility Including, But Not Limited To, The Designated Restricted And High-risk Areas Within The Premises. 5. Expedite Any And All Activities In Support Of The Mission And Objectives Of The Btr Including All Legal And Lawful Instructions Handed Down By The Higher Authority. 6. Record And Document In The Security Guard’s Logbook Or Journal All Significant Events Occurring In His Area Of Responsibility And/or Report In Writing Any Incident Inimical To The Safety And Integrity Of The Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices. 7. Maintain Proper Decorum, Personal Discipline, Grooming, And Decent Uniform While On Duty And Refrain From Reading Newspapers, Using Cellular Phones And Gadgets, Drinking Alcoholic Beverages, Taking Prohibited Drugs, Or Any Other Activities That Will Cause Distraction In The Proper Performance Of His Duty. 8. Comply With Orders, Circulars, And Other Policies Of The Btr, Including Lawful Orders Of The Regional Director, The Heads Of Provincial Offices, Or Their Authorized Representatives. 9. To Strictly Comply With Republic Act No.5487, As Amended By P.d. 1919, Otherwise Known As The Private Security Law, And Its Implementing Rules And Regulations Issued By The Director General Of The Philippine National Police. Ii. Strategic Areas To Be Covered By Security Services A. Perimeter Area(s); B. All Floors From Ground Floor To Rooftop, Including The Garage And Utility Areas Of The Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices; C. All Property Of The Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices, Beginning From Ground Floor To Rooftop. Term Of Reference: Security Agency For Cy 2025 Page 3 Of 9 Iii. Schedule Of Requirements The Following Shall Be Provided By The Contractor: Item No. Qty. Description Bidder’s/supplier’s Compliance 1. *5 Sgs Security Guards Must Be: I. Filipino Male Citizen Ii. Preferably Those Who Have Completed 72 Units In College. Iii. Preferably With Experience In Guarding Government Facility Iv. Able To Communicate In Oral And Written English. V. Physical And Mentally Fit To Perform Security Duty. Vi. 25-45 Years Of Age. Vii. Minimum Height: 5 Ft. And 5 Inches Viii. Undergone Pre-licensing Training Administered Or Authorized By Pnpsosia. (provide Proof Of Training) Ix. Able To Prepare Investigation/spot Reports. X. Passed Np Evaluation And Drug Testing With Proof Of Compliance. Xi. Must Have Undergone Special Trainings On Anti-terrorism; Basic Fire Safety/prevention And Suppression; Basic First Aid And Self-defense Xii. Must Possess A Valid Security License As Of Bidding Date And During Tour Of Duty (submit Copy Of License). Xiii. Must Exhibit Good Moral Character, Honesty, Alertness. Xiv. Must Not Have Been Charged Nor Convicted Of Any Offense Involving Moral Turpitude (submit Appropriate Clearance, Barangay, Police And Nbi). 2 Materials/equipment/supplies To Be Provided By The Contractor, Per Sg: I. Prescribed Basic Uniforms Ii. Nightstick/baton Iii. Whistle Iv. Timepiece V. Writing Pen Term Of Reference: Security Agency For Cy 2025 Page 4 Of 9 Vi. Notebook And Duty Checklist (electronic Or Not) Vii. Flashlight Viii. First Aid Kit Ix. Service Firearms With Full Capacity Ammo. Load Plus Spare (subj. To Compliance With Pnp Guidelines On The Carrying Of Firearms And Ammunitions). X. Metal Detector Xi. Communication Radio (optional) Xii. Raincoat/pontio The Contractor Shall Provide The Abovementioned Security Personnel With Equipment That Should Be 100% Operational At All Times For The Duration Of The Contract. As To The Issued Firearms, They Must Be Of Genuine Brand Acquired From A Legitimate Source(s). No Paltiks Guns. Iv. Technical Specifications Technical Parameters Based On Gppb Circular No. 24-2007 Item No. Description Bidder’s/supplier’s Compliance 1. Stability Of The Company (a) Years Of Experience I. Has Been In The Business For At Least (3) Years; Ii. Has Experience In Providing Security Service (s) To Government Offices And Financial Institution; And, Iii. Bidders Shall Submit Certification Under Oath Of List Of Contracts Completed For The Past Three (3) Years. (b) Liquidity Of The Contractor Submit Audited Financial Statement For Cy 2020-2021 Duly Stamped By Bir Or Its Accredited And Authorized Institution. (c) Organizational Set-up Organizational Capability Of Any Agency Shall Be Based On Its Compliance With Organizational Structure Of Private Security Agencies Prescribed Under R.a. 5487 And Recent Irrs Implementing The Same. - Submission Of Organizational Chart Showing Key Management Personnel Are Themselves Term Of Reference: Security Agency For Cy 2025 Page 5 Of 9 Qualified And Licensed To Operate And Manage Security Business. - At Least (10%) Of Its Security Guard Force Are Currently Deployed On Important Posting Areas (e.g. Vital Installation, Airports, Power Plants, Banks And Similar Financial Institution And Government Offices). 2 Number Of Licensed Firearms - Agency Shall Have A Minimum Number Of Licensed And Serviceable Firearms (cal.38 Or 9mm For Handguns And/or 12 Gauge For Shotguns) Equivalent To 1/3 Of Their Total Number Of Security Guards; And, - Submit List Of Licensed Firearms 3 Other Factors (a) Recruitment And Selection Criteria - Show The Hiring Process For Security Guards And The Different Training Interventions Given To Security Personnel (b) Completeness Of Uniforms And Other Paraphernalia The Following Shall Comprise The Basic Equipment Of A Security Guard While On Duty: I. Prescribed Basic Uniform With Authorized Black Shoes Ii. Nightstick Or Baton Iii. Whistle Iv. Timepiece (synchronized To City Hall Time) V. Writing Pen Vi. Notebook And Duty Checklist (logbook Paginated And Smythe Sewn) Vii. List Of Emergency Numbers Viii. Flashlight Ix. First Aid Kit X. Service Firearms With Holster Xi. Handcuffs Xii. Communication Radio (optional) Xiii. Stun Devices (optional) Xiv. Raincoat/pontio Term Of Reference: Security Agency For Cy 2025 Page 6 Of 9 V. Other Responsibilities Of The Supplier/contractor A. The Supplier/contractor Shall Ensure That Their Assigned Security Guards To Btr Offices Are Physically And Mentally Fit For Duty During The Duration Of The Contract. Btr Reserves The Right To Require The Assigned Guards To Undergo Physical Fitness Test Before And During The Start Of The Contract. B. The Discipline And Administration Of The Security Guards Shall Conform To The Rules And Regulations Of The Contractor And The Btr. The Rules To Be Set By The Supplier/contractor Should Be Approved By Btr. C. The Supplier’s/contractor’s Personnel Rendering Unsatisfactory Performance, Questionable Actuations Or Behavior Including Repeated Violation Of Btr’s Internal Rules And Policies Shall Be Immediately Replaced Upon Receipt Of Written Memorandum From The Btr. On The Other Hand, The Supplier/contractor Shall Not Replace Security Guards To The Btr Without The Prior Approval From Its Management. D. The Supplier/contractor Shall Provide Its Security Personnel Stationed At The Client’s Offices With At Least (1) Unit License 9mm Handgun With Basic Ammunition Load Plus Extra Loaded Magazine; A Stand-by (1) Unit License 12 Gauge Shotgun To Be Issued Only During Extra-ordinary Situations, I.e., Like Existence Of Rebellion, Widespread Violence, Terroristic Attacks And Situations Calling For A More Heightened Alert. E. The Security Guards Of The Supplier/contractor Shall Never Be Employees Of The Btr. Hence, The Latter Shall Not Be Held Responsible For Any Claims For Compensation In The Event Of Injuries And Death Sustained By The Security Guards Or By Any Third Persons In The Performance By The Latter Of Its Duty With Btr. F. The Supplier’s/contractor’s Security Guards Shall Not Be Allowed To Stay In The Building Premises When On “off-duty”, Except During Times Of Emergency Situations. G. The Supplier/contractor Shall Require Its Security Guards Assigned To Their Respective Stations To Render Services In Accordance With The Contract And This Terms Of Reference. Security Guards Are Expected To Be On The Regional Office’ And Provincial Offices’ Premises At Least (30) Minutes Before The Start Of Duty. H. The Supplier/contractor Shall Prepare At Least Two (2) Relievers To Immediately Assume The Duty From Regular Guards In Case Of Their Absence. I. The Supplier/contractor Shall Require Its Security Guards To Render Services Exceeding The Scheduled Working Hours In The Exigencies Of The Service And/or As The Need May Arise. Absent Security Guards Shall Immediately Be Replaced By Relievers. Term Of Reference: Security Agency For Cy 2025 Page 7 Of 9 J. The Supplier/contractor Shall Assume Full Responsibility For Any Liabilities, Cause/s Of Action Or Claims Which May Be Filed By Any Of The Security Guards Under Labor Laws, Employees Compensation Laws Or Other Special Laws, Rules And Regulations Currently Mandated/implemented By The Department Of Labor And Employment. By Virtue Thereof, The Supplier/contractor Shall Render Btr, Its Officers And Employees, Free And Harmless From Any Such Liabilities, Cause Of Action Or Claims. K. The Supplier/contractor Shall Be Responsible For The Loss, Damage Or Injury That May Be Suffered By Btr Or Its Clients, Personnel And Properties, During The Tour Of Duty Of The Assigned Security Guards. Btr Shall Inform The Supplier/contractor In Writing Within Twenty Four (24) Hours From Its Occurrence Or Discovery. It Is Understood That The Contractor Shall Not Be Liable For Loss/es Or Damage/s Incurred By Btr Due To Fortuitous Events Or Force Majeure, Unless Accompanied By Negligent Acts By The Security Guards Or Their Failure To Take Positive Measures To Prevent Such Loss/es Or Damage/s In Line With Established Contractor And Btr Rules And Policies. Further, The Supplier/contractor Guarantees The Full Compensation For Whatever Loss/es Or Damage/s Which Btr May Sustain On The Occasion Of The Fault And Negligence Of Its Security Guards After Due Investigation Is Conducted On The Matter. L. The Supplier Or Contractor Is Obligated To Submit Proof Of Remittance In Compliance With Various Statutory Social Legislation Measures, Including But Not Limited To Contributions To Sss, Pag-ibig, Philhealth, And Ecc, Retirement Benefits For The Retirement Plan Established Or Remittance To Any Institution Responsible For The Administration And Maintenance Of Such Fund. The Supplier/contractor Shall Also Submit The Monthly Proof Of Payment Of The Basic Pay And Other Benefits Paid Directly To The Guards. This Documentation Must Be Provided To The Bureau Of The Treasury (btr) Within Fifteen (15) Days Following The Conclusion Of Each Month. Failure To Submit The Required Proof Of Remittance Shall Be A Ground For The Suspension Of Contract Payments Until Compliance Is Achieved. Additionally, Any Infringement Of These Standards Or Labor Laws May Result And Constitute As A Ground For The Blacklisting Of The Supplier Or Contractor. M. The Supplier/contractor Shall Comply With Existing Labor Standard Laws And Regulations, Especially In The Payment Of Minimum Wage And Other Statutory Benefits Implemented By Dole, Padpao, And The Pnp. N. In Addition, The Supplier/contractor Shall Submit To Btr The Following Upon Submission Of Their Rfq/proposal: 1. Certification Of Good Standing From The Pnp-sosia (formerly Pnp-sagds) And The Philippine Association Of Detective And Protective Agency Operators (padpao). 2. A Certified Copy Of The License To Operate As A Security Agency From The Pnp Term Of Reference: Security Agency For Cy 2025 Page 8 Of 9 3. Business Permit, Philgeps Certificate, Certificate Of Registration (bir), Tax Clearance, Itr (income Tax Return) O. The Supplier Shall Submit The Cost Distribution Schedule Of Security Services Following The Herein Format. Any Other Benefits May Be Added As Long As The Required Items Specifically Listed Below Are Adhered And Compliant With The Approved Budget Contract. Agency Estimate For Security Guards Factor Days 1st Shift 2nd Shift 393.4 414 414 Estimated Equivalent Monthry Rate = Eemr Payable Directly To Security Guards 1.1 Basic Salary Rate ( Monthly ) Sub- Total 1.2 Night Shift Differential ( Note :only 1 Hour Is Alloted For Night Shift Since Duty Is Only Until 11:00 Pm 1.3 13th Month Pay- 1/12 Of Basic Pay 1.4 Service Incentive Leave Pay - 5 Days Per Year (sil) 1.5 Uniform Allowance 1.6 Retirement Benefit Per Month (eemr * 22.5/12) Sub-total (a) Government Payment 1.7 Sss Premium Er Share (based On Table) 1.8 Sss Ec Er Share (based On Table) 1.9 Philhealth Er Share (5% Total, Shared 50:50 By Ee And Er) 1.10 Sif- Er Share 1.11 Pag_ibig Er Share Sub-total (b) Total Payment To Guards + Gov't ( C) 0.00 0.00 Admin Fee (d)= C * ___% 0.00 0.00 Vat- 12% Of Admin Fee (e )= D *12% 0.00 0.00 Total Vat And Admin Fee 0.00 0.00 Total Contract Cost- Monthly (f )= C + D + E 0.00 0.00 Annual Cost (f * 12 Months) 0.00 0.00 Total Annual Cost To Guards [1st Shift: (h * 4 Guards)] Ro + Zambo. City + Zambo. Del Norte + Basilan 0.00 Total Annual Cost To Guards 2nd Shift Of Regional Office Guard With Night Salary Differential 0.00 Term Of Reference: Security Agency For Cy 2025 Page 9 Of 9 Total First And Second Shift 0.00 Vi. Reservation Clause The Btr Reserves The Right To: Reject Documents That Do Not Comply With The Requirements; To Waive Any Formalities And Documents Or Consider Any Submission Of Documents As Substantial Compliance; To Reject Any And All Bids; To Declare A Failure Of Bidding; To Annul The Bidding Process; Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Potential Supplier Or Bidder/s. This Also Includes The Changes In The Funds/allotment Releases For The Said Program/project/activity Affecting The Award Of Contract, Which Are Either Withheld Or Reduced, At No Fault Of The Btr. The Btr Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidder/s Or Potential Supplier/s For Any Expenses Incurred In The Preparation Of The Bid/proposal. Prepared By: Cesar M. Canoog Jr. Administrative Assistant Ii Approved: Albert Jonathan B. Paulino Director Ii Conformed: _________________________________ Signature Over Printed Nam

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents 
Details: Notice Of Sources Sought 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 (sdvosb), Veteran Owned Small Businesses (vosb), And Small Businesses Interested And Capable Of Providing The Services Requested, As Well As Any Large Businesses. The Results From This Source Sought Notice Will Be Used To Determine The Appropriate Set-aside. The Intended Contract Is A Firm-fixed Price Service Contract. The Department Of Veterans Affairs, Nco20 Is Looking For Vendor Sources For The Following Requirement: A Blanket Purchase Order (base + 4 Option Years) For Urinalysis Testing See Attachments For More Information: Attachment A: V20 Estimated Urinalysis Test List Volume Attachment B: V20 Participating Medical Centers And Pocs Attachment C: V20 Bpa Price List (must Be Filled Out) Required Information In Your Response To Sources Sought: In Order To Be Considered A Valid Source That Can Impact The Set-aside Determination Of A Possible Future Solicitation, Potential Contractors Shall Provide, At A Minimum, The Following Information To Peter.park2@va.gov By Below Response Deadline: 1) Company Name, Address, And Point Of Contact, Phone Number, E-mail Address, And Uei. Provide Any Existing Gsa/fss Contract Number This Requirement Can Be Fulfilled Under. 2) Please Identify Your Company S Size In Comparison To The Anticipated North American Industry Classification System (naics) Code 334516 Analytical Laboratory Instrument Manufacturing. To Be Considered A Small Business Your Company Must Have Less Than 1,000 Employees. This Notice Is To Determine The Marketplace For This Specific Requirement. Please Check One Of The Following: [ ] Yes [ ] No Service Disabled Veteran Owned Small Business (sdvosb) [ ] Yes [ ] No Veteran Owned Small Business (vosb) [ ] Yes [ ] No Small Business Manufacturers [ ] Yes [ ] No All Other Small Business (sb) [ ] Yes [ ] No Other Than Small Business 3) Any Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Provide A Sba Certification And Be Registered With U.s. Small Business Administration Veteran Small Business Certification (vetcert) Located At Https://veterans.certify.sba.gov/. 4) Only Authorized Service Representatives/providers Of The Manufacturer Will Be Considered. No Used, Refurbished, Remanufactured, Or Counterfeit Parts Will Be Allowed. Please Provide A Proof Of Authorized Service Provider Letter From Manufacturer. 5) Please Complete The Attached Price List (attachment C). This Is Not A Quote. 6) Capabilities Statement Addressing The Requirements In The Statement Of Work To Include: References For Similar Services Currently Being Provided Or Previously Provided At The Required Service Levels As Outlined In The Statement Of Work. The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System Award Management (sam Located On The Web At Www.sam.gov). It Is Desirable That Any Offeror To Have Completed Their Business Online Representations And Certifications Application In The System For Award Management (sam). Service Address: Various Stations In Nco 20 See Attachment Point Of Contact: Peter Park Contracting Officer Peter.park2@va.gov Response Deadline: 12/20/2024 By 3:00pm Pacific Time Statement Of Work: Bpa For Visn 20 Cprr Urinalysis Testing Bpa Language The Government Will Award A Cprr Bpa To A Single Contractor For Urinalysis Testing. Contractor Agrees To The Following Terms Of The Bpa Exclusively With Visn 20 And Awarded In The Final Bpa. Under This Agreement, The Bpa Holder Shall Provide Cprr Urinalysis Testing For All Visn20 Medical Facilities. The Vha Facilities Within Visn20 Listed On This Bpa Are Authorized To Order Any Item Listed On The Price/cost Schedule At The Listed Price. No Items May Be Ordered Off This Bpa Unless They Are Listed On The Price/cost Schedule. Additional, Related Items May Be Added Without Further Competition To The Price/cost Schedule With The Award Of A Modification By The Administering Contracting Officer (co). The Administering Co Is The Only Vha Employee Authorized To Modify This Bpa. Obligation Of Funds This Bpa Does Not Obligate Any Funds. The Government Is Only Obligated To The Extent Of Authorized Task Orders Issued Under This Bpa. Period Of Agreement This Bpa Is Effective From The Date Of Award For A Period Of 5 Years. Option To Extend The Term Of The Bpa The Government May Extend The Term Of This Bpa For A Period Of Up To Six (6) Months, Exercisable In Increments Of Not Less Than One (1) Month. By Written Notice To The Contractor At Any Time Prior To The Expiration Of The Bpa, Provided That The Government Shall Give The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 30 Days Before The Bpa Expires. The Preliminary Notice Does Not Commit The Government To An Extension. Prices And Terms Visn20 Has Provided An Estimated Annual Volume By Test As Reflected In Attachment A. Pricing Is Based On The Average Annual Test Volume. The Government Estimates The Volumes As Listed In Attachment A But Does Not Guarantee Volumes As Listed; They Are Estimates Only And The Government Doesn T Guarantee That All Listed Stations Will Participate In The Bpa. The Government Estimates, But Does Not Guarantee, That Individual Bpa Orders Placed Against This Agreement May Reach $825,000.00/per Order. This Order Limit May Be Increased By Mutual Agreement Of The Parties As Necessary, In Whole Or Part. The Authorized Ceiling Limit Of The Agreement Is Set At $4,500,000.00 Over The Period Covered By The Agreement; This Ceiling Is Also Not A Guarantee. The Ceiling Limit May Also Be Raised In Association With Order Limit Increases Or Other Conditions Which, By Mutual Agreement Of The Parties, Maybe Considered Necessary. Authorization For Individual Task Orders Above The Stated Task Order And/or Ceiling Limits Must Be Coordinated Through The Contracting Officer Before Larger Valued Orders Can Be Issued And Prior To Commencement Of Work. All Unauthorized Work, Regardless Of Amount, Will Be Processed Through The Ratification Process. Price/cost Schedule Estimated Quantities And Pricing Per Facility Order Placement All Properly Warranted Cos Serving Visn20 Are Authorized To Place Orders Under This Bpa. Task Orders Will Be Placed Against This Bpa Using Outlook Email Messages, Electronic Data Interchange (edi), Fax Internet Portal, Paper Or Oral Communications. Delivery Order Oversight Each Ordering Location Will Designate A Contracting Officer's Representative (cor) Or Poc (if Dollar Amounts Warrant A Cor, And Subject To Co Approval), Who Will Be Responsible For Verifying Contract Compliance And Certify Invoices. Requirement Specifications / Statement Of Work Scope: The Contractor Shall Provide Automated Clinical Laboratory Urinalysis Testing For Urine Dipstick Chemistries, Urine Microscopic Analysis, And Body Fluid Analysis (as Applicable) To Produce Cost Per Reportable Results (cprr) For The Locations Listed Below. Installation And Operational Training Will Be Provided By The Vendor At The Government S Facility. Vendor Will Provide Field Service Support. Vendor Will Also Supply Government With Sufficient Supplies, Reagents, And Training To Execute The Urinalysis Analyzer In The Performance Of The Testing Listed For Each Site Based On Estimated Patient Results Per Month. Equipment Will Be Defined By The Facility. Participating Locations: Alaska Va Healthcare System: 1201 North Muldoon Road, Anchorage, Ak 99504 Boise Va Medical Center: 500 West Fort Street. Boise, Id 83702 Eugene Health Care Center: 3355 Chad Dr., Eugene, Or 97408 Va Portland Health Care System: 3710 Sw U.s. Veterans Hospital Road, Portland, Or 97239 Roseburg Va Health Care System: 913 Nw Garden Valley Blvd., Roseburg, Or 97471 Va Southern Oregon Rehabilitation Center: 8495 Crater Lake Hwy., White City, Or 97503 Va Puget Sound Health Care System - American Lake Division: 9600 Veterans Dr Southwest, Tacoma, Wa 98493 Va Puget Sound Health Care System: 1660 S. Columbian Way, Seattle, Wa 98108 Mann-grandstaff Va Medical Center: 4815 N. Assembly Street, Spokane, Wa 99205 Jonathan M. Wainwright Memorial Va Medical Center: 77 Wainwright Drive, Walla Walla, Wa 99362 Map And Locations For Medical Centers And Clinics Within The Visn 20 Northwest Network Can Be Found At The Following Link: Https://www.va.gov/directory/guide/region.asp?id=1020. General Requirements: Leased (cost Per Reportable Result) Equipment. All Related Consumables And Supplies. All Necessary Service To Keep Equipment In Manufacturer's Operating Conditions, Both Preventive Maintenance And Emergency Repairs. Training For Personnel Operating Equipment. Cost Per Reportable Result Cprr: Cost Per Patient Reportable Result (cprr): As Defined In The Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers - Contractors Are Required To Provide A Price For A Reportable Patient Result. The Per Patient Reportable Result Price Shall Include Costs Covering: (1) 5-year Equipment Use, (2) All Reagents, Standards, Vendor Provided Quality Controls, Supplies, Consumable/disposable Items, Parts, Accessories, And Any Other Item Required For The Proper Operation Of The Contractor S Equipment And Necessary For The Generation Of A Patient Reportable Result. This Per Patient Reportable Result Price Shall Also Encompass All Costs Associated With Dilution; Repeat And Confirmatory Testing Required To Produce A Single Patient Reportable Result. It Shall Also Include The Material To Perform As Well As All Other Costs Associated With Quality Control, Calibration And Correlation Study Testing That Is Prescribed By The Clinical And Laboratory Standards Institute (clsi). (3) All Necessary Maintenance To Keep The Equipment In Good Operating Condition (this Element Includes Both Preventive Maintenance And Emergency Repairs) And (4) Training For Government Personnel. Contractors Shall Provide Delivery, Installation And Removal Of Equipment At No Additional Charge. Parameters: The Calculation For Price And Quantity Of Reagents In The Annual List Included In The Contract As Based On An Estimated Annual Number Of Reportable Results Provided By The Government. The Annual Quantities Of Supplies Shall Be Sufficient For Testing As Long As The Reportable Results Are Submitted In Compliance With The Following Parameters: Numbers Of Reportable Results Actually Performed By The Government Are Within Ten Percent Of The Annual Estimated Reportable Results As Indicated By The Annual Supply List. Use Of The Instrument(s) Are In Accordance With Instrument Usage Information Provided By Government (primary, Back-up Or Alternate). Test Volumes Are Determined By The Government. No More Than 10 Percent Repeats. Two Levels Of Quality Control To Be Run As Required By The Manufacturer Every Test Day. Calibrators For Periodic Calibration Checks And Demand To Validate Systems Following Major Repair Or Resolution Of Negative Quality Control Trends. Adjustments: The Government And Vendor Will Conduct Ongoing Reviews No Less Than Annually To Monitor Contract Performance Against Agreed Upon Efficiencies, Operational Assumptions, And Product Utilization (cppr Parameters). The Vendor Will Notify The Government When Such Reviews Indicate An Adjustment To The Quarterly Standing Order Shipments May Be Required. The Government Will Cooperate With The Vendor In The Conduct Of The Reviews. Vendor, Their Personnel, And Their Sub Vendors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In This Contract.839.201 Contract Clause For Information And Technology Security. Equipment: Vendor Will Provide Urinalysis Analyzer(s) For Lease To Meet Visn20 Facilities Usage Needs. Installation: The Vendor Shall Deliver And Install All Rented Or Purchased Equipment Under This Contract After An Order Is Placed. Equipment Shall Be Installed Within 30 Business Days After Receipt Of Order. Equipment Shall Not Be Considered Installed Until Va Employee Certifies That The Equipment Is Properly Functioning And Has The Necessary Supplies To Perform Its Required Function. The Vendor Shall Maintain A Record Of Installation To Include: Location, Model Number, Serial Number, And Date Of Installation. Removal: The Vendor Shall Un-install And Remove All Rented Equipment Under This Bpa From The Requesting Facility Upon Request. Equipment Shall Be Removed Within 30 Days Of Request. Equipment Shall Be Considered Removed Upon A Va Employee Certification That The Equipment And All Accessories Have Been Taken By An Employee Of The Vendor And There Is No Disruption And /or Damage To The Surrounding Area. The Vendor Shall Maintain A Record Of Removal To Include: Location, Model Number, Serial Number, And Date Of Removal. Equipment Requirements: Vendor Shall Provide Urinalysis Systems That Meet The Following Requirements: Instrument Shall Include Chemical Analysis Of Urine (to Include Bilirubin, Urobilinogen, Ph, Specific Gravity, Glucose, Protein, Blood, Nitrites, Ketones And Leukoesterase) Without Interference From Urines With Common Abnormal Colors (red, Orange, Etc.). Instrument Shall Also Identify Formed Elements Including But Not Limited To, Red Blood Cells, White Blood Cells, Epithelial Cells (differentiating Transitional, Renal, And Squamous) Crystals, Casts, Bacteria, And Yeast Without The Need To Consistently Verify With Manual Microscopy. There Must Be A Direct, Automated Specimen Pathway Between The Chemistry Urinalysis Specimen Sampling And Testing And The Microscopic Urinalysis Sampling And Testing. Equipment Shall Provide Accurate Test Assay Results For Sample Specimens Up To The Manufacturer's Defined Maximum Tests Per Hour Without Excessive Malfunctions, Breakdowns, Or Service Calls. Instrumentation Shall Have Auto Reflex Testing Capability For Specimens Which Require Sediment Analysis. System Shall Have A Minimum Throughput Of 60 Samples Per Hour On The Microscopic Side. The Instrument Shall Have Customer Defined Rule Criteria To Reduce The Number Of Manual Reviews And Off-line Testing Required By The Operator. The System Shall Have The Ability For Auto-validation, Should The Facility Choose To Auto Validate Results. Instrument Shall Auto-classify Formed Elements With Limited Review By The Operator. Microscopic Analysis Must Be Fully Quantitative. Microscopic Analysis Must Have The Ability For The Instrument To Identify Cellular Microscopic Components And Provide Reviewable Digital Images. Instrument Must Offer Limited To No Carryover From Sample To Sample To Reduce Interference. Instrument Must Have The Ability To Continuously Feed At Least 300 Chemistry Strips Without Operator Re-load. Time From Standby To Operation Processing Samples Is Less Than 3 Minutes. Time Required For Routine Maintenance Activities Shall Take Less Than 30 Minutes Daily And Less Than 30 Minutes Weekly/monthly. All Testing Shall Be Fda Approved, Including Body Fluids If Available. Current Waste Stream Analysis And Sds (safety Data Sheets) Shall Be Provided To All Locations. Editable Electronic Copy In Clsi (clinical And Laboratory Standards Institute) Format Of Operating Procedures Shall Be Furnished With Each Instrument Supplied To All Participating Facilities. Testing Shall Include Current Laboratory Assays, But The Va Reserves The Right To Add Additional Tests To Test Menu. Protocols In Place For Various Degrees Of Urine Turbidity. A Selection Of Instruments Will Be Available Based On Volume, Test Menu Needs And Throughput Requirements Of Each Individual Facility. Instrument Shall Allow Patient Sample To Be Used For Repeats Or Reruns On The Same Or Different Instrument. All Instruments Must Be New (non-refurbished) Equipment. Contractor Shall Provide All Upgrades To The Equipment Hardware And Operating System Software, At No Additional Cost To The Government. (note Current Va Security Regulations Require Windows Based Operating Systems Be Windows 10 Or Higher). Instruments That Have The Ability To Have Access To The Internet Must Follow Va It Security Policies. The Internet Access Must Be Verified And Adhered To Before And During All Internet Access. Contractor S Software Is Required To Be Compatible And Interface Immediately Upon Award With Governmental Systems Which Include Cprs, Vista, And Cerner. Contractor Must Provide Evidence With Their Solicitation Response That Their Software Is Already Accepted For Use By Vha It Systems. All Equipment Shall Come With Any Required Accessories To Perform Normal Duties, To Include But Not Limited To, Properly Programmed Printers And Monitors, And Ups. The Analyzers Will Be Va Laboratory Information System (lis) Interfaceable, And The Vendor Will Supply Lis Specifications And Assist With The Interface Connections. Operation Of Software Uses Minimal Computer Strokes To Move From Testing To Reagent To Data Analysis Or/and Other Screens. Size Of Instrumentation Shall Be No More Than 65 W X 21 D. If Stand Is Required, It Is Included In The Contract At No Additional Cost. Upgrades Shall Be Delivered And Installed Within 60 Days Of Issuance To The Commercial Market. An Operator's Manual Shall Be Furnished With Each Instrument Supplied To Va And Updates To Manual Shall Be Provided In A Timely Manner. Uptime Guarantee/ Performance Penalty: Vendor Agrees That All Equipment Provided Shall Be Operable And Available For Use No Less Than 98% Of Operational Time Per Month. Each Instrument At Site Shall Be Computed Separately. Operational Time Is 24 Hours Per Day 7 Days A Week. Downtime Is Defined As When The Vendor Is Not Able To Produce Clinically Acceptable Results On The System Monitor And Will Be Computed From The Time The Government Notified The Hotline During Normal Working Hours Until The Field Service Engineer Returns The Instrument To The Government And The Government Can Produce Acceptable Clinical Results. Scheduled Maintenance Is Excluded From Downtime. Method Validations: Once The Instrument Has Been Installed According To The Vendor Specifications At The Government Location The Vendor Will Supply A Technical Representative To Perform Method Validation Studies During All Equipment Installations At All Facilities. The Method Validations Will Be Completed To Include The Necessary Studies Required For Clinical Laboratory Information Act (clia), College Of American Pathologist (cap) And Department Of Veterans Affairs (va) Regulatory Agencies And Shall Include Precision, Linearity And Current System To New System Correlations As Well As Establishment Of Normal And Therapeutic Ranges. The Va Will Not Accept Equipment Until It Passes All Validation Testing. Validation Testing Will Be Conducted On The Facilities Primary And Secondary Testing Methods. The Va Will Provide All The Samples Necessary For The Validation Studies. Maintenance And Repairs: Vendor Shall Provide Preventative And Corrective Maintenance Per Manufacturer's Recommendation. This Shall Include Software Upgrades And Parts And Labor, To Maintain All Urinalysis Equipment And Accessories. At A Minimum, Preventative Maintenance Shall Be Twice Annually, Beginning Six (6) Months After Installation. Vendor Will Furnish All Transportation, Equipment, Tools And Labor To Accomplish The Required Maintenance. Emergency Repairs Shall Be Performed After Initial Telephone Notification That The Equipment Is Inoperative. The Field Service Representative Will Call To Schedule Onsite Service Within 2 Hours Of Notification From Technical Assistance Hotline If Necessary. The Vendor Shall Provide The Government With A Designated Point Of Contact And Telephone Number And Shall Make Arrangements To Enable His Maintenance Representative To Receive Such Notification. Telephone Service Support Shall Be Available 24 Hours/day,7days A Week. Onsite Field Service Support Shall Be Available Monday- Friday 8am- 4:30 Pm (local Time). Onsite Repairs Shall Be Initiated Within 24 Hours Of First Notification From Technical Hotline To Field Service Engineer. Efforts Shall Be Made By The Vendor To Minimize Disruption To Governments And Employees (i.e. Reschedule If Work Interferes With Normal Operation, Access Equipment When Convenient To The Needs Of The Va, Etc.) Vendor Shall Maintain Cleanliness Of Work Area And Minimize Dust And Contaminants To Areas Adjacent To The Job Site. Vendor Shall Furnish A Malfunction Incident Report To The Installation Upon Completion Of Repair Call Within 2 Business Days After The Completion Of Work. The Report Shall Include As A Minimum The Following: Date And Time Notified. Date And Time Of Arrival. Serial Number, Type And Model Number(s) Of Equipment. Time Spent For Repair. Description Of Malfunction And Repair. Proof Of Repair That Included Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance. Each Instrument Provided By The Vendor Shall Maintain An Uptime Of 98% In Each Month Of The Term Of The Agreement. During The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 5% Or Greater Of The Normal Working Days In One Calendar Month, It Is The Responsibility Of The Vendor To Immediately Replace The Broken Laboratory Equipment With New Equipment At No Additional Cost To The Government. The Responsibility For Maintaining The Equipment Furnished In Operating Condition In Accordance To Manufacturer's Instruction, Shall Solely Be The Responsibility Of The Vendor. The Contractor Shall Not Leave A Service Call Open Pending Verification That Repairs Are Completed By The Contractor's Maintenance Personnel. For Each Instrument Provided, The Vendor Shall Treat Each Notification For An Emergency/repair Service Call Form The Government As A Separate And New Service Call. The Following Are Guaranteed Throughout The Life Of This Contract: Priority Scheduling Of Requests For Service. Unlimited Emergency Service. No Charges For Labor, Travel Or Any Other Related Expenses. Unlimited Parts. No Charge For Replacement Parts Which Become Marginal Or Defective Due To Normal Use During Agreement Period. Factory Authorized Product Updates And Modifications. Installed At No Additional Charge For Improved Product Performance And Reliability. Factory Trained And Authorized Service Engineers. Continual Upgrading And Certification Of Engineers In Latest Instrument Technology. Training: With The Exception Of Specific Training Requirements Stated Herein, Which Shall Have Precedence; Vendor Shall Provide "operator" Training In Accordance With The Terms, Conditions, And Provisions Of The Vendor's Existing Federal Supply Service Contract. Listed Below Are The Training Requirements: The Vendor Shall Provide, At No Cost To The Government, On-site Training And Key Operator Training For At Least 2 Operators Per Instrument Per Site. Provide Initial In-depth Training For Two Key Operators At The Facility And For Each Individual Instrument Provided. Provide Annual Training For One Va Equipment Operator, Per Each Instrument, For The Participating Medical Center. Provide On-site Vendor Operator Training For All Personnel Who Will Run Instrument With Training Provided For All Applicable Shifts. The Vendor Shall Have An On-going Training Program For Employees By The Technical Service Representatives On Any New Products Or Updates On The Product Lines. All Materials For Training Will Be Provided At No Additional Cost To The Government. The Vendor Will Provide Competency Assessment Protocols For Use At Each Site Consistent With Federal (clia) And Cap Training Requirements. Reagents, Controls And Supplies: Routine Reagents, Controls And Disposables (supplies) For Chemical And Microscopic Urinalysis Testing Shall Be Provided By The Vendor And Shall Adhere To The Following Requirements. Reagents Including Controls And Disposables Shall Be Identified Prior To Delivery. Reagents Including Controls And Disposables To Be Listed In A Separate Table. The Table Should Include Annual Reagent Volumes, Costs, And Shipping Charges For Each Quarterly Standing Order Delivery. Reagent Manufacturer Shelf Life Shall Be No Less Than 12 Months. Reagents For The Analyzer Are Marked For Easy Recognition By The Operator And Shall Contain The Appropriate Facility Purchase Order Number In The Delivery Address. Vendor Will Supply A List Of Reagents, Controls And Disposables That Will Be Shipped As Part Of The Order. Supplies Will Be Shipped On A Standing Order Schedule, Agreed Upon By The Government And Vendor. All Or Part Of A Future Quarterly Standing Order May Be Advanced Up To 10 Days Ahead Of The Scheduled Ship Date Of The Standing Order. Delivery Shall Be Within Four (4) Business Days Of The Prior Agreed Upon Shipment Date Or It Shall Be Considered Late. Vendor Will Provide Sufficient Reagents And Supplies For Performance Of Patient Results For All Visn 20 Sites. Consumables Will Be Provided On Demand As Needed If The Consumable Allotments Are Insufficient To Meet The Needs Of The Facility. Vendor Shall Supply All Changes To The Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes And Shall Be Coordinated With The Va Facility Point Of Contact To Implement The Changes In Accordance With Manufacturer's Recommendations. Space Availability: All Proposed Urinalysis Equipment Must Fit The Existing Space At Each Visn 20 P&lms Facility's, Without The Need For Renovation Work. Small Scale Re-arrangement Of Furniture Is Acceptable. Fitting Existing Space Shall Include Conforming To The Current Structural Parameters Of Each Lab, In Each Facility, In Terms Of Delivery, Installation And Lab Space. (i.e., Equipment Size, Weight, Packaged Size For Delivery, Electrical/voltage). Special Requirements: In Addition To The General Requirements For The Urinalysis Cprr Requirements Stated Above, The Contractor Shall Meet The Following Special Requirements: Equipment Shall Have A Fully Established Va Veterans Health Information Systems And Technology Architecture (vista) Computer System And Cerner Interface Program Via Data Innovations Middleware, With All Downloads/software Necessary To Transfer Data Into Patient Files In Va Vista And Cerner Computer Systems Via Data Innovations Middleware, At No Additional Cost To Va. Provide Bi-directional Interface With Data Innovations And Appropriate Quality Control Analysis System And All Components Necessary To Interface With Va Vista And Cerner Computer System. The Contractor Shall Provide An Auto Verification Package Through Data Innovations For Validation Utilizing The Instrument Manager Which Includes Rules And Technical Support For The Duration Of This Contract. Contractor Shall Assist In The Establishment, Testing, Deployment, And Troubleshooting In The Full Capacity Of The Middleware Before Implementation Date. The Contractor Is Responsible For Verifying Any Software Upgrades With The Instrument During Its Life, Will Be Compatible With Data Innovations Middleware. Contractor Shall Provide Automated, Walk-away Urinalysis Chemistry Analyzer With Peripherals With Direct, Automated Sample Pathway To An Automated, Walk-away Microscopic Urinalysis Analyzer With Peripherals For Sampling And Testing. Shall Provide Data Backup. Systems Shall Provide Ease Of Use (uncomplicated Menus), With Minimal Maintenance Required. Shall Provide Flexibility In Test Volumes. Shall Be Easy To Troubleshoot. Provide Extended Expiration Date Of Supplies. Uninterruptible Power Supply (surge Protection, Battery Backup) Provided By Vendor For All Associated Electrical Instruments And Ancillary Components Excluding Printer. Provide A Water System, If Required. If A Printer Is Required To Produce Patient Or Qc Reports, One Shall Be Provided Per System And Replaced If Broken. Cessation Of Testing: If, For Any Reason, Contractor Ceases Testing Of Any Urinalysis Assays, The Contractor Must Notify The Va Contracting Office And Laboratories, 60 Calendar Days Prior To The Change. Until A New Solicitation Can Be Issued, Or The Problem Resolved, The Contractor Shall Be Held Liable For All Costs If Performance Is Ceased, As The Lab Facility May Have To Resort To Outsourcing The Tests In Order To Continue Patient Care. The Vendor Will Be Responsible For The Following: Cost Per Reportable Result Program Reagents, Controls And Supplies: Routine Reagents And Disposables. Reagents Including Controls And Disposables To Be Listed In Separate Table. Vendor Will Supply A List Of Reagents, Controls And Disposables That Will Be Shipped As Part Of The Agreement. Supplies Will Be Shipped On A Standing Order Schedule, Agreed Upon By Government And Vendor. All Or Part Of A Future Quarterly Standing Order May Be Advanced Up To 10 Days Ahead Of The Scheduled Ship Date Of The Standing Order. Vendor Will Provide Sufficient Reagents And Supplies For Performance Of Patient Results For All Visn 20 Sites. The Quality Of The Products Shall Be High Enough To Satisfy Proficiency Testing Standards Of The College Of American Pathologists (cap) And The Joint Commission (tjc). Changes In Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes Will Be Approved By The Vendor In Accordance With Manufacturer's Recommendations. Additional Reagents, If Required, Will Be Provided By The Vendor At No Additional Charge. The Government Will Be Responsible For The Following: Cost Per Reportable Result Program: Cppr Periodic Payments: Refer To Attachment A For Volumes. Test Description Estimated Volume Per Year Price Per Reportable. During The Agreement The Government Will Report By The 10th Of Each Month, To The Vendor In Writing Or Electronically, The Number Of Reportable Results Generated In The Previous Month. The Vendor Will Invoice The Government Based On The Report Of Reportable Tests. Laboratory Manager Or Designee Will Act As Contracting Officer Representative (cotr) For This Contract. Security: Returning Leased Equipment Constitutes A Risk. Va Employees Must Sanitize Va Sensitive Information Residing On Leased Equipment Before Releasing That Equipment From Direct Va Control, Or The Media Will Not Be Returned Upon Termination Of The Contract. Per Visn 20 Va Information Security Policies, No Hard Drives Or Computer Disks Containing Va Patient Information Will Be Removed From Va Facilities. At The Time Of Turn-in Or Removal Due To Failure, The Va Facility Will Remove All Sensitive Data From Information Systems Storage Devices Or Render The Data From These Systems Unreadable. No Federal Information Processing Equipment Will Be Discontinued From Rental/lease Or Exchange Without Compliance With This Require. Contract Personnel Will Not Have Direct Access To A Va System Or Va Sensitive Information. All Work/maintenance Will Be Accomplished By Va Laboratory Personnel As An Intermediary. If Contract Leased/purchased Equipment Contains Sensitive Information (pii/phi) To Be Directly Uploaded To/downloaded From Va Systems, A Mou/isa Shall Be Established Between The Vendor And Va. Unidirectional, Deidentified Data From Contract Leased/purchased Equipment To The Va Network Shall Be Protected In Accordance With Established Va Security Policy. Quality Assurance Monitoring: The Contractor Service Requirements Are Summarized Into Performance Objectives That Relate Directly To Mission Essential Items. The Performance Thresholds Briefly Describe The Minimum Acceptable Levels Of Service Required For Each Requirement. These Thresholds Are Critical To Mission Success. Information And Information System Security/privacy General Contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. Access To Va Information And Va Information Systems A Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order. All Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures. Contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s. Defense Industry Contract Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bids, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Security Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness. Custom Software Development And Outsourced Operations Must Be Located In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor. The Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor's Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination. Va Information Custodial Language Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1). Va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor's Information Systems Or Media Storage Systems In Order To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va's Information Is Returned To The Va Or Destroyed In Accordance With Va's Sanitization Requirements. Va Reserves The Right To Conduct On Site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements. Prior To Termination Or Completion Of This Contract, Contractor/ Subcontractor Must Not Destroy Information Received From Va, Or Gathered/ Created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract. The Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations, And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations, And Policies In This Contract. The Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed. If Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12. If A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship. The Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated. The Contractor/subcontractor's Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va's Minimum Requirements. Va Configuration Guidelines Are Available Upon Request. Except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va's Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response. Notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above Mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response. For Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cor. Information System Design And Development Information Systems That Are Designed Or Developed For Or On Behalf Of Va At Non-va Facilities Shall Comply With All Va Directives Developed In Accordance With Fisma, Hipaa, Nist, And Related Va Security And Privacy Control Requirements For Federal Information Systems. This Includes Standards For The Protection Of Electronic Phi, Outlined In 45 C.f.r. Part 164, Subpart C, Information And System Security Categorization Level Designations In Accordance With Fips 199 And Fips 200 With Implementation Of All Baseline Security Controls Commensurate With The Fips 199 System Security Categorization (reference Appendix D Of Va Handbook 6500, Va Information Security Program). During The Development Cycle A Privacy Impact Assessment (pia) Must Be Completed, Provided To The Cor, And Approved By The Va Privacy Service In Accordance With Directive 6507, Va Privacy Impact Assessment. The Contractor/subcontractor Shall Certify To The Cor That Applications Are Fully Functional And Operate Correctly As Intended On Systems Using The Va Federal Desktop Core Configuration (fdcc), And The Common Security Configuration Guidelines Provided By Nist Or The Va. This Includes Internet Explorer 7 Configured To Operate On Windows Xp And Vista (in Protected Mode On Vista) And Future Versions, As Required. The Standard Installation, Operation, Maintenance, Updating, And Patching Of Software Shall Not Alter The Configuration Settings From The Va Approved And Fdcc Configuration. Information Technology Staff Must Also Use The Windows Installer Service For Installation To The Default "program Files" Directory And Silently Install And Uninstall. Applications Designed For Normal End Users Shall Run In The Standard User Context Without Elevated System Administration Privileges. The Security Controls Must Be Designed, Developed, Approved By Va, And Implemented In Accordance With The Provisions Of Va Security System Development Life Cycle As Outlined In Nist Special Publication 800-37, Guide For Applying The Risk Management Framework To Federal Information Systems, Va Handbook 6500, Information Security Program And Va Handbook 6500.5, Incorporating Security And Privacy In System Development Lifecycle. The Contractor/subcontractor Is Required To Design, Develop, Or Operate A System Of Records Notice (sor) On Individuals To Accomplish An Agency Function Subject To The Privacy Act Of 1974, (as Amended), Public Law 93-579, December 31, 1974 (5 U.s.c. 552a) And Applicable Agency Regulations. Violation Of The Privacy Act May Involve The Imposition Of Criminal And Civil Penalties. The Contractor/subcontractor Agrees To: Comply With The Privacy Act Of 1974 (the Act) And The Agency Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish An Agency Function When The Contract Specifically Identifies: The Systems Of Records (sor); And The Design, Development, Or Operation Work That The Contractor/ Subcontractor Is To Perform Include The Privacy Act Notification Contained In This Contract In Every Solicitation And Resulting Subcontract And In Every Subcontract Awarded Without A Solicitation, When The Work Statement In The Proposed Subcontract Requires The Redesign, Development, Or Operation Of A Sor On Individuals That Is Subject To The Privacy Act; And Include This Privacy Act Clause, Including This Subparagraph (3), In All Subcontracts Awarded Under This Contract Which Requires The Design, Development, Or Operation Of Such A Sor. In The Event Of Violations Of The Act, A Civil Action May Be Brought Against The Agency Involved When The Violation Concerns The Design, Development, Or Operation Of A Sor On Individuals To Accomplish An Agency Function, And Criminal Penalties May Be Imposed Upon The Officers Or Employees Of The Agency When The Violation Concerns The Operation Of A Sor On Individuals To Accomplish An Agency Function. For Purposes Of The Act, When The Contract Is For The Operation Of A Sor On Individuals To Accomplish An Agency Function, The Contractor/subcontractor Is Considered To Be An Employee Of The Agency. "operation Of A System Of Records" Means Performance Of Any Of The Activities Associated With Maintaining The Sor, Including The Collection, Use, Maintenance, And Dissemination Of Records. "record" Means Any Item, Collection, Or Grouping Of Information About An Individual That Is Maintained By An Agency, Including, But Not Limited To, Education, Financial Transactions, Medical History, And Criminal Or Employment History And Contains The Person's Name, Or Identifying Number, Symbol, Or Any Other Identifying Particular Assigned To The Individual, Such As A Fingerprint Or Voiceprint, Or A Photograph. "system Of Records" Means A Group Of Any Records Under The Control Of Any Agency From Which Information Is Retrieved By The Name Of The Individual Or By Some Identifying Number, Symbol, Or Other Identifying Particular Assigned To The Individual. The Vendor Shall Ensure The Security Of All Procured Or Developed Systems And Technologies, Including Their Subcomponents (hereinafter Referred To As "systems"), Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes, But Is Not Limited To Workarounds, Patches, Hotfixes, Upgrades, And Any Physical Components (hereafter Referred To As Security Fixes) Which May Be Necessary To Fix All Security Vulnerabilities Published Or Known To The Vendor Anywhere In The Systems, Including Operating Systems And Firmware. The Vendor Shall Ensure That Security Fixes Shall Not Negatively Impact The Systems. The Vendor Shall Notify Va Within 24 Hours Of The Discovery Or Disclosure Of Successful Exploits Of The Vulnerability Which Can Compromise The Security Of The Systems (including The Confidentiality Or Integrity Of Its Data And Operations, Or The Availability Of The System). Such Issues Shall Be Remediated As Quickly As Is Practical, But In No Event Longer Than 10 Days. When The Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The Vendor Will Provide Written Notice To The Va That The Patch Has Been Validated As Not Affecting The Systems Within 10 Working Days. When The Vendor Is Responsible For Operations Or Maintenance Of The Systems, They Shall Apply The Security Fixes Within 10 Days. All Other Vulnerabilities Shall Be Remediated As Specified In This Paragraph In A Timely Manner Based On Risk, But Within 60 Days Of Discovery Or Disclosure. Exceptions To This Paragraph (e.g. For The Convenience Of Va) Shall Only Be Granted With Approval Of The Contracting Officer And The Va Assistant Secretary For Office Of Information And Technology. Information System Hosting, Operation, Maintenance, Or Use For Information Systems That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities, Contractors/subcontractors Are Fully Responsible And Accountable For Ensuring Compliance With All Hipaa, Privacy Act, Fisma, Nist, Fips, And Va Security And Privacy Directives And Handbooks. This Includes Conducting Compliant Risk Assessments, Routine Vulnerablity Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor's Security Control Procedures Must Be Equivalent, To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The Cor And Approved By Va Privacy Service Prior To Operational Approval. All External Internet Connections To Va's Network Involving Va Information Must Be Reviewed And Approved By Va Prior To Implementation. Adequate Security Controls For Collecting, Processing, Transmitting, And Storing Of Personally Identifiable Information (pii), As Determined By The Va Privacy Service, Must Be In Place, Tested, And Approved By Va Prior To Hosting, Operation, Maintenance, Or Use Of The Information System, Or Systems By Or On Behalf Of Va. These Security Controls Are To Be Assessed And Stated Within The Pia And If These Controls Are Determined Not To Be In Place, Or Inadequate, A Plan Of Action And Milestones (poa&m) Must Be Submitted And Approved Prior To The Collection Of Pii. Outsourcing (contractor Facility, Contractor Equipment Or Contractor Staff) Of Systems Or Network Operations, Telecommunications Services, Or Other Managed Services Requires Certification And Accreditation (authorization) (c&a) Of The Contractor's Systems In Accordance With Va Handbook 6500.3, Certification And Accreditation And/or The Va Ocs Certification Program Office. Government- Owned (government Facility Or Government Equipment) Contractor-operated Systems, Third Party Or Business Partner Networks Require Memorandums Of Understanding And Interconnection Agreements (mou-isa) Which Detail What Data Types Are Shared, Who Has Access, And The Appropriate Level Of Security Controls For All Systems Connected To Va Networks. The Contractor/subcontractor's System Must Adhere To All Fisma, Fips, And Nist Standards Related To The Annual Fisma Security Controls Assessment And Review And Update The Pia. Any Deficiencies Noted During This Assessment Must Be Provided To The Va Contracting Officer And The Iso For Entry Into Va's Poa&m Management Process. The Contractor/subcontractor Must Use Va's Poa&m Process To Document Planned Remedial Actions To Address Any Deficiencies In Information Security Policies, Procedures, And Practices, And The Completion Of Those Activities. Security Deficiencies Must Be Corrected Within The Timeframes Approved By The Government. Contractor/subcontractor Procedures Are Subject To Periodic, Unannounced Assessments By Va Officials, Including The Va Office Of Inspector General. The Physical Security Aspects Associated With Contractor/ Subcontractor Activities Must Also Be Subject To Such Assessments. If Major Changes To The System Occur That May Affect The Privacy Or Security Of The Data Or The System, The C&a Of The System May Need To Be Reviewed, Retested And Re- Authorized Per Va Handbook 6500.3. This May Require Reviewing And Updating All Of The Documentation (pia, System Security Plan, Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary. The Contractor/subcontractor Must Conduct An Annual Self Assessment On All Systems And Outsourced Services As Required. Both Hard Copy And Electronic Copies Of The Assessment Must Be Provided To The Cor. The Government Reserves The Right To Conduct Such An Assessment Using Government Personnel Or Another Contractor/subcontractor. The Contractor/subcontractor Must Take Appropriate And Timely Action (this Can Be Specified In The Contract) To Correct Or Mitigate Any Weaknesses Discovered During Such Testing, Generally At No Additional Cost. Va Prohibits The Installation And Use Of Personally-owned Or Contractor/ Subcontractor- Owned Equipment Or Software On Va's Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow Or Contract. All Of The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclave Based) Firewall That Is Configured With A Va- Approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe. All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/ Subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Of The Contract. Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Vendor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: Vendor Must Accept The System Without The Drive; Va's Initial Medical Device Purchase Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or Va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase. Due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then; The Equipment Vendor Must Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And Any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre- Approved And Described In The Purchase Order Or Contract. A Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Iso Needs To Maintain The Documentation. Security Incident Investigation The Term "security Incident" Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/ Subcontractor Shall Immediately Notify The Cor And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/ Subcontractor Has Access. To The Extent Known By The Contractor/subcontractor, The Contractor/ Subcontractor's Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant. With Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement. In Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident. Liquidated Damages For Data Breach Consistent With The Requirements Of 38 U.s.c. 5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract. The Contractor/subcontractor Shall Provide Notice To Va Of A "security Incident" As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination. Each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following: Nature Of The Event (loss, Theft, Unauthorized Access); Description Of The Event, Including: Date Of Occurrence; Data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code; Number Of Individuals Affected Or Potentially Affected; Names Of Individuals Or Groups Affected Or Potentially Affected; Ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text; Amount Of Time The Data Has Been Out Of Va Control; The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons); Known Misuses Of Data Containing Sensitive Personal Information, If Any; Assessment Of The Potential Harm To The Affected Individuals; Data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; And Whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised. Based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $42.00 Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following: Notification; One Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports; Data Breach Analysis; Fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution; One Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And Necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs. Security Controls Compliance Testing On A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-day's Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time. Training All Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted Access To Va Information And Its Systems: Sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior, Appendix E Relating To Access To Va Information And Information Systems; Successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training; Successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; And Successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document - E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-16, Information Technology Security Training Requirements.] The Contractor Shall Provide To The Contracting Officer And/or The Cor A Copy Of The Training Certificates And Certification Of Signing The Contractor Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required. Failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete.
9931-9940 of 9981 archived Tenders