Stationery Tenders
Stationery Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Combined Synopsis/solicitation Notice
page 4 Of 4
combined Synopsis/solicitation Notice
*= Required Field
combined Synopsis/solicitation Notice
page 1 Of 4
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice.
solicitation Number 36c25725q0196 Is Issued As A Request For Quote (rfq).
the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-04.
this Solicitation Is Issued As Service-disabled Veteran-owned Small Business (sdvosb), With The Associated Naics Code Of 541690, Which Has A Small Business Size Standard Of $40 Million.
the Contractor Shall Provide The Services For Medical Physicistat The North Texas Veterans Health Care System (ntvhcs).
see Attached Schedule For The Contract Line-item Number(s), Quantities, And Statement Of Work.
the Anticipated Start Of The Period Of Performance Date For The Services Is Approximately January 20, 2025.
the Provision At Far 52.212-1, Instructions To Offerors-commercial Items, Applies To This Acquisition.
addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services
the Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation:
(a) This Solicitation Is Issued As Service-disabled Veteran-owned Small Business (sdvosb). The Vendor Must Be Registered Under Naics 541690 To Be Eligible For Award.
late Quotes Or Documentation May Be Accepted If Advantageous To The Government.
(b) Submission Of Offers. Submit Signed And Dated Offers To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. Offers May Be Submitted On The Sf 1449, Letterhead Stationery, Or As Otherwise Specified In The Solicitation. As A Minimum, Offers Must Show:
1) Solicitation Number.
2) The Time Specified In The Solicitation For Receipt Of Offers.
3) The Name, Address, And Telephone Number Of The Offeror.
4) Acknowledgment Of Solicitation Amendments.
5) A Technical Description Of The Services Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This May Include Service Literature, Or Other Documents, If Necessary;
6) Terms Of Any Express Warranty;
7) Price And Any Discounts;
8) Remit To Address, If Different Than Mailing Address;
9) A Completed Copy Of The Representations And Certifications At Federal Acquisition Regulation (far) 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically);
10) If The Offer Is Not Submitted On The Sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration.
(c) Period For Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers, Unless Another Time Period Is Specified In An Addendum To The Solicitation.
(d) Multiple Offers. Offerors Are Encouraged To Submit Multiple Offers Presenting Alternative Terms And Conditions, Including Alternative Line Items (provided That The Alternative Line Items Are Consistent With Far Subpart 4.10), Or Alternative Commercial Products Or Commercial Services For Satisfying The Requirements Of This Solicitation. Each Offer Submitted Will Be Evaluated Separately.
(e) Late Submissions, Modifications, Revisions, And Withdrawals Of Offers.
11) Attachment C Cover Letter (attached) Filled Out By The Offeror.
attachment D Vendor S Questionnaire For Technical Evaluation (attached) Filled Out By The Offeror.
quoter Shall Provide At Least Two (2) References For Similar Contracts In The Public Or Private Sector.
all Vendors Interested In Responding To This Solicitation Must, At Minimum, Provide The Following Documentation:
1. Completion Of B.2 Price/cost Schedule.
2. Completion Of E.5 52.212-3 Offeror Representations And Certifications Commercial Products And Commercial Services (not Required If Completed On-line In Sam.)
3. Far Provision 52.204-24 Is A Contractor Fill-in Requirement And Must Be Completed In Sam On-line Before Providing An Offer.
4. Proof Of Experience Working With/as Medical Physicist Which Must Include Authorized Certifications And Understanding Of Performance Sent To North Texas Veterans Health Care System (ntvhc)
the Following Submissions Are Required To Be Able To Evaluate Each Offer/quote Iaw 52.212-2 Evaluation - Commercial Products And Commercial Services:
1) Technical Capabilities:
a) Contractor Shall Submit Evidence Of The Reliability, Ability, Experience, Equipment, Facilities, And Personnel Directly Employed Or Supervised By Them To Render Prompt And Satisfactory Delivery Of Mirion 55tw Dose Calibration System: Iaw Sow.
3) Delivery Commitment:
a) Contractor/licensee Shall Submit Proof Of Having An Available And Adequate Supply Of Products To Meet The Requirements Of The Computer Peripherals For Va North Texas And Proof Of Contingency Supply Chain To Prevent Disruptions.
b) Contractor Shall Submit Evidence And Understanding Of Delivery Location.
4) Pricing:
a) Contractor Shall Submit Pricing For 1 Each And Any Other Pricing Factors Depending On The Quantity In The Price Schedule, Which Incorporates All The Requirements Within The Statement Of Work. Offeror Must Complete And Return The Price Schedule (b.2 Price).
b) The Offeror Shall Add A Statement Stating, The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers .
*failure To Submit A Complete Offer May Result In An Unacceptable Determination.
(end Of Addendum To 52.212-1)
please Be Advised:
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers (please Also See Attch. 2 Vendor S Questionnaire For Technical Evaluation For Further Details):
1) Technical Acceptability Iaw Sow
2) Certifications
3) Ability To Start On Expected Period Of Performance
4) Price
factor 1: Technical Acceptibility
quotes Will Only Be Considered From Those Who Are Regularly Involved In The Business Called For As Listed In Statement Of Work (sow).
1) : The Contractor Shall Provide All Personnel, Transportation, Imaging Phantoms, Equipment And Software To Supply Nuclear Medicine Specialty Medical Physicist Services In Support Of The Veterans Affairs North Texas Health Care System (vanthcs) Nuclear Medicine Service.
factor 2: Certifications (please Also See Attch. 2 Vendor S Questionnaire For Technical Evaluation)
prior To Commencing Work All Contractor Employees Shall Meet Certain Criteria To Perform Work Under This Contract As A Medical Physicist.
factor 3) Period Of Performance
the Period Of Performance Will Be From January 20th, 2025 Through January 19th, 2026 With The Possibility Of Additional Option Years To Extend The Contract. This Position Will Include A Low-level Background Investigation.
factor 5: Price
1) Pricing: Contractor Shall Submit Unit Prices Rounded To The Nearest Hundredth. Prices Should Be Documented On The Price/cost Schedule With The Correct Unit Price And Total Amounts.
2) Period For Acceptance Of Offers: The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers.
prices Will Be Evaluated For Completeness And Reasonableness. Unrealistically High Or Low Proposed Costs Or Prices, Initially Or Subsequently, May Be Grounds For Eliminating An Offeror From Competition Either On The Basis That The Offeror Does Not Understand The Requirement Or Has Submitted An Unrealistic Offer. Additionally, Unbalanced Pricing Poses An Unacceptable Risk To The Government And May Be Reason To Reject An Offer. The Burden Of Proof For Credibility Of Proposed Costs/prices Rests With The Offeror. The Government Reserves The Right To Amend The Solicitation And Remove Any Set-aside Should Pricing Of All Quotes Be Found Unreasonable.
(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
offeror Must Complete Far 52.204-24 Must Be Completed In Sam On-line.
offeror Must Complete Far 52.212-3 Offeror Representations And Certifications
offers Are Due By January 15, 2025 By 13:00 Cst. Offers Must Submitted By Email (see Size Limit Note Below) To Oneka Robertson At Oneka.robertson@va.gov
.
due To Email Constraints By The Va, It Is Requested That Emails Being Sent To The Poc Be No Larger Than 7mb. Multiple Emails Can Be Sent To The Poc For An Offer. If An Offer Is Sent In Multiple Parts, It Is Recommended That A Confirmation Request Be Included In The Final Email, For The Poc To Acknowledge That All (parts) Of The Offer Have Been Received.
see Attached Documents:
see Attached Document: 36c25725q0196
see Attached Document: Cover Letter
see Attached Document: Vendor S Questionnaire
see Attached Document: Wage Determination
Closing Date15 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Machinery and Tools
United States
Details: 19feb25_the Naics Code Has Been Changed To333111, Farm Machinery And Equipment Manufacturing With A Small Business Size Standard Of 1,250 Employees.
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Will Not Be Issued.
the Solicitation Is Being Issued As A Request For Quote (rfq) With The Intent To Award As A Simplified Acquisition. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-04. This Requirement Is Set Aside 100% Small Business Under Naics Code 423820, Farm And Garden Machinery And Equipment Merchant Wholesalers, With A Size Standard Of 500 Employees. This Procurement Is Being Conducted In Accordance With Regulation At Far 12, Acquisition Of Commercial Items And Far Part 13, Simplified Acquisition Procedures.
please See Attached Description Of Requirement (dor).
instructions To Offerors (reference Far 52.212-1)
(a) The Offeror Is Responsible For Reading All Information Contained In This Solicitation And All Attachments, If Any, Posted With It. Offerors Should Check The Www.sam.gov Website Often For Any Information Regarding This Solicitation And/or Amendments To This Solicitation. For Information Concerning This Solicitation, Please Email Angela.m.stokes@usace.army.mil And David.g.ammermann@usace.army.mil.
(b) Pursuant To Far 52.204-7(b), System For Award Management, Offerors Must Be Registered In The System For Award Management (sam) At The Time An Offer Or Quotation Is Submitted And Shall Continue To Be Registered Until Time Of Award, During Performance, And Through Final Payment Of Any Contract, Basic Agreement, Basic Ordering Agreement, Or Blanket Purchasing Agreement Resulting From This Solicitation. If An Offeror Is Not Registered In Sam At The Time Of The Offer, Its Offer Will Not Be Considered For Award. You May Register Electronically At Http://www.sam.gov.
(c)submission Of Offers. Signed And Dated Offers Are Due 21 February 2025, Not Later Than 12:00 Pm Cst And Must Be Submitted Via Email To: Angela.m.stokes@usace.army.mil And David.g.ammermann@usace.army.mil Offers May Be Submitted In Writing On Letterhead Stationery, Or As Otherwise Specified In The Solicitation. At A Minimum, Offers Must Include:
the Solicitation Number W912hz25q4483;
(2) A Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This Includes Providing The Terms Of Any Standard Warranty And Technical Support. This May Include Product Literature, Or Other Documents, If Necessary;
(3) Unit Pricing And Extended Pricing For Each Item: State Discount Terms, If Any;
(4)cage Code And/or Duns Number.
(d)late Submissions, Modifications, Revisions, And Withdrawals Of Offers - (1)offerors Are Responsible For Submitting Offers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Designated Government Emails By The Date And Time Designated In The Solicitation; (2)any Offer, Modification, Revision, Or Withdrawal Of An Offer Received After The Exact Date And Time Specified For Receipt Of Offers Is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, And The Contracting Officer Determines That Accepting The Late Offer Would Not Unduly Delay The Acquisition; However, A Late Modification Of An Otherwise Successful Offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received And May Be Accepted; And (3)offers May Be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Of Offers.
(e)contract Award. The Government Intends To Evaluate Offers And Award A Contract Without Discussions With Offerors. Therefore, The Offeror’s Initial Offer Should Contain The Offeror’s Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; Accept Other Than The Lowest Offer; And Waive Informalities And Minor Irregularities In Offers Received.
(f)offers Shall Be Made In Accordance With The Description Of Requirements (dor) Document Provided In The Solicitation.
(g) Oral Communications Are Not Acceptable In Response To This Notice.
(h) Technical Inquiries And Questions: All Technical Inquiries And Questions Relating To This Solicitation Are To Be Submitted Via Email To Angela.m.stokes@usace.army.mil And David.g.ammermann@usace.army.mil. Offerors Shall Submit Questions At Least 2 Days Prior To The Closing/response Date Of The Solicitation In Order To Ensure Adequate Time Is Allotted To Form An Appropriate Response And To Amend The Solicitation, If Necessary. Offerors Must Review The Specifications In Their Entirety And Review The Www.sam.gov Website For Answers To Questions Prior To Submission Of An Inquiry
far 52.212-2 - Evaluation -- Commercial Items:
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government.
the Following Factors Shall Be Used To Evaluate Offers:
1) Lowest Price
2) Technically Capability
the Government Will Issue An Award To The Offeror Whose Quote Is The Lowest Price That Is Determined To Meet At Least The Minimum Requirements To Be Determined Technically Capable.
(1) Technically Capable Is Defined As The Documented Capability To Meet The Minimum Requirements Of The Project As Specified In This Solicitation And The Attached Specifications, Including Evidence Of The Offeror's Capability To Provide The Items Specified And The Ability To Meet Or Exceed The Specified Delivery Schedule. It Is Imperative That The Offeror Submit Sufficient Documentation And Information For The Government To Determine Technical Capability And Quoted Price. Failure To Submit Sufficient Information For The Government To Determine Technical Capability And Quoted Price May Be Cause For Rejection Of Your Quote.
(b) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
(end Of Provision)
the Following Far Clauses And Provisions May Apply To This Acquisition:
52.203-3 Gratuities
52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper
52.204-7 System For Award Management
52.204-13 System For Award Management Maintenance
52.212-3 Offerors Representations And Certifications- Commercial Items
52.212-4 Contract Terms And Conditions - Commercial Items;
52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders – Commercial Items
52.252-2 Clauses Incorporated By Reference
additionally, The Following Clauses/provisions Located Within Far 52.212- 5 May Apply To This Acquisition:
52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards
52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
52.209-6 Protecting The Government's Interests When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations
52.219-6 Notice Of Total Small Business Set-aside
52.219-28 Post Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor Cooperation With Authorities And Remedies
52.222-21 Prohibition Of Segregated Facilities
52-222-26 Equal Opportunity
52.222-35 Equal Opportunity For Veterans
52.222-36 Equal Opportunity For Workers With Disabilities
52.222-50 Combating Trafficking In Persons
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving
52.232-34 Payment By Electronic Funds Transfer – Other Than System For Award Management
52.233- 3 Protest After Award
52.233-4 Applicable Law For Breach Of Contract Claim
the Full Text Of These Far Clauses Can Be Accessed Electronically At Website:
https://www.acquisition.gov/browse/index/far
the Following Dfars Clauses And Provisions May Be Applicable To This Acquisition:
252.203-7000 Requirement Relating To Compensation Of Former Dod Officials
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights
252.203-7005 Representation Relating To Compensation Of Former Dod Officials
252.211-7003 Item Unique Identification And Valuation
252.204-7003 Control Of Government Personnel Work Product
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports
252.232-7010 Levies On Contract Payments
252.243-7001 Pricing Of Contract Modifications
the Full Text Of These Dfars Clauses Can Be Accessed Electronically At Website:https://www.acquisition.gov/dfars
Closing Date21 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Scraps
United States
Details: U/w Body (waterborne), Clean And Inspect, Renew Zinc Anodes 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Clean The Vessel’s U/w Body And To Renew Bolt-on Zinc Anodes, While The Vessel Is Moored Pier Side. 1.2 Cutter, Address, Availability, And Poc. Uscgc William Sparling, 427 Commercial Street Boston, Ma. 02109. Cutter Availability: 10 - 13 March, 2025. Cutter Poc Will Coordinate Service Ooa 03 Mar 2025. Emcs Conrad Aguirre, Cell #: (310) 357-7465, Conrad.m.aguirre@uscg.mil 1.3 Government-furnished Property. Mti Item Description Nsn/pn Qty Estimated Cost ($/unit) N Anode, Stern Tube P/n: Z0020202h3 Niin: 016445483 28 Ea. $11.15 N Nut, Self-locking P/n: 90715a145 Niin: 015085774 2 Bx *24 In A Bx $7.24 N Anode, Sea Chest Grate P/n: Ga-4 Niin: 016476179 4 Ea. $21.93 N Screw, Prop Zinc Plate P/n: 950756 Niin: 016340210 8 Ea. $9.42 N Screw, Sea Chest Grate Anode, P/n: 93190a634 Niin: 016197182 4 Ea. $9.70 N Screw Cap, Stern Tube Covers P/n: 90585a626 Niin: 016161107 42 Ea. $1.81 N Zinc Plate, Propeller P/n: 950733 Niin: 016278941 2 Ea. $618.85 N Anode, Bow Thruster, Gear Case, Bolt On P/n: 1081226 Niin: 123561870 1 Ea. $64.97 N Anode, Bow Thruster, Tunnel, Bolt On P/n: Cm2000z Niin: 200126334 12 Ea. $29.46 2. References Coast Guard Drawings Coast Guard Drawing 154b Wpc 111-301, Rev A, Shell Expansion Coast Guard Drawing 154b Wpc 161-301, Rev -, Skegs And Stern Tubes Support Structures Coast Guard Drawing 154b Wpc 562-201, Rev -, Rudder Details Coast Guard Drawing 154 Wpc 565-201, Rev -, Fin Stabilizer System A & D Coast Guard Drawing 154b Wpc 568-201, Rev B, Bow Thruster System A & D Coast Guard Drawing 154 Wpc 997-302, Rev -, Docking Plan Coast Guard Publications Surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements Surface Forces Logistics Center Maintenance Procedure Card B10015.d (mpc B10015.d), 10/31/24, Insp/cln U/w Equipment (hull Plate) Surface Forces Logistics Center Maintenance Procedure Card B10018.d (mpc B10018.d), 5/31/23, Replace Underwater Zinc Anodes Other References None 3. Requirements 3.1 General. 3.1.1 Cir. None. 3.1.2 Tech Rep. Not Applicable. 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Coverings To Seal Off And Protect All Non-affected Vessel's Components, Equipment, And Spaces Near The Work Area Against Contamination During The Performance Of Work. Upon Completion Of Work, The Contractor Must Remove All Installed Protective Measures, Inspect For The Presence Of Contamination, And Return All Contaminated Equipment, Components, And Spaces To Original Condition Of Cleanliness. 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). 3.2 Requirements. The Contractor Must: 3.2.1 Video Recording. Submit Video Highlights Of Underwater Body Surfaces (e.g. Bow Thruster, Propellers, Rudders, Transducers, Heavily Fouled Hull Areas, Etc.) Before And After Cleaning. 3.2.2 Clean/inspect. Clean The U/w Body Surfaces Free Of All Marine Growth, Debris, And All Other Surface Contaminants In Accordance With Mpc B10015.d. Remove And Replace Sea Chest Grating If Necessary To Access/clean Sea Chest Suction. Ensure All Transducer Surfaces Are Cleaned With Only Hand Held Brushes, Without The Use Of Power Attachments. Ensure That Existing U/w Body Coating System Or Non-coated Surfaces Do Not Incur Any Damage During Cleaning Process. Polish Propellers. Refer To Coast Guard Drawings Listed In Section 2. 3.2.3 Renew Anodes. Renew Government-furnished Components Listed Below Paragraph 1.2. In Accordance With Mpc B10018.d
note: The Uscg/government Reserves The Right To Award On An All Or None Basis That Is The Government May Issue A Purchase Order (po) To The Offeror That Submits The Lowest Aggregate Price Rather Than Issue A Purchase Order To Each Offeror Based On The Lowest Quotation On Each Item.
as Stated Below, The Provision At Far 52,212-2, Evaluation-commercial Items-applies With The Following Addenda:
award Of A Contract Will Be Based On The Following Criteria: The Purchase Order Will Be Awarded As A Firm Fixed Price Contract Using Simplified Acquisition Procedures In Accordance With Far Part 13.5.
1. Please Provide Any Warranty Information.
2. Vendors Must Be Registered In Www.sam.gov
the Uscg/government Intends To Award A Purchase Order Resulting From This Synopsis/solicitation To The Responsible Contractor Whose Quote Conformed To The Solicitation Which Will Be Most Advantageous And The Best Value To The Government, Price And Other Factors Considered.
please Note: Interested Offerors Having The Expertise As Required Are Invited To Submit A Firm Fixed Price Quotation That Will Be Considered By The Agency. Quotations Must Be Submitted On Company Letterhead Stationery And Must Include The Following Information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount Offered For Prompt Payment, (7) Company Unique Entity Id (uei) And Cage Code..
quotes Must Be Received No Later Than Wednesday Febuary 13, 2025 At 12:00 A.m. Eastern Standard Time. Email Quotes Are Acceptable And Should Be Sent To Tim Ford At Email Address – Timothy.s.ford@uscg.mil And Carbon Copy Stacy Spalding At Email Address Stacy.j.spalding@uscg.mil .
any Questions Or Concerns Regarding Any Aspect Of The Rfq Must Be Forwarded To The Contracting Officer, Sk1 Tim Ford At Email Address Timothy.s.ford@uscg.mil And Carbon Copy Cwo Stacy Spalding At Email Address Stacy.j.spalding@uscg.mil .
the Following Far Clauses And Provisions Apply To This Acquisition:
far 52.212-1 - Instructions To Offerors - Commercial Items (oct 2018)
far 52.212-2 - Evaluation - Commercial Items (oct 2014) Award Will Be Made To The Offeror Proposing The Best Value To The Government Considering Specification, Price, Past Performance And Quality.
far 52.212-3 - Offeror Representations And Certifications - Commercial Items (oct 2018) To Include Alt I (oct 2014). Offeror Is To Complete The Annual Representations And Certification Electronically Via The System For Award Management (sam) Web Site Accessed Through Http://www.sam.gov .
far 52.212-4 - Contract Terms And Conditions -commercial Items (oct 2018) With The Following Addenda's.
far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (jan 2019)
the Following Clauses And Others As Indicated By The Contracting Officer As Applicable Shall Apply To This Awarded Contract.
far 52.252-2 - Clauses Incorporated By Reference (feb 1998), The Full Text Of The Clause May Be Accessed Electronically At Internet Address Http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (duns) Number Is The Primary Identifier In Far 52.204-7 - System For Award Management (oct 2018).
contractors Are Located And Identified In Sam By Their Uei Number. To Facilitate Payment Via Electronic Funds Transfer - Sam, Contractors Should Be Registered In Sam. A Uei Number Can Be Obtained Via Www.dnb.com And Sam Registration Can Be Obtained Via Www.sam.gov.
the Following Clauses And Others As Indicated By The Contracting Officer As Applicable Shall Apply To This Awarded Contract.
far 52.222-3 - Convict Labor (jun 2003)
far 52.222-19 - Child Labor Cooperation With Authorities And Remedies ((jan2020) (e.o.13126).
far 52.222-21 - Prohibition Of Segregated Facilities (apr 2015)
far 52.222-26 - Equal Opportunity (sep 2016)
far 52.222-35 - Equal Opportunity For Veterans (jun 2020) (38u.s.c.4212).
far 52.222-36 - Equal Opportunity For Workers With Disabilities (jun 2020) (29u.s.c.793).
far 52.222-37 - Employment Reports On Veterans (jun 2020) (38u.s.c.4212).
far 52.222-50 - Combating Trafficking In Persons (oct 2020) (22u.s.c.chapter78 And E.o. 13627).
far 52.223-18 - Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011)
far 52.225-1 - Buy American Supplies (jan2021) (41u.s.c.chapter83).
(51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).far 52.232-33 - Payment By Electronic Funds Transfer - Systems For Award Management (oct 2018)
far 52.233-3 - Protest After Award (aug 1996)
far 52.233-4 - Applicable Law For Breach Of Contract Claim (oct 2004)
*the Above/following Clauses Are Incorporated By Reference, Entire Clause(s) Available At Http://www.arnet.gov/far.
notice To Offerors Concerning Representations And Certifications:
this Solicitation Contains Far Clause 52.204-7, Central Contractor Registration And Far Provision 52.204-8, Annual Representations And Certifications. In Accordance With Far 4.1201 (a) Prospective Contractors Shall Complete Electronic Annual Representations And Certifications Sam Accessed Via Https://www.acquisition.gov. Please Ensure Completion Prior To Submission Of Your Quote. Also Note That Paragraph (b) Of Far 52,204-8 Applies.
Closing Date13 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools...+1Chemical Products
United States
Details: Scope
1.1 Intent. This Work Item Describes The Requirements For The Contractor To Clean The Vessel’s U/w Body And To Renew Bolt-on Zinc Anodes, While The Vessel Is Moored Pier Side (uscgc Dainel Tarr 3000 Fort Point Road Galveston, Tx 77550).
1.2 Government-furnished Property.
mti
item Description
nsn/pn
qty
estimated Cost
($/unit)
n
anode, Stern Tube
p/n: Z0020202h3
niin: 016445483
28 Ea.
$11.15
n
nut, Self-locking
p/n: 90715a145
niin: 015085774
2 Bx
*24 In A Bx
$7.24
n
anode, Sea Chest Grate
p/n: Ga-4
niin: 016476179
4 Ea.
$21.93
n
screw, Prop Zinc Plate
p/n: 950756
niin: 016340210
8 Ea.
$9.42
n
screw, Sea Chest Grate Anode,
p/n: 93190a634
niin: 016197182
4 Ea.
$9.70
n
screw Cap, Stern Tube Covers
p/n: 90585a626
niin: 016161107
42 Ea.
$1.81
n
zinc Plate, Propeller
p/n: 950733
niin: 016278941
2 Ea.
$618.85
n
anode, Bow Thruster, Gear Case, Bolt On
p/n: 1081226
niin: 123561870
1 Ea.
$64.97
n
anode, Bow Thruster, Tunnel, Bolt On
p/n: Cm2000z
niin: 200126334
12 Ea.
$29.46
2. References
coast Guard Drawings
coast Guard Drawing 154 Wpc 111-301, Rev B, Shell Expansion
coast Guard Drawing 154 Wpc 161-301, Rev C, Skegs And Stern Tubes Support Structures
coast Guard Drawing 154 Wpc 562-201, Rev A, Rudder Details
coast Guard Drawing 154 Wpc 565-201, Rev -, Fin Stabilizer System A & D
coast Guard Drawing 154 Wpc 568-201, Rev B, Bow Thruster System A & D
coast Guard Drawing 154 Wpc 997-302, Rev -, Docking Plan
coast Guard Publications
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
surface Forces Logistics Center Maintenance Procedure Card B10015.d (mpc B10015.d), 5/31/17, Insp/cln U/w Equipment (hull Plate)
surface Forces Logistics Center Maintenance Procedure Card B10018.d (mpc B10018.d), 3/15/19, Replace Underwater Zinc Anodes
other References
none
3. Requirements
3.1 General.
3.1.1 Cir.
none.
3.1.2 Tech Rep.
not Applicable.
3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Coverings To Seal Off And Protect All Non-affected Vessel's Components, Equipment, And Spaces Near The Work Area Against Contamination During The Performance Of Work. Upon Completion Of Work, The Contractor Must Remove All Installed Protective Measures, Inspect For The Presence Of Contamination, And Return All Contaminated Equipment, Components, And Spaces To Original Condition Of Cleanliness.
3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences).
3.2 Requirements. The Contractor Must:
3.2.1 Video Recording. Submit Video Highlights Of Underwater Body Surfaces (e.g. Bow Thruster, Propellers, Rudders, Transducers, Heavily Fouled Hull Areas, Etc.) Before And After Cleaning.
3.2.2 Clean/inspect. Clean The U/w Body Surfaces Free Of All Marine Growth, Debris, And All Other Surface Contaminants In Accordance With Mpc B10015.d. Ensure All Transducer Surfaces Are Cleaned With Only Hand Held Brushes, Without The Use Of Power Attachments. Ensure That Existing U/w Body Coating System Or Non-coated Surfaces Do Not Incur Any Damage During Cleaning Process. Polish Propellers And Rudders. Refer To Coast Guard Drawings Listed In Section 2.
3.2.3 Renew Anodes. Renew Government-furnished Components Listed Below Paragraph 1.2. In Accordance With Mpc B10018.d.
4.0.0 Period Of Performance. Feb 3-6, 2025 At Cutters Home Port Base Galveston Texas. Cutter Poc Is Mkcs Jonathan Fortuna. (409) 600-2401
note: The Uscg/government Reserves The Right To Award On An All Or None Basis That Is The Government May Issue A Purchase Order (po) To The Offeror That Submits The Lowest Aggregate Price Rather Than Issue A Purchase Order To Each Offeror Based On The Lowest Quotation On Each Item.
as Stated Below, The Provision At Far 52,212-2, Evaluation-commercial Items-applies With The Following Addenda:
award Of A Contract Will Be Based On The Following Criteria: The Purchase Order Will Be Awarded As A Firm Fixed Price Contract Using Simplified Acquisition Procedures In Accordance With Far Part 13.5.
1. Please Provide Any Warranty Information.
2. Vendors Must Be Registered In Www.sam.gov
the Uscg/government Intends To Award A Purchase Order Resulting From This Synopsis/solicitation To The Responsible Contractor Whose Quote Conformed To The Solicitation Which Will Be Most Advantageous And The Best Value To The Government, Price And Other Factors Considered.
please Note: Interested Offerors Having The Expertise As Required Are Invited To Submit A Firm Fixed Price Quotation That Will Be Considered By The Agency. Quotations Must Be Submitted On Company Letterhead Stationery And Must Include The Following Information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount Offered For Prompt Payment, (7) Company Unique Entity Id (uei) And Cage Code..
quotes Must Be Received No Later Than Tuesday January 21, 2025 At 09:00 A.m. Eastern Standard Time. Email Quotes Are Acceptable And Should Be Sent To Timothy Ford At Email Address – Timothy.s.ford@uscg.mil And Carbon Copy Stacy Spalding At Email Address Stacy.j.spalding@uscg.mil .
any Questions Or Concerns Regarding Any Aspect Of The Rfq Must Be Forwarded To The Contracting Officer, Cwo3 Stacy Spalding At Email Address Stacy.j.spalding@uscg.mil And Carbon Copy Timothy Ford At Email Address Timothy.s.ford@uscg.mil .
the Following Far Clauses And Provisions Apply To This Acquisition:
far 52.212-1 - Instructions To Offerors - Commercial Items (oct 2018)
far 52.212-2 - Evaluation - Commercial Items (oct 2014) Award Will Be Made To The Offeror Proposing The Best Value To The Government Considering Specification, Price, Past Performance And Quality.
far 52.212-3 - Offeror Representations And Certifications - Commercial Items (oct 2018) To Include Alt I (oct 2014). Offeror Is To Complete The Annual Representations And Certification Electronically Via The System For Award Management (sam) Web Site Accessed Through Http://www.sam.gov .
far 52.212-4 - Contract Terms And Conditions -commercial Items (oct 2018) With The Following Addenda's.
far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (jan 2019)
the Following Clauses And Others As Indicated By The Contracting Officer As Applicable Shall Apply To This Awarded Contract.
far 52.252-2 - Clauses Incorporated By Reference (feb 1998), The Full Text Of The Clause May Be Accessed Electronically At Internet Address Http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (duns) Number Is The Primary Identifier In Far 52.204-7 - System For Award Management (oct 2018).
contractors Are Located And Identified In Sam By Their Uei Number. To Facilitate Payment Via Electronic Funds Transfer - Sam, Contractors Should Be Registered In Sam. A Uei Number Can Be Obtained Via Www.dnb.com And Sam Registration Can Be Obtained Via Www.sam.gov.
the Following Clauses And Others As Indicated By The Contracting Officer As Applicable Shall Apply To This Awarded Contract.
far 52.222-3 - Convict Labor (jun 2003)
far 52.222-19 - Child Labor Cooperation With Authorities And Remedies ((jan2020) (e.o.13126).
far 52.222-21 - Prohibition Of Segregated Facilities (apr 2015)
far 52.222-26 - Equal Opportunity (sep 2016)
far 52.222-35 - Equal Opportunity For Veterans (jun 2020) (38u.s.c.4212).
far 52.222-36 - Equal Opportunity For Workers With Disabilities (jun 2020) (29u.s.c.793).
far 52.222-37 - Employment Reports On Veterans (jun 2020) (38u.s.c.4212).
far 52.222-50 - Combating Trafficking In Persons (oct 2020) (22u.s.c.chapter78 And E.o. 13627).
far 52.223-18 - Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011)
far 52.225-1 - Buy American Supplies (jan2021) (41u.s.c.chapter83).
(51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).far 52.232-33 - Payment By Electronic Funds Transfer - Systems For Award Management (oct 2018)
far 52.233-3 - Protest After Award (aug 1996)
far 52.233-4 - Applicable Law For Breach Of Contract Claim (oct 2004)
*the Above/following Clauses Are Incorporated By Reference, Entire Clause(s) Available At Http://www.arnet.gov/far.
notice To Offerors Concerning Representations And Certifications:
this Solicitation Contains Far Clause 52.204-7, Central Contractor Registration And Far Provision 52.204-8, Annual Representations And Certifications. In Accordance With Far 4.1201 (a) Prospective Contractors Shall Complete Electronic Annual Representations And Certifications Sam Accessed Via Https://www.acquisition.gov. Please Ensure Completion Prior To Submission Of Your Quote. Also Note That Paragraph (b) Of Far 52,204-8 Applies.
Closing Date21 Jan 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Details: A. This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued
b. The Great Plains Area Indian Health Service (ihs) Intends To Award A Firm-fixed Price, Non-personal Healthcare Service, Commercial Item, Single Award, Purchase Order For Pharmacist Services At The Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, South Dakota In Response To Request For Quote (rfq) -25-012-0002.
c. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02/2025-01-03.
d. This Rfq Is Set-aside 100% Indian Economic Enterprise Small Business (isbee) And The Associated Naics Code Is 561320, Which Has A Small Business Standard Of $34.0 Million.
e. The Quoted Unit Pricing Must Be “all Inclusive” (to Include But Not Be Limited To Travel, Lodging, Per Diem, Fringe Benefits, Federal, State And Local Taxes) Plus All Other Costs Pertinent To The Performance Of This Contract. Utilize Your Most Competitive And Reasonable Rates.
pharmacist Services: 1,200 Hours @ $ ____________ Per Hour, Totaling $___________________.
f. Pharmacist Services To Be Provided For The Duration Of The Contract Per The Statement Of Work (sow)
g. The Period Of Performance Will Be Date Of Award Through (180 Days).
h. Far 52.212-1 Instructions To Offerors-commercial Items (sep 2023).
quotes Shall Be Submitted On Company Letterhead Stationery, Signed, Dated And It Shall Include:
solicitation Number Rfq-25-012-0002;
closing Date: February 5, 2025 At 12:00 Pm Cst;
name, Address And Telephone Number Of Company And Email Address Of Contact Person;
technical Description Of The Item/service Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements Of The Solicitation. This May Include Product Literature, Or Other Documents, If Necessary;
price And Any Discount;
“remit To” Address, If Different Than Mailing Address;
a Completed Copy Of The Representations And Certifications At Far 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically);
acknowledgment Of Solicitation Amendments (if Any Issued);
past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information);
a Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offerors That Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration.
in Addition, Contractors Shall Provide The Following:
name And Phone Number Of Three (3) Professional References.
shall Meet The Qualifications In The Statement Of Work And Provide Copies Of Requested Documents.
complete And Sign Child Care Position Provisional Authorization
complete And Sign The Declaration For Federal Employment – Optional Form 306.
complete And Sign Addendum To Declaration For Federal Employment (of306).
complete And Sign Licensure Requirement Form.
copy Of Malpractice Insurance Coverage.
copy A Degree From A Qualified Medical Laboratory Science Program.
maintain Continuing Education/certification.
copy Of Current Basic Life Support (bls).
current Immunization Record, Including Covid-19 Vaccines.
do Not Include Personal Identifiable Information (pii) On Any Documents That Are Being Submitted.
attachments:
statement Of Work
provisions And Clauses Incorporated By Reference And Full Text
business Associate Agreement
contractor’s Performance Conditions & Responsibilities
workplace Violence & Violence In The Workplace
courtesy And Respect In The Workplace Policy
mandatory Seasonal Influenza
wage Determination No: 2015-5375
i. Basis Of Award Is Lowest Price Technically Acceptable (lpta). The Government Intends To Select One Contractor For Award. The Proposals Will Be Initially Evaluated By Lowest Price And If The Lowest Priced Proposal Submitted Is Found To Be Technically Acceptable, No Other Proposals Will Be Evaluated, And Award Will Be Made To The Lowest Priced, Technically Acceptable Offeror. However, If The Offeror’s Lowest Priced Proposal Is Not Found Technically Acceptable, The Next Offeror’s Lowest Priced Proposal Will Be Evaluated Until The Lowest Priced, Technically Acceptable Proposal Is Determined. The Government Intends To Evaluate Offers And Award Without Discussions.
the Government Reserves The Right To Ask For Clarifications From The Lowest-priced Offeror Being Evaluated Without Approaching Other Offerors. The Government Reserves The Right To Enter Negotiations With The Lowest-priced Offeror Being Evaluated Without Approaching Other Offerors.
contractor Will Work With The Designated Schedule.
ability To Provide A Contractor To Be Scheduled To Work Throughout The Contract And/or Ability To Provide A Competent Replacement Provider.
contractor Provides All Supporting Credential Documents As Required In The Statement Of Work.
j. Far 52.212-3 Offer Representations And Certifications-commercial Items (may 2024). See Attachment For Full Text. The Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically Via The System For Award Management (sam) Website Accessed Through Http://www.acquisition.gov. If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (p) Of This Provision.
k. Far 52.212-4 Contract Terms And Conditions-commercial Items (november 2023). Applied To This Acquisition And It’s Incorporated By Reference.
l. Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (november 2024). See Attachment For Full Text.
m. Attached Are The Additional Federal Acquisition Regulations (far) & Health & Human Services Acquisition Regulation (hhsar) Clauses That Are Applicable.
n. Offers Will Only Be Accepted Electronically, Submit Via Email To The Following:
woodrow Wilson Keeble Memorial Health Care Center
indian Health Service - Sisseton Service Unit
attn: Andrea Whipple, Purchasing Agent
100 Lake Traverse Drive
sisseton, Sd 57262
email: Andrea.whipple@ihs.gov
questions In Regards To This Solicitation Shall Be Submitted In Writing By Email No Later Than Friday, January 29, 2025, 12:00pm Cst.
security Clearance
a Security Pre-clearance Must Be Performed For Any Employees Referred To Ihs Through This Contract.
fingerprints Must Be Completed And Adjudicated Prior To Services Being Performed Under This Contract.
no Contract Award Shall Be Made To Any Vendor Or Provider Listed On The Oig Exclusion List Http://exclusions.oig.hhs.gov Throughout The Duration Of The Contract. It Shall Be The Responsibility Of The Contractor To Notify The Acquisition Official If There Is A Change In Provider.
performance Of This Contract Will Require Routine Access By Employees Of The Contractor Or Its Subcontractors To Facilities Or Systems Controlled By The Indian Health Service (i.h.s.). Before Starting Work Requiring Routine Access To I.h.s. Facilities Or Systems Each Person Must Complete A Fbi National Criminal History Check (fingerprint Check) Adjudicated By An I.h.s. Employee Using The Office Of Personnel Management Personnel Investigations Processing System. Contractors Shall Allow Five Business Days For I.h.s. Processing Of Fingerprints Taken Electronically At An I.h.s. Site And Thirty Business Days For Non-electronic Processing Of Fingerprints Using Fbi Form Fd-258. A List Of I.h.s. Sites With Electronic Fingerprint Capability Is Available From The Contracting Officer.
in Addition, No Contractor Or Subcontractor Employee Shall Be Permitted To Perform Work Under This Contract If Listed On The Hhs Office Of Inspector General List Of Excluded Individuals/entities (leie), Http://exclusions.oig.hhs.gov. As Soon As Practicable Prior To The Start Of Work, The Performance Of The Work The Contractor Shall Provide To The Contracting Officer The Names Of All Individuals To Be Used In Performance Of Work For Screening Against The Leie. During The Performance, The Contractor Shall Provide The Contracting Officer The Names Of Any Additional Or Substitute Employees For Screening Before They Begin Work.
the Contractor Is Responsible For Conducting Security Preclearance Investigations In Sufficient Depth To Ensure That Each Contractor Or Subcontractor Employee Referred To I.h.s. Is Not On The Leie And Can Obtain A Favorable Fingerprint Clearance. Each Security Preclearance Shall Be Conducted Sufficiently In Advance Of The Start Of Performance To Avoid Delays Caused By Denial Of Access. If This Is A Time And Materials, Labor-hour Or Cost Reimbursement Contract, The Contractor Shall Not Charge For Or Be Reimbursed For Labor Hours Or Other Costs Incurred For Employees Who Are Unable To Perform Due To Denial Or Access Or The Excess Time Required To Resolve And Clear Unfavorable Security Clearance Findings. If This Is A Fixed Price Contract, Denial Of Access Due To Security Clearance Findings Shall Not Be A Basis For Excusable Delay Or An Increase To The Contract Amount.
government Will Pay For The Cost To Process The Contractors Suitability Clearances. However, Multiple Investigations For The Same Position May, At The Contracting Officers Discretion, Lead To Reduction(s) In The Contract Price Of No More Than The Cost Of The Extra Investigation(s).
employees That Do Not Have Access To Lms, Contractors, Volunteers, Or Ihs Employees With Ipa’s Or Moa’s To Tribal Organizations Please, Click Here Ihs Sexual Abuse Prevention Website. When The Contractors Have Completed And Passed The Training, Please Have Them Send A Copy Of The Last Page Of The Training With Name, Date, And Time To Their Supervisor, Cor, And Kimmen Lebeau, E-mail: Kimmen.lebeau@ihs.govinvoice Processing Platform (ipp)
the Indian Health Service (ihs) Is In The Process Of Implementing An Electronic Invoicing System
in Compliance With The Office Of Management And Budget (omb) M-15-19 Memorandum “improving Government Efficiency And Saving Taxpayer Dollars Through Electronic Invoicing” Directing Federal Agencies To Adopt Electronic Invoicing As The Primary Means To Disburse Payment To Vendors. Invoices Submitted Under Any Award Resulting From This Solicitation Will Be Required To Utilize The Invoice Processing Platform (ipp) In Accordance With Hhsar 352.232- 71, Electronic Submission And Processing Of Payment Requests.
ipp Is A Secure, Web-based Electronic Invoicing System Provided By The U.s. Department Of The Treasury’s Bureau Of The Fiscal Service, In Partnership With The Federal Reserve Bank Of St. Louis (frstl). Respondents To This Solicitation Are Encouraged To Register An Account With Ipp If They Have Not Already Done So. If Your Organization Is Already Registered To Use Ipp, You Will Not Be Required To Re-register- However, We Encourage You Make Sure Your Organization And Designated Ipp User Accounts Are Valid And Up To Date.
invoice Processing Platform (ipp)
the Indian Health Service (ihs) Is In The Process Of Implementing An Electronic Invoicing System
in Compliance With The Office Of Management And Budget (omb) M-15-19 Memorandum “improving Government Efficiency And Saving Taxpayer Dollars Through Electronic Invoicing” Directing Federal Agencies To Adopt Electronic Invoicing As The Primary Means To Disburse Payment To Vendors. Invoices Submitted Under Any Award Resulting From This Solicitation Will Be Required To Utilize The Invoice Processing Platform (ipp) In Accordance With Hhsar 352.232-71, Electronic Submission And Processing Of Payment Requests.
ipp Is A Secure, Web-based Electronic Invoicing System Provided By The U.s. Department Of The Treasury’s Bureau Of The Fiscal Service, In Partnership With The Federal Reserve Bank Of St. Louis (frstl). Respondents To This Solicitation Are Encouraged To Register An Account With Ipp If They Have Not Already Done So. If Your Organization Is Already Registered To Use Ipp, You Will Not Be Required To Re-register- However, We Encourage You Make Sure Your Organization And Designated Ipp User Accounts Are Valid And Up To Date.
the Ipp Website Address Is: Https://www.ipp.gov
if You Require Assistance Registering Or Ipp Account Access, Please Contact The Ipp Helpdesk At (866) 973-3131 (m-f 8am To 6pm Et), Or Ippcustomersupport@fiscal.treasury.gov
“should The Contractor Feel That Use Of The Ipp Would Be Unduly Burdensome, Their Response To This Solicitation Should Include An Explanation Of This Position For A Determination By The Contracting Officer”.
Closing Date5 Feb 2025
Tender AmountRefer Documents
Trento Agusan Del Sur Tender
Publishing and Printing
Philippines
Details: Description Notice To Bidders Sealed Proposals Plainly Marked "proposal For Supply/ Delivery Of Office Supplies For Mcr, Accounting, Mdrrm, Gso, Bir, Peso, Mswdo, Meo, Mbo, Mho, Menro, Dilg, Coa Offices (pr# 2025-021-0162). Subject To The Terms And Conditions Set Forth In The Updated Irr Of Ra 9184 Under "goods", Sealed Bids Will Be Received In The Office Of Bids And Awards Committee, This Municipality On Or Before 10:00am, March 4, 2025 And Thereafter Publicly Opened In The Presence Of The Members Of The Bac, Observers And Bidder's Representatives. Mcro 3 Pcs Notepad, Stick-on 76mm X 100mm 3 Pcs Notepad, Stick-on 50mm X 76mm 3 Pcs Notepad, Stick-on 76mm X 76mm 2 Bottle Canon Ink 003 (yellow) 3 Bottle Canon Ink 003 (black) 2 Bottle Canon Ink 003 (magenta) 2 Bottle Canon Ink 003 (cyan) 2 Bottle Epson 001 (cyan) 3 Bottle Epson 001 (black) 2 Bottle Epson 001 (magenta) 2 Bottle Epson 001 (yellow) 5 Box Face Mask 3 Box Fastener 2 Box Clip, Backfold 50mm 2 Box Clip, Backfold 32mm 6 Pcs Wifi Adapter 6 Pcs Filling Tray 3 Layers (metal) 6 Pcs Typewriter's Ribbon 2 Bottle Air Freshener 2 Gallon Alcohol, Ethyl 2 Pack Battery Dry Cell, Aaa 2 Pack Battery Dry Cell, Aa 4 Bottle Toilet Bowl Cleaner (urinal) 3 Bottle Disinfectant Spray 1 Box Rubber Band 4 Bottle Dishwashing Liquid 10 Pcs File Case Sub-total Accounting 1 Roll Frosted Glass Sticker, No Glue 20m 1 Bottle Glass Cleaner 500 Ml 2 Piece Broom (walis Tambo) 2 Sachet Dish Washing Liquid Refill, 1l 3 Bottle Toilet Bowl Cleaner 1000ml 3 Pcs Puncher, Paper, Heavy Duty Sub-total Mdrrmo 10 Pcs Albatros Deodorizer 10 Pcs Broom (walis Tambo) 3 Pcs Broom (walis Tingting) 10 Kls Detergent Powder All Purpose 2 Box Felt Tip Pen (broad) 2 Set Ink - Cannon Pixma 790 5 Set Ink - Epson 003 5 Pcs Mop (rotating) 10 Bottle Muriatic Acid 25 Pcs Sack 3 Pcs Stapler (#35) 2 Pcs Swivel Chair 3 Tub Super White Powder 25 Pcs White Mini Envelop 3 Roll Double Sided Tape 1" 3 Roll Double Sided Tape 2" 10 Pcs Dishwashing (paste) 2 Pcs Extension Cord (heavy Duty) 3 Roll Masking Tape 4" 3 Roll Packaging Tape 3" 4 Roll Packaging Tape 4" 4 Box Pilot Ballpen Retractable (bp-1rt) 2 Liter Glue, All Purpose 4 Pcs Clip Board Binder (long) 2 Box Push Pin 2 Box Thumb Tacks 2 Pcs Broom Gap Long Handle 5 Pcs Flexible Toilet Brush Long Handle 3 Pcs Plastic Expanding Envelope W/ Handle Long (pink) Sub-total Gso 2 Kls Detergent Powder, All Purpose 1 Cans Disinfectant Spray 5 Pcs Hand Towel 2 Pcs Mouse 3 Pcs Mouse Pad 2 Rolls Tape Transparent, 1 Inch 2 Pcs Paper Tray (plastic) 3 Pcs Plastic Envelop (long) W/ Handle 3 Pcs Pentelpen, Broad, (black) 3 Pcs Pentelpen, Broad, (blue) 3 Pcs Pentelpen, Fine, (black) 3 Pcs Pentelpen, Fine, (blue) 10 Pcs Flower Pot, Plastic (big) 1 Pad Memopad, Stick-on 2 Pad Notepad, Stick-on, 50mm X 76mm 2 Pcs Diswashing Paste 1 Pcs Glass Wiper/squeegee 1 Bottle Ink, Brother, Bt D60 3 Bottle Ink, Brother, Bt 5000, Cyan, Magenta, Yellow 2 Sets Ink, Epson 003 1 Kls Chlorine 1 Kls Super White 4 Rolls Trash Bag, Small 1 Packs Battery Aa 1 Packs Battery Aaa Sub-total Bir 6 Box Ballpen , Blue 10 Bottle Epson Ink, Black, 70ml, 664 10 Box Expanded Envelop, Legal, Brown 10 Bottle Multi-purpose Glue, 130grams 5 Bottle Toilet Bowl Cleaner. 1000ml Sub-total Peso 2 Set Epson Ink 003 4 Pcs Trash Bin 1 Pc Facsimile (receive) 1 Pc Aa Battery Charger Sub-total Mswdo 5 Bottle Toilet Bowl Cleaner And Urinal 1000ml 5 Dozen Detergent Powder, All Purpose 10 Pieces Bleach 1000ml 5 Pieces Pail, (small) 10 Pieces Data Folder (arc File) 12 Pieces Marker, Permanent, Black 5 Pieces Marker, Whiteboard, Black 8 Pieces Epson Ink, 003, Black 4 Pieces Epson Ink, 003, Red 4 Pieces Epson Ink, 003, Magenta 4 Pieces Epson Ink, 003, Cyan 3 Pieces Epson Ink 664, Black 2 Pieces Epson Ink 664, Yellow 2 Pieces Epson Ink 664, Magenta 2 Pieces Storage Box (120l) 1 Pieces Sd Card 100 Pieces Ballpen (black & Blue) 5 Pieces Doormat Sub-total Meo 50 Piece Sign Pen, Medium Tip, Black 10 Pack Battery, Dry Cell, Size Aa 5 Pack Battery, Dry Cell, Size Aaa 5 Piece Broom (walis Tambo) 5 Piece Broom (walis Tingting) 10 Bottle Cleaner, Toilet Bowl And Urinal 10 Pouch Detergent Powder, All Purpose 10 Roll Trash Bag, Large 5 Roll Tape, Packaging 48mm 4 Roll Tape, Transparent 24mm 10 Box Clip Backfold, 19mm 10 Box Clip Backfold, 25mm 10 Box Clip Backfold, 32mm 10 Box Clip Backfold, 50mm 2 Piece Data File Box 2 Piece Data Folder 5 Piece Mouse, Optical Usb Connection Type 6 Ream Paper One (all Purpose) A3 80 Gsm 10 Cart Ink Cartridge, Epson (bk 774), Black 10 Cart Ink Cartridge, Epson (bk 664), Cyan 10 Cart Ink Cartridge, Epson (bk 665), Magenta 10 Cart Ink Cartridge, Epson (bk 666), Yellow 100 Piece Ballpen 10 Pack Photo Paper A4 Size 5 Bottle Dishwashing Liquid 5 Pad Notepad, Stick On, 50mm X 76mm 5 Pad Notepad, Stick On, 76mm X 76mm 2 Piece Puncher Paper, Heavy Duty 8 Roll Double Sided Tape (thick) 8 Pack Vellum Board Paper 20 Box Fastener, Plastic, 70mm Between Prongs 5 Piece Pencil Sharpener Sub-total Mbo 1 Box Carbon (blue) 5 Box Staple Wire, Standard Type 30 Piece Correction Tape 6 Pair Scissors, Symmetrical/asymmetrical 2 Box Fastener, Plastic 3 Cans Insecticide, Aersol Type 600ml 50 Piece Ballpen (black & Blue) 50 Piece Expanded Folder (brown) 1 Piece Keyboard & Wireless Mouse 15 Pack Special Paper - Laid Cannon (powder Blue) 185 Gsm 3 Box Marker - Board (black) 15 Book Columnar Book, 14 Columns 5 Pack Stylish Film Index 1 Piece Double Sided Tape, 3m 1 Unit External Hard Drive 1tb 20 Box Data File Box W/ Cover 20 Piece Data Folder, Made Of Chipboard, Taglia Lock Sub-total Mho 24 Pack Battery, Dry Cell, Aa, 2 Pieces Per Blister Pack 24 Pack Battery, Dry Cell, Aaa, 2 Pieces Per Blister Pack 4 Piece Broom, Soft (tambo) 4 Piece Broom, Stick (ting-ting), Usable Length: 760mm Min 150 Piece Brown Folder, A4 Size 3 Piece Cork Board With Frame, 3x2 Ft 10 Pieces Dishwashing Liquid 175ml 5 Dozen Fabric Conditioner 5 Piece Glue, 130 Ml 20 Cart Ink Black 003 10 Cart Ink Cyan 003 10 Cart Ink Magenta 003 10 Cart Ink Yellow 003 4 Piece Mophandle, Heavy Duty, Aluminum, Screw Type 8 Piece Mophead, Made Of Rayon, Weight: 400 Grams Min 10 Piece Permanent Marker, Black, Broad 10 Bottle Premanent Marker, Refill, Black 5 Piece Stamp Pad, Felt, Bed Dimension: 60mm X 100mm Min 5 Piece Puncher Heavy Duty 7cm 10 Piece Stapler, Big 5 Piece Hp 26a Laserjet Toner Cartridge, Black 15 Piece Stationary Tape, 1 Inch Sub-total Menro 2 Pcs Staple W/ Remover Heavy Duty 5 Pad Sticky Note, Color Pink 5 Pad Sticky Note, Green 5 Pad Sticky Note, Yellow 5 Pad Sticky Note, Sky Blue 3 Box Fastener, Heavy Duty 8 Box Paper Fastener, Plastic Coated, Heavy Duty 10 Roll Double Sided Tape, 1" 10 Roll Double Sided Tape, 2" 5 Roll Tape Transparent, 48mm 20 Box Clip Backfold, 19mm All Metal 20 Box Clip Backfold, 32mm All Metal 50 Pcs Folder Brown, A4 7 Pcs Epson Ibk, 003 Black 7 Pcs Epson Ibk, 001 Black 7 Pcs Epson Ibk, 664 Black 4 Pcs Stik-grip Padding Glue 1 Pcs Personalize Inking Stamp 5 Pcs Transparent Plastic Storage File Box W/ Lid For Paper 35 Pcs Ballpen, Black 2 Pcs White Board Pentel Pen, Broad, Black 5 Length Ring Bind 2inch 6 Length Ring Bind 12mm 1 Pcs Cork Board, 12x18 4 Pcs Cork Board, 12x10 30 Pack Worx Paper, Legal 10 Box Tabbing, Transparent 5 Box Bulldog Clip, 3 Inch 2 Pcs Key Board 10 Pack Push Pins 40 Pcs Brown Envelope, Long Size 4 Pack Gold Foil, Borders Certificate Paper Sub-total Dilg 3 Box Ballpen, Black 4 Pcs Ink,cart, Epson 003 Bk (black) 2 Pcs Ink,cart, Epson 004 Y (yellow) 2 Pcs Ink,cart, Epson 005 M (magenta) 2 Pcs Ink,cart, Epson 006 C (blue) 5 Pack Photo Paper A4 Size 50 Pcs Brown Folder, A4 Size 50 Pcs Brown Folder, Small Size 10 Pcs Pilot Permanent Broad Tip Marker, Bl 4 Box Paper Clip, Small 3 Kls Detergent Powder 5 Bottle Dishwashing Liquid 2 Gallon Fabric Conditioner 3 Bottle Mr. Muscle Cleaning Gel 4 Pcs Hard Plastic Clip Board File Stationery 5 Roll Double Sided Tape, Small Sub-total Coa 3 Bottle Air Sanitizer, Aerosol Type, Glade 320ml 2 Bottle Toilet Cleaner, Mr. Muscle Gel 1 Pack Detergent Powder 1kg. 1 Gallon Zonrox, 1 Gal. 3 Roll Trash Bag, Plastic, Black, Medium 3 Pad Yellow Pad, Long 15 Pcs Brown Envelop, A4 Size 15 Pcs Folder Long, White 8 Bottle Brother Ink Printer, D60 Black 3 Bottle Brother Ink Printer, D60 Magenta 3 Bottle Brother Ink Printer, D60 Cyan 3 Bottle Brother Ink Printer, D60 Yellow 2 Pcs Whiteboard Marker, Black 1 Box Rubber Band, 350gsm, #18 2 Pcs Pencil Sharpener, Double Hole 2 Roll Tape, Transparent 24mm 2 Pcs Pentel Pen, Permanent Marker, Black 1 Pcs Ruler, Transparent, 12inch 1 Reams Acetate Plastic Cover A4 Size 50 Pcs Empty Sacks 1 Roll Tie Box Sub-total Total Bid Price
Closing Date27 Feb 2025
Tender AmountPHP 290.9 K (USD 5 K)
BARANGAY ALANIB,LANTAPAN, BUKIDNON Tender
Others
Philippines
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:
Closing Date29 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Details: Description Philippine Bidding Documents Procurement Of Infrastructure Projects Government Of The Republic Of The Philippines 25ff0028 Organizational Outcome 1: Ensure Safe And Reliable National Road System – Widening Of Permanent Bridges – Himaao Br. (b00409lz) Along Pili-tigaon-albay Bdry. Rd. Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Infrastructure Projects (hereinafter Referred To Also As The “works”) Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By All Branches, Agencies, Departments, Bureaus, Offices, Or Instrumentalities Of The Government, Including Government-owned And/or -controlled Corporations, Government Financial Institutions, State Universities And Colleges, Local Government Units, And Autonomous Regional Government. 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 (irr) Of Republic Act (ra) No. 9184. The Pbds Are Intended As A Model For Admeasurements (unit Prices Or Unit Rates In A Bill Of Quantities) Types Of Contract, Which Are The Most Common In Works Contracting. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Duration; 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 Works 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 Infrastructure Projects. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular 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, Bds, General Conditions Of Contract, Special Conditions Of Contract, Specifications, Drawings, And Bill Of Quantities 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 Names Of The Project, Contract, And Procuring Entity, In Addition To 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 Terms, Abbreviations, And Acronyms 5 Section I. Invitation To Bid 8 Section Ii. Instructions To Bidders 11 1. Scope Of Bid 13 2. Funding Information 13 3. Bidding Requirements 13 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 14 5. Eligible Bidders 14 6. Origin Of Associated Goods 14 7. Subcontracts 14 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. Alternative Bids 16 13. Bid Prices 16 14. Bid And Payment Currencies 17 15. Bid Security 17 16. Sealing And Marking Of Bids 17 17. Deadline For Submission Of Bids 17 18. Opening And Preliminary Examination Of Bids 18 19. Detailed Evaluation And Comparison Of Bids 18 20. Post Qualification 18 21. Signing Of The Contract 18 Section Iii. Bid Data Sheet 19 Section Iv. General Conditions Of Contract 20 1. Scope Of Contract 24 2. Sectional Completion Of Works 24 3. Possession Of Site 24 4. The Contractor’s Obligations 24 5. Performance Security 24 6. Site Investigation Reports 25 7. Warranty 25 8. Liability Of The Contractor 25 9. Termination For Other Causes 25 10. Dayworks 25 11. Program Of Work 26 12. Instructions, Inspections And Audits 26 13. Advance Payment 26 14. Progress Payments 26 15. Operating And Maintenance Manuals 26 Section V. Special Conditions Of Contract 28 Section Vi. Specifications 30 Section Vii. Drawings 32 Section Viii. Bill Of Quantities 33 Section Ix. Checklist Of Technical And Financial Documents 35 Glossary Of Terms, Abbreviations, And Acronyms Abc –approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. 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. Cda – Cooperative Development Authority. 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]) 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. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. 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]). 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. 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. Pcab – Philippine Contractors Accreditation Board. 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. 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. The Ib Should Be Incorporated Into 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 Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman Invitation To Bid For 25ff0028 – Organizational Outcome 1: Ensure Safe And Reliable National Road System – Widening Of Permanent Bridges – Himaao Br. (b00409lz) Along Pili-tigaon-albay Bdry. Rd. The Dpwh Camarines Sur 3rd District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 30,379,465.51 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ff0028- Organizational Outcome 1: Ensure Safe And Reliable National Road System – Widening Of Permanent Bridges – Himaao Br. (b00409lz) Along Pili-tigaon-albay Bdry. Rd. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Camarines Sur 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Project. Completion Of The Works Is Required 181 Cd. 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). Procurement Id/contract Id: 25ff0028 Contract Name: Organizational Outcome 1: Ensure Safe And Reliable National Road System – Widening Of Permanent Bridges – Himaao Br. (b00409lz) Along Pili-tigaon-albay Bdry. Rd. Brief Description: Widening Of Bridge Approved Budget For The Contract (abc): Php. 30,379,465.51 Source Of Funds: Gaa Fy 2025 Contract Duration: 181 Calendar Days Cost Of Bidding Documents: P 25,000.00 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 3. Interested Bidders May Obtain Further Information From Dpwh Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At Baras, Canaman, Camarines Sur During Weekdays From 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 To February 25, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. Prospective Bidders Shall Present Their Original Official Receipt Of Payment For Bid Documents (project Specific) To The Bac Secretariat Of This Office Before The Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representatives Included In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 64 Series Of 2012. All Participating Bidders Must Be In The Document Request List (drl) Of The Philgeps Website And Secure A Print-out Copy Showing That They Are Included In The List. 5. The Dpwh Camarines Sur 3rd District Engineering Office Will Hold A Pre-bid Conference On February 13, 2025 9:00am At Bac Room, Dpwh - Cam. Sur 3rd Deo, Baras, Canaman, Cam. Sur And/or Through Videoconferencing/webcasting Via Facebook Livestreaming, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before February 25, 2025 At 10:00am Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 8. Bid Opening Shall Be On February 25, 2025 At 10:01am At The Given Address Below And/or Through Facebook Livestreaming. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. Moreover, As Per Department Order No. 127, Series Of 2018, “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. Implementing Office In Accordance With Periods Provided Under 2016 Irr Of Ra 9184. 10. The Dpwh Camarines Sur 3rd Engineering District Office Reserves The Right To Reject Any All Bids, Declare A Failure Of Bidding Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184 Without Thereby Incurring Any Liability To The Bidder Or Bidders. 11. For Further, Please Refer To: Bac Chairperson: Jose B. Gigantone, Jr. Bac-secretariat Head: Debbie H. Escuro Address: Dpwh Camarines Sur 3rd Deo Address: Dpwh Camarines Sur 3rd Deo Telephone Number: 8811-25-00 Loc. 54211 Telephone Number: 8811-25-00 Loc. 54217 Email Address: Dpwhbac_camsur3rddeo@yahoo.com Email Address: Dpwhbac_camsur3rddeo@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement Date Of Publication: February 5, 2025 To February 25, 2025 Newspaper: Not Applicable Jose B. Gigantone, Jr. Assistant District Engineer Bac- Chairman Approved By: Romeo D. Doloiras District Engineer
Closing Date25 Feb 2025
Tender AmountPHP 30.3 Million (USD 525 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: Attachment 1: Combined Synopsis-solicitation For Commercial Items
the Purpose Of This Modification It To Provide Answers To Vendor Questions, Include Salient Characteristics, Remove Reference To Far 52.219-14, Include Vaar Clause 852.219-75 In Full Text, And Clauses And Ordering Language Far 52.216-18, And 52.216-19.
answers To Vendor Questions
previous Contract Details: Could You Share The Name Of The Previous Contract Holder Who Provided These Services Or The Solicitation Number?
answer:â Itamar
backlog Timeline: Is There A Specific Deadline For Clearing The 903-study Backlog, Or Should We Plan To Complete It As Soon As Possible After Contract Award?
answer: As Soon As Possible.â
volume Requirements For Option Years: The Base Year Specifies 1,800 Studies (in Addition To The 903 Backlog). Could You Confirm That Each Of The 4 Option Years Will Require 900 Studies Annually, As Indicated?
answer: This Is The Average That We Calculated Every Year.
evaluation Criteria Weighting: Are The Evaluation Criteria (technical, Past Performance, Price) Weighted Equally, Or Are Certain Areas Prioritized?
answer: Yes, It Is Weighted Equally
start Date: Could You Confirm The Anticipated Contract Start Date Following Award?
answer: February 15, 2025.
equipment Specifications: The Solicitation Mentions The Use Of Watchpat Or Equivalent Devices. Would Devices From Other Manufacturers That Meet Or Exceed The Required Specifications Be Acceptable?â
answer:â Any Equal Devices Must Be Compatible With Somnoware.â This System Is Already Setup In Place And Works With The Watchpat Devices.
invoicing Frequency: The Solicitation Mentions Electronic Submission Of Invoices, But It Does Not Specify The Required Invoicing Frequency. Would It Be Acceptable To Submit Invoices More Frequently Than Every 30 Days, Such As Weekly, Bi-weekly, Or After A Specific Number Of Studies Have Been Completed (e.g., 100 Or 200 Studies)? Â 30 Days Is Acceptable.
answer: Â invoicing Monthly In Arrears (30 Days Is Acceptable).
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03, January 17, 2025.
this Solicitation Is Set-aside For Sdvosb.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 621610, With A Small Business Size Standard Of $19 Mil.
the Fsc/psc Is Q403.
the Carl Vinson Vamc, Located At 1826 Veterans Blvd, Dublin, Ga Is Seeking To Purchase Home Sleep Apnea Testing Interpretation Services.
all Interested Companies Shall Provide Quotations For The Following Services:
services
item Information
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
remote Watchpat Test Interpretation Services
contract Period: Base
local Stock Number: Cs2116051
1800.00
ea
0002
watchpatâ® One Direct Program
contract Period: Base
local Stock Number: Cs2117002
1800.00
ea
0003
clear Back Log
contract Period: Base
local Stock Number:
903.00
ea
base Year
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
1001
remote Watchpat Test Interpretation Services
contract Period: Option 1
local Stock Number: Cs2116051
900.00
Ea
1002
watchpatâ® One Direct Program
contract Period: Option 1
local Stock Number: Cs2117002
900.00
Ea
option Year 1
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
2001
remote Watchpat Test Interpretation Services
contract Period: Option 2
local Stock Number: Cs2116051
900.00
Ea
2002
watchpatâ® One Direct Program
contract Period: Option 2
local Stock Number: Cs2117002
900.00
Ea
option Year 2
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
3001
remote Watchpat Test Interpretation Services
contract Period: Option 3
local Stock Number: Cs2116051
900.00
Ea
3002
watchpatâ® One Direct Program
contract Period: Option 3
local Stock Number: Cs2117002
900.00
Ea
option Year 3
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
4001
remote Watchpat Test Interpretation Services
contract Period: Option 4
local Stock Number: Cs2116051
900.00
Ea
4002
watchpatâ® One Direct Program
contract Period: Option 4
local Stock Number: Cs2117002
900.00
Ea
option Year 4
statement Of Work
itamar Medical Interpretation Service
general: This New Urgent Request Is Due To A Current Backlog Of 903 Sleep Study Consults For The Home Sleep Studies That Have Not Been Read. The New Service Request Will Include Having The Company Not Only Provide The Interpretation Service, But They Will Also Send Out The Equipment To The Veterans And Interpret The Study Once It Is Returned To Them. They Will Maintain The Upcoming Studies And Close Out Timely.
equipment Description: This Is An Interpreting Service That Will Send Out Home Study Kits For The Veterans To Use At Home. Once The Kit Is Returned To The Company, They Will Interpret The Study And Then Provide Cpap/bipap Machines To The Veteran If Ordering Is Required.
performance Requirements: The Interpreting Service Will Directly Send Out The Home Sleep Study Kits To The Veterans. Once The Kits Are Returned To The Service And Study Interpreted The Veteran Will Receive Machines As Needed If Provider Orders The Equipment.
contract Performance Monitoring:
the Government Reserves The Right To Monitor Services In Accordance With Performance Requirements.
cloudpat Website Enables The Interpreting Physician As Well As The Sleep Technologist To Access Sleep Studies And Prescriptions.
days And Hours Of Operation:
all Work Required In The Performance Of This Contract Shall Be Performed During The Hours Of Monday Saturday 24/7 And Reports/results Should Be Returned Within 48 Hours After Test Have Been Uploaded.
the Watch Pat Studies Are Interpreted By Board Certified Sleep Physician.
purchase Is Good Until All 903 And Any Plus Studies Have Been Performed And Interpreted (meaning No Expiration On Interpretation Services)
the Interpretation Will Include:
diagnosis
therapy Prescription If Needed
this Will Provide A Proficient Solution For The Backlog Of Patients Requiring Sleep Studies.
termination Of Service:
The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience.
security:
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.
~end Of Sow~
similar Services/items Should Be Compatible To And Meet Or Exceed Similar Items Produced By Zoll Itamar Surgical And Meet The Below Salient Characteristics:
7 Channels With 4 Respiratory Indices
89% Correlation To Psg1â â
accurate Diagnosis With True Sleep Time And Sleep Staging
approved Measure In The 2017 Aasm Hsat Clinical Practice Guidelines
must Be Compatible With Somnoware Software.
place Of Performance
address: Carl Vinson Vamc
1826 Veterans Blvd
dublin, Ga
postal Code: 31021
country: United States
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Items
far 52.212-2, Evaluation-commercial Products And Commercial Services
far 52.212-3, Offerors Representations And Certifications Commercial Items
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services [nov 2023]
Addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services
Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available.
The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract:
vaar 852.201-70 Contracting Officer S Representative (dec 2022)
vaar 852.203-70 Commercial Advertising May 2018
vaar 852.219-75 Va Notice Of Limitations On Subcontracting - Certificate Of Compliance For Services And Construction (jan 2023) (deviation)
vaar 852.223-71 Safety And Health (sep 2019)
vaar 852.232 72, Electronic Submission Of Payment Requests
vaar 852.242-71 Administrative Contracting Officer (oct 2020)
far 52.252-2 Clauses Incorporated By Reference (feb 1998)
far 52.203-16 Preventing Personal Conflicts Of Interest (jun 2020)
far 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011)
far 52.204-13 System For Award Management Maintenance (oct 2018)
far 52.204-18 Commercial And Government Entity Code Maintenance
(jul 2016)
far 52.228-5 Insurance Work On A Government Installation (jan 1997)
far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (dec 2013)
cl-120 Supplemental Insurance Requirements
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (dec 2023)
the Following Subparagraphs Of Far 52.212-5 Are Applicable:
[52.203-6, 52.203-17, 52.204-10, 52.204-14, 52.204-27, 52.209-6, 52.219-28 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-42, 52.222-50, 52.222-54, 52.222-55, 52.222-62, 52.223-18, 52.225-13, 52.232-33, And 52.242-5.]
all Quoters Shall Submit The Following:
adequate Documentation Detailing The Capabilities Of The Offeror To Meet The Requirements Of The Description/specifications And Work Statement, And A Complete 852.219-75 - Attachment 2 Limitations On Subcontracting
all Quotes Shall Be Sent To The Darius Crane, Nco 7 Contracting Officer Email Darius.crane@va.gov. Not Later Than 02/11/2025 15:30 Eastern Time. Please Place In Attention: 36c24725q0287 Sleep Study Services In The Subject Line Of Your Email. All Offers Must Include The Solicitation Number.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government.
the Following Are The Decision Factors:
technical Adequate Documentation Detailing The Capabilities Of The Offeror To Meet The Requirements Of The Statement Of Work,
past Performance - Utilizing Cpars, And
price - The Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, And Conditions.
addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023)
provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures.
the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation:
52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021)
(a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition
is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or
uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or
is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value.
(b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show
â â â â â â â â â â â (1)â theâ solicitation Number;
â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â
â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter;
a Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary;
â â â â â â â â â â â (5)â terms Of Any Expressâ warranty;
â â â â â â â â â â â (6)â price And Any Discount Terms;
â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address;
(8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically);
â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments;
(10)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9), And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration.
(c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 90 Calendar Days From The Date Specified For Receipt Ofâ quotes Unless Another Time Period Is Specified In An Addendum To Theâ solicitation.
(d)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ 4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately.
(e)â late Submissions, Revisions, And Withdrawals Ofâ quotes.
(1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due.
(2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition.
(3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume.
(f)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation.
(g)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation.
(h)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ 32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei.
(i)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co.
(end Of Provision)
the Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation:
52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998)
52.204-7, System For Award Management (oct 2018)
52.204-16, Commercial And Government Entity Code Reporting (aug 2020)
52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
52.233-2, Service Of Protest (sept 2006)
852.233-70, Protest Content/alternative Dispute Resolution (oct 2018)
852.233-71, Alternate Protest Procedure (oct 2018)
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
submission Of Your Response Shall Be Received Not Later Than 02/11/2025 15:30 Eastern Time Via Email To Darius.crane@va.gov. Please Place In Attention: 36c24725q0287 Sleep Study Services In The Subject Line Of Your Email.
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Received By January 29, 2025, Nlt 12:00 Pm Est And Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Please Place In Attention: 36c24725q0287 Sleep Study Services In The Subject Line Of Your Email.
darius Crane
contracting Officer
darius.crane@va.gov
Closing Date11 Feb 2025
Tender AmountRefer Documents
Batangas State University Tender
Others
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Various And Equipment For Central Offices (office Supplies)" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Various And Equipment For Central Offices (office Supplies)" With An Approved Budget For The Contract (abc) Seven Hundred Twenty-seven Thousand Eight Hundred Six Pesos And Ten Centavos Only (php 727,806.10). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 15 Piece Arch File Folder Arch File Folder 8.5x13 2,160.00 2 133 Ream Bond Paper A4, 80gsm, Size: 210mm X 297mm, 500 Sheets Per Ream 33,375.02 3 16 Ream Bond Paper Multi-purpose Size: A3 Thickness: 80gsm Others: 420mm X 297mm 11,200.00 4 53 Ream Bond Paper Multi-purpose Size: Short (8.5 X 11) Thickness: 80gsm 12,084.00 5 205 Ream Bond Paper Multi-purpose (copy), 70gsm, Long (8.5 X 13), 500 Sheets Per Ream 48,482.50 6 69 Ream Bond Paper Multi-purpose (copy), A4, 70gsm, 500 Sheets Per Ream 14,421.00 7 734 Ream Bond Paper Long Size: Long (8.5 X 13) Thickness: 80gsm 196,469.78 8 110 Piece Brown Envelope Long 650.10 9 5 Piece Cutter S Cutter 15cm 195.00 10 10 Pack Cable Tie 10" 2,280.00 11 2 Unit Calculator Specs: • Power Supply: Solar & Battery • Number Of Digits: 12 Digits • Size (d × W × H): 147 × 106.5 × 29 Mm 700.00 12 10 Piece Chalk Marker (white) Bullet Tip 1.8mm-2.5mm Color: White 1,815.00 13 11 Pack Clear Sheet Protector Size: 8.5 X 13 100 Sheets Per Pack 4,235.00 14 2 Piece Clearbook 20 Transparent Pockets, For A4 Size, Refillable 80.00 15 24 Piece Clearbook 20 Transparent Pockets, Legal, Refillable 1,296.00 16 5 Piece Click Gel Ballpen Black 210.00 17 56 Box Clip Backfold (binder Clip) All Metal, Clamping, 32 Mm (-1mm) / 1 1/4", 12 Pcs Per Box 2,402.40 18 59 Box Clip Backfold (binder Clip) All Metal, Clamping, 19mm (-1mm) / 3/4, 12 Pieces Per Box 1,362.90 19 47 Box Clip Backfold (binder Clip) All Metal, Clamping, 25mm (-1mm) / 1", 12 Pieces Per Box 1,410.00 20 6 Box Clip Backfold (binder Clip) All Metal, Clamping, 41mm (-1mm) / 1 5/8", 12 Pcs Per Box 336.00 21 61 Box Clip Backfold (binder Clip) All Metal, Clamping, 50mm (-1mm) / 2", 12 Pcs Per Box 5,233.80 22 2 Piece Clipboard Size: 8.5 X 13 Plastic Material 168.00 23 5 Piece Correction Tape Correction Tape 5mm X 8m 5mm Wide 8m Long Clear Casing 145.00 24 14 Piece Cutter Small 140.00 25 5 Piece Cutter/utility Knife For General Purpose 550.00 26 148 Piece Data File Box Made Of Chipboard, With Closed Ends 32,560.00 27 3 Piece Desk Organizer Stainless Steel Metal Mesh Pen 450.00 Page 1 Of 6 Item No. Qty Description Total And Supplies Holder Desk Organizer 28 2 Box Diazo Paper 20 X 30 (660 Sheets) 17,000.00 29 2 Piece Document Tray Home Office Organizer -4 Slot Horizontal Document Tray - A4 Table Tray Stationery File -desk Drawer Container Holder Shelf Case Desktop 2,000.00 30 33 Piece Double Sided Tape Foam Type, 1/2" 1,980.00 31 33 Piece Double Sided Tape Width Size: 1/2 1,824.90 32 11 Box Envelope Brown, Expanding, Kraft, Legal, 100 Pieces Per Box 17,847.50 33 3 Box Envelope Documentary, For A4 Size Document, Brown, 500 Pieces Per Box 3,894.00 34 10 Box Envelope Documentary, For Legal Size Document, Brown, 500 Pieces Per Box 14,300.00 35 2 Box Envelope Mailing, White, With Window 1,650.00 36 25 Piece Envelope Brown, Expandable, Legal 600.00 37 19 Piece Envelope Expanding, Plastic, 0.50mm Thickness Min 912.00 38 20 Piece Envelope Vertical Envelope White Or Cream 12" X 9" 150.00 39 4 Piece Eraser Felt, For Blackboard/whiteboard 80.00 40 41 Piece Eraser Plastic Or Rubber 820.00 41 59 Box Fastener Fastener, Metal,non-sharp Edges, 70mm Between Prongs, 50 Sets Per Box 5,605.00 42 20 Set File Tab Divider Bristol Board, A4 560.00 43 31 Box Folder Folder, Pressboard, Size: 240mm X 370mm (-5mm) Color: White With Green 61,380.00 44 1 Pack Folder Folder With Tab Size: A4 100 Pcs Per Pack 632.50 45 28 Pack Folder Folder With Tab Size: Legal 100 Pcs Per Pack 18,480.00 46 2 Pack Folder L-type, Plastic, For Legal Size Documents, 50 Pieces Per Pack 990.00 47 90 Piece Folder Expandable Long,color: White With Green 1,800.00 48 20 Piece Folder Ordinary, Long, Tagboard 140.00 49 1 Box Gel Pen Type Of Pen: Gel Ink Color: Blue Others: 0.5 Mm 600.00 50 53 Pack Glossy Photo Sticker Paper -a4 210x297 Mm -20 Sheets -135gsm. -5760dpi 6,360.00 51 2 Bottle Glue All, Purpose, Gross Weight : 130 Grams Min 140.00 52 17 Jar Glue All Purpose, Gross Weight: 200 Grams Min. 2,040.00 53 5 Piece Glue 240ml 750.00 54 4 Piece Glue Gun Small 560.00 55 50 Piece Glue Stick Small 350.00 56 15 Piece Highlighter Liquid Chalk Marker Pens Package Quantity:1pcs Size:3mm 6mm Color:green Red Blue Pink Orange Purple Yellow White Note: Cap Design, Comes With A Pen Holder, Simple And Stylish Easy To Carry, Easy To Damage, Good Sealing. Pen Style Design, Round High-strength Pen, Compression And Depression, So Feel More 975.00 Page 2 Of 6 Item No. Qty Description Total Comfortable. Pigment-type High-quality Fluorescent Ink, The Color Is Beautiful And Easy To Dry Ink Does Not Fade. 57 122 Piece Lever Arch File Data Folder Made Of Chipboard, Taglia Lock 17,446.00 58 4 Piece Lever Arch File Binder Long - 3 Inches Color: Blue 576.00 59 40 Piece Lever Arch File Binder Long - 3 Inches Color: Red 5,760.00 60 1 Bundle Looseleaf Cover Made Of Chipboard, Thickness: 1.5mm, For Legal Size Documents, Capable Of Filing Minimum Of 45mm Thickness Of 70gsm Paper, 50 Sets Per Bundle 2,310.00 61 9 Piece Marker Whiteboard, Blue, Bullet Type 540.00 62 3 Piece Marker Whiteboard, Red, Bullet Type 180.00 63 15 Piece Magazine File Box Large Size, Made Of Chipboard 1,980.00 64 2 Box Mailing Envelope Mailing, White, 80gsm (-5%) 1,386.00 65 88 Piece Mailing Envelope White 264.00 66 2 Box Marker Whiteboard, Blue,12 Pcs Per Box 1,200.00 67 43 Piece Marker Permanent, Black, Broad Type 2,064.00 68 24 Piece Marker Permanent, Black, Bullet Type 871.20 69 6 Piece Marker Permanent, Blue, Bullet Type 228.00 70 9 Piece Marker Permanent, Red, Bullet Type 326.70 71 77 Piece Marker Whiteboard, Black, Bullet Type 4,620.00 72 30 Set Marker Fluorescent, 3 Assorted Colors Per Set 2,490.00 73 10 Roll Masking Tape 3/4 300.00 74 6 Piece Memo Folder Size: 14"x9.5" Fabric: Denise Red With Foam Print Process" 1 Color, 1 Side Dtf Print Inside Size: 13.5"x9" Pasteboard: 400 Gsm Fabric: Satin White Memo Corner: Metallic Ribbon 3,900.00 75 36 Pad Note Pad Stick On, 50mm X 76mm (2" X 3") Min 1,944.00 76 41 Pad Note Pad Stick On, 76mm X 100mm (3" X 4") Min 2,665.00 77 70 Pad Note Pad Stick On, 76mm X 76mm (3" X 3") Min, 100 Sheets Per Pad 4,200.00 78 1 Pack Notebook Filler, 50pcs Per Pack 550.00 79 4 Piece Notebook Stenographer, Spiral, 40 Leaves 96.00 80 6 Piece Notepad 50 Leaves Per Pad, 4"x6" 240.00 81 136 Pack Oslo Paper Long 8.5"x13" 10,880.00 82 18 Pack Photo Paper Matte 220gsm 3,240.00 83 1 Piece Puncher Heavy Duty Metal, With Adjustable Paper Guide, With Two Hole Guide 250.00 84 2 Pack Pvc Legal Size 10pc/pack 288.00 85 1 Box Pvc Cover A4, 200 Mic 605.00 86 5 Box Pvc Cover Long, 200 Mic 3,300.00 87 17 Pack Page Markers Assorted Neon, 5 Pads/pack, 100 Markers/pad, 2"x 0.5" 1,700.00 88 61 Box Paper Clip Vinyl/plastic Coated, 33mm, 100 Pcs Per Box 944.89 89 55 Box Paper Clip Vinyl/plastic Coated, 48mm, 100 Pcs Per Box 1,650.00 90 51 Box Paper Clip Vinyl/plastic Coated, 50mm, 100 Pcs Per Box 1,530.00 91 295 Piece Pen Ink Color: Black Tip: 0.5mm, Ballpoint Type 3,540.00 92 10 Piece Pen Ink Color: Black Tip: 0.7mm, Ballpoint Type 120.00 93 9 Piece Pen Ink Color: Blue Tip: 0.5mm, Ballpoint Type 108.00 Page 3 Of 6 Item No. Qty Description Total 94 29 Piece Pen Ink Color: Red Tip: 0.5mm, Ballpoint Type 348.00 95 4 Piece Pen Holder Can Hold Multiple Pens, Markers And Highlighters. Made Of Plastic; Available In White And Dark Blue Item Dimension: 5.5 X 5.5 X 9 Cm 400.00 96 28 Box Pencil With Eraser, 12 Pcs Per Box 2,800.00 97 2 Piece Pencil Lead/graphite, With Eraser 24.00 98 45 Pack Photo Paper Matte 180gsm 4,500.00 99 30 Piece Plastic Envelope Expandable Long Plastic Envelope With Handle And Push Lock 2,400.00 100 6 Box Push Pin Hammer Head Type, 100s / Box 240.00 101 5 Kilogram Rags All Cotton, 1 Kilo Per Bundle Or 32 Pieces Per Kilogram Min 440.00 102 40 Book Record Book Atleast 300 Pages, Size: 214mm X 278mm Min 7,200.00 103 3 Piece Record Book Junior Size 200 Pages 324.00 104 17 Piece Refillable Clear Book Legal Size; High Quality Refillable 3,085.50 105 2 Bundle Ring Bind Element 25mm 8pcs/bundle 512.00 106 10 Piece Ring Bind Element 1/4 360.00 107 10 Piece Ring Bind Element 3/4 360.00 108 26 Piece Ring Bind Element Size: 1/2", Black 546.00 109 36 Piece Ring Bind Element Size: 2, Black 2,376.00 110 56 Piece Ring Bind Element Size:1", Black 2,032.80 111 5 Bundle Ring Binder 80 Rings, Plastic, 32mm X 1.12m Plastic, 32 Mm, 10 Pieces Per Bundle 2,700.00 112 9 Box Rubber Band 70mm Min Lay Flat Length (no. 18), 350g 1,440.00 113 5 Piece Ruler Plastic Ruler 12 Transparent 86.00 114 9 Piece Ruler Plastic, 450mm (18") Width: 38mm Min. 360.00 115 30 Pack Sticker Paper Glossy, A4 1,500.00 116 2 Piece Scissor Heavy Duty, Stainless 844.80 117 1 Piece Scissors Symmetrical, Blade Length: 65mm Min 120.00 118 4 Piece Sign Pen Black, 0.3 Needle Tip, Gel Ink 160.00 119 174 Piece Sign Pen Black, 0.5 Needle Tip, Gel Ink 6,022.14 120 123 Piece Sign Pen Blue, 0.3 Needle Tip, Gel Ink 4,920.00 121 179 Piece Sign Pen Blue, 0.5 Needle Tip, Gel Ink" 6,195.19 122 78 Piece Sign Pen Red, 0.5 Needle Tip, Gel Ink" 2,699.58 123 11 Piece Sign Pen Sign Pen (black, 5mm Needle Tip, Gel Ink) 1,188.00 124 16 Piece Sign Pen Type Of Pen: Sign Pen Color: Black Tip: 1 Mm 2,000.00 125 24 Piece Sign Pen Type Of Pen: Sign Pen Color: Blue Tip: 1 Mm 3,000.00 126 10 Pack Specialty Board Paper Long 8.5 X 13 200gsm 600.00 127 15 Pack Specialty Paper 8.5 X 11 Inches (short) 750.00 128 78 Pack Specialty Paper Size: A4 Color: White Thickness: 90gsm 2,340.00 129 24 Pack Specialty Paper Size: Legal Color: Cream Thickness: 90gsm 1,200.00 130 44 Pack Specialty Paper Size: Legal Size Color: White Thickness: 90gsm Sheets: 10pcs. Per Pack 2,200.00 131 8 Pack Specialty Paper Size:a4 Color:cream Thickness:90gsm 240.00 132 3 Piece Stamp Pad Felt, Bed Dimension: 60mm X 100mm 144.00 133 9 Bottle Stamp Pad Ink Violet, 50 Ml 346.50 134 7 Piece Stamp Pad Ink Red 280.00 135 1 Piece Staple Remover 20.00 Page 4 Of 6 Item No. Qty Description Total 136 9 Piece Staple Remover Plier Type 544.50 137 44 Box Staple Wire Standard, (26/6) #35 1,936.00 138 2 Piece Stapler Size : 125mm X 36mm X 55mm (lwh) Staples: : No. 35 (26/6), No. 3 (24/6) Throat Depth: : 64 Mm Load Capacity : 100 Staples Stapling Capacity : 2-30 Sheets Of 70 G/m2 Paper Color : Blue, Black, And Gray 800.00 139 1 Piece Stapler Compatible With No. 35 Staple Wire Size Stapling Capacity: Up To 30 Sheets With Built-in Staple Remover 385.00 140 69 Pack Sticker Paper Matte, A4 2,898.00 141 108 Pack Sticky Notes Arrow Flags 1/2 Inch Wide Assorted Colors 5 Pads Per Pack 4,489.56 142 39 Pad Sticky Notes Size: 3"x3", 75 To 80gsm Paper 100 Sheets Per Pad Material: Paper, Glue Color: Yellow, Orange Or Green 1,950.00 143 78 Piece Tape Transparent, 24mm 2,933.58 144 28 Piece Tape Double Adhesive Tape, 1" 1,008.00 145 10 Piece Tape Masking,1/2" 400.00 146 10 Piece Tape Masking, 48 Mm 800.00 147 24 Roll Tape Masking Width Size: 1" At Least 50 Yards 1,200.00 148 28 Roll Tape Packaging Width Size: 24mm At Least 50 Yards 1,152.76 149 70 Roll Tape Transparent Type: Clear Width Size: 2 Inches Circumference Size: At Least 50 Yards 3,150.00 150 99 Roll Tape Transparent, 1/2" 1,980.00 151 1 Piece Tape Dispenser Table Top, For 24mm Width Tape 150.00 152 5 Pack Vellum Board - 200gsm; Specialty Board Paper; Acid-free; Size: A3; 10 Sheets/pack 420.00 153 49 Pack Vellum Board - 220gsm - Specialty Board - Vellum Board - Board Paper - Acid-free - Size: Long (8.5"x13") - 10 Sheets/pack 2,695.00 154 5 Pack Vellum Board - 220gsm - Specialty Board - Vellum Board - Board Paper - Acid-free - Size: Short (8.5"x11") - 10 Sheets/pack 250.00 155 49 Pack Vellum Board 220gsm, Specialty Board, Board Paper, Acid-free, A4,10 Sheets/pack 4,116.00 156 5 Pack Vellum Boards Size: A4 150.00 157 6 Pad Yellow Paper 288.00 158 12 Box Black Ballpen Type Of Pen: Ball Point Color:black 1,680.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Rizal Avenue Extension, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 20, 2025. Page 5 Of 6 E-mail : Procurement.central.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Jonas Erik L Ebora Assistant Director, Procurement Rizal Avenue Extension, Batangas City 980-0385 Loc. 1230
Closing Date20 Jan 2025
Tender AmountPHP 727.8 K (USD 12.4 K)
1801-1810 of 1819 archived Tenders