Transportation Tenders
Transportation Tenders
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n723.14|ja4|215-697-2782|kathryn.elechko.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|||||||||
time Of Delivery (june 1997)|20|||||||||||||||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo||tbd|n00383|tbd|tbd|see Schedule|tbd|||||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|365 Days After Delivery Of Unit|45 Days After The Defect |||||
safeguarding Sensitive Conventional Arms, Ammunition, And Explosives (nov 2023)|9||||||||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (jan 2023)|2|||
buy American-free Trade Agreements-balance Of Payments Program - Basic (feb 2024))|11||||||||||||
alternate A, Annual Representations And Certifications (nov 2023)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (feb 2024)|13|334511|1350||||||||||||
type Of Contract (apr 1984)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
the Purpose Of This Amendment Is To Decrease Item Quantity From 12 To 11 Units.
the Purpose Of This Amendment Is To Increase Item Quantity From 10 To 12.
this Requirement Is For The Repair Of The Items Herein This Solicitation.
repair Turnaround Time (rtat) Definition: The Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition
asset At The Contractors Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth Regular
Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt.
The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In The Subsequent Contract.
required Rtat: ## ____ Days After Receipt Of Asset.
Throughput Constraint: Contractor Must Provide A Throughput Constraint For Each Nsn(s). Total Assets To Be Repaired Monthly After Initial Deliverycommences X/month (contractor Fill In #). A Throughput Of 0000/ Per Monthreflects No Throughput Constraint.
Induction Expiration Date: 365 Days After Contract Award Date. Any Asset Received After This Date In Days Is Not Authorized For Repair Without Bi-lateral Agreement Between The Contractor And Navsup Wss Contracting Officer.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
early And Incremental Deliveries Accepted And Preferred.
reconciliation:a Reconciliation Modification Will Be Issued After Final Inspection And Acceptance Of All Assets Inducted Under The Subsequent Contract. The Parties Have Agreed To A Price (shown On The Schedule Page) For Each Unit At The Negotiated Rtat. Such
prices Are Based On The Contractor Meeting The Rtat Requirements Described Within The Schedule Page. If The Contractor Does Not Meet The Applicable Rtat Requirement, Consideration Will Be Assessed And Subject To Negotiation.
\
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
1.2 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document.
1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be
provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification.
1.4 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This
procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer.
1.5 If Mil-std-454 Is Referenced In The Drawings Or In The Specification,the Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By
ipc/eiaj-std-001c Paragraph 5.1.4.
2. Applicable Documents - Not Applicable
3. Requirements
the Contractor Shall Maintain A Quality Control System Which Meets The Requirements Of Mil-i-45208a, Mil-q 9858,iso-9000 / 9001 / 9002 Or Equivalent.
responsibility For Inspection: Unless Otherwise Specified, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified
herein. Except As Otherwise Specified, The Contractor May Use His Own Or Any Other Facility Suitable For The Performance Of The Inspection Requirements Specified Herein.
procedures:the Contractor Shall Prepare And Maintain Quality Control
documentation, Test And Repair Procedures, And Inspection Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential Diagrams Of The Test, Repair, And Inspection Process, As Well As The
performance Spcifications To Perform The Procedures.
quality Assurance Program Plan: The Contractor Shall Develop, Implement And Maintain A Repair Quality Plan In Compliance With The Requirements Of Mil-i-45208a, Mil-q-9858, Iso,9000 / 9001 / 9002, Or Equvalent.the Plan Shall Define The Specific Methods By Which
compliance With Contractual Requirements
will Be Assured. All Quality Assurance Data Shall Be Provided To The Government For Review And Approval Upon Request.
purchased Material Control: The Contractor Shall Establish And Maintain A System Of Control Over Purchased Material Which Shall Assure That The Necessary Requirements Of This Contract Are Included. In All Sub
contract Agreements. A Parts Control System Shall Establish A Record Of Performance For Each Purchased And Internally Manufactured Part And Shall Be Used To Evaluate Continued Use Of The Source. The Contractors Control System Shall Be In Compliance Wil
either Mil-i 45208a/mil-q-9858 Or Equivalent Quality Quality Assurance Standared.(iso/as:9000, 9001, 9002).
receiving Inspection Of Purchased Material: Purchased Items Shall Be Inspected Upon Receipt At The Contractors Facility To Assure Conformance With All Requirements Of The Technical Data Package (tdp). Evidence Of Such Inspections Shall Be Maintained For
government Review At Least Twelve (12) Months Following Acceptance Of The End Item. Inspection Reports Shall Be Maintained By The Contractor. The Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material,
finish, And Process With Appropriate Pass/fail Criteria, Such Ascertifications, And Actual Dimensional Readings.
failure Analysis And Corrective Action:all Failure Analysis And Corrective Action Reports/plans Shall Be Submitted To The Government.
nonconforming Material:the Contractor Shall Establish An Effective System For Controlling Nonconforming Material Including Procedures For Identification, Segregation, And Disposition.
contractor Internal Review Board (irb):irb Authority Is Delegated To The Contractor For This Contract Only. The Irb May Be Used Only For Disposition Of Materials Exhibiting Minor Non-conformances, Scrap Or Rework To Return A Part To Conformance With Drawings Or
specifications As Authorized By The Approved Repair Procedures.irb Shall Not Use "as-is" Disposition. A Complete File Of Irb Actions Shall Be Maintained For Review By The Government For Concurrance Of Classification.
material Review Board (mrb):formal Mrb Authority For Disposition Of "as-is"and For Minor Non-conformances Is Retained By The Government. The Contractor Shall Submit The Appropriate Request For Variance Via The Dcmc To The Navsup Contracting Officer.
responsibility For Compliance: All Items Must Meet All Requirements Of This Statement Of Work. The Inspection Requirements Set Forth In This Sow Shall Become Part Of The Contractors Overall Inspection System Or Quality Program. The Absence Of Any Inspection
requirements In The Sow Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Government Equipment Submitted For Acceptance Comply With All Requirements. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective
items, Either Indicated Or Actual, Nor Does It Commit The Procuring Activity To Acceptance Of Any Defective Items.
repair Assessment Testing: The Government May Select Samples Of The Contract Line Items (clins) Which Have Completed Repair And Have Been Accepted By The Government Representative For The Purpose Of Conducting Performance Testing, Environmental Testing, And
quality Conformance Examination In A Repair Assessment Test Program. A Quantity Of Clin's May Be Randomly Selected From Each Quaterly Repair Production Completion For Shipment To The Cfa Or Other Government Designated Location To Conduct This Testing.
records Of Data Collection: The Contractor Shall Maintain A Historical Record File To Contain Copies Of Applicable Data And Documents For Individual Clin's
and Assemblies By Clin Serial Number. The Historical Record File Shall Include,but Not Be Limited To The Following Types Of Historical Records:
receipt Inspection Documentation.
repair Shop Travelers Or Repair Cards.
parts Replacement Records.
parts Inspection Data Before And After Repair As Applicable.
acceptance Test Data.
qa Personnel Shall Maintain A Complete Receipt Inspection,test, Repair
re-test, History Card For Each Item Processed. This Information Shall Be Made Available To The Government Upon Request.
3.1 1.0 General
3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable
condition.
3.2 2.0 Definitions.
3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order.
3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested
in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled).
3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And
tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired).
3.3 3.0 Scope
3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property,
including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And
shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items.
3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary
facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition:
computer Subassembl ;698092-1; P/n, ;014755786; Nsn, ;iaw Current Pub; Tech Publications
3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow.
repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s).
3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration
management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes
to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change.
3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any
delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A
requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility.
3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be
read As The "government Designated Agency"
3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential
diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test.
3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be
used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be
ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of
the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any
disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements.
3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not
included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such
determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi
sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather,
repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract.
3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra).
3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either:
3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The
inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The
contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work.
3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section
6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed.
3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And
is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units
determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior
to Undertaking Repair Of The Item.
after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations
and Dcma Disposal Procedures And Requirements.
3.5 4.0 Parts And Materials
3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material
used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein.
authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And
requires Specific Approval By The Pco.
3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications
requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which
require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To
manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own
risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The
government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility.
3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The
requirements Of This Contract.
3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall
provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of
such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With
appropriate Pass/fail Criteria Such As Certifications
and Actual Dimensonal Readings.
3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde.
3.5.6
3.6 Source And Location Of Repair Source:
3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed.
computer Subassembl ;lockheed Martin Corp; Company Name , ;86 S Cobb Dr Se,marietta,ga,30063; Address , ;98897; Cage Code
inspection Will Be Accomplished On The Contractor's Equipment
3.7 5.0 Contractor Quality Requirements:
3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To
promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality.
3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government.
3.8 6.0 Configuration Management (cm):
3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract).
3.9 7.0 Markings.
3.9.1 Marking Shall Be As Indicated In The Contract When Applicable.
3.10 8.0 Storage;
3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored.
4. Quality Assurance Provisions - Not Applicable.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
Closing Date23 Jan 2025
Tender AmountRefer Documents
BARANGAY SAN CARLOS, TUKURAN, ZAMBOANGA DEL SUR Tender
Electrical and Electronics...+1Solar Installation and Products
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Purchase & Installation Of 5kw Hybrid Solar System Government Of The Republic Of The Philippines Fifth Edition October 2016 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines (gop) For Use By All Branches, Agencies, Departments, Bureaus, Offices, Or Instrumentalities Of The Government, Including Government-owned And/or -controlled Corporations (goccs), Government Financial Institutions (gfis), State Universities And Colleges (sucs), And Local Government Units (lgus) 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 Gop 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) 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (a) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract; (b) The Eligibility Requirements Of Bidders, Such As Track Record To Be Determined By The Head Of The Procuring Entity; (c) The Expected Contract Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (d) The Obligations, Duties, And/or Functions Of The Winning Bidder. In Order To Simplify The Preparation Of The Bidding Documents For Each Procurement, The Pbds Groups The Provisions That Are Intended To Be Used Unchanged In Section Ii. Instructions To Bidders (itb) And In Section Iv. General Conditions Of Contract (gcc). Data And Provisions Specific To Each Procurement And Contract Should Be Included In Section Iii. Bid Data Sheet (bds); Section V. Special Conditions Of Contract (scc); Section Vi. Schedule Of Requirements; Section Vii. Technical Specifications, And Section Ix. Foreign-assisted Projects. The Forms To Be Used Are Provided In Section Viii. Bidding Forms. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. In Addition, 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, Except For The Notes Introducing Section Viii. Bidding Forms Where The Information Is Useful For The Bidder. 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 Project. (b) Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Itb, Bds, And Scc. 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, Scc, 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. The Bidding Documents Should Contain No Footnotes Except Section Viii. Bidding Forms Since These Provide Important Guidance To Bidders. (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) If Modifications Must Be Made To Bidding Requirements, They Can Be Presented In The Bds. Modifications For Specific Project Or Contract Details Should Be Provided In The Scc As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bds Or Scc These Terms Shall Be Printed In Bold Type Face On Section I. Instructions To Bidders And Section Iii. General Conditions Of Contract, Respectively. Table Of Contents Section I. Invitation To Bid 5 Section Ii. Instructions To Bidders 9 Section Iii. Bid Data Sheet 40 Section Iv. General Conditions Of Contract 46 Section V. Special Conditions Of Contract 63 Section Vi. Schedule Of Requirements 71 Section Vii. Technical Specifications 72 Section Viii. Bidding Forms 75 Section Ix. Foreign-assisted Projects 89 Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Invitation To Bid Shall Be: (a) Posted Continuously In The Philippine Government Electronic Procurement System (philgeps) Website, The Website Of The Procuring Entity Concerned, If Available, And The Website Prescribed By The Foreign Government/foreign Or International Financing Institution, If Applicable, For Seven (7) Calendar Days Starting On The Date Of Advertisement; (b) Posted At Any Conspicuous Place Reserved For This Purpose In The Premises Of The Procuring Entity Concerned For Seven (7) Calendar Days, As Certified By The Head Of The Bids And Awards Committee (bac) Secretariat Of The Procuring Entity Concerned; And (c) Advertised At Least Once In A Newspaper Of General Nationwide Circulation Which Has Been Regularly Published For At Least Two (2) Years Before The Date Of Issue Of The Advertisement, Subject To Section 21.2.1(c) Of The Irr Of Ra 9184 . Apart From The Essential Items Listed In The Bidding Documents, The Invitation To Bid Should Also Indicate The Following: (a) The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Invitation To Bid 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 Invitation To Bid Should Be Incorporated In The Bidding Documents. The Information Contained In The Invitation To Bid Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bds. For Foreign-assisted Projects, The Invitation To Bid To Be Used Is Provided In Section Ix-foreign-assisted Projects. Invitation To Bid For Purchase & Installation Of 5kw Hybrid Solar System 1. The Local Government Unit Of Barangay San Carlos Tukuran, Zds, Through The Local Funds (20%) Intends To Apply The Sum Of Php 397,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract Purchase & Installation Of 5kw Hybrid Solar System . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bids And Awards Committee Of The Local Government Unit Of Barangay San Carlos , Tukuran, Zds Now Invites Bids For Purchase & Installation Of 5kw Hybrid Solar System . Delivery Of The Goods Is Required As Stated In Schedule Of Deliveries. Bidders Should Have Completed, Within 15 Days 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) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Local Government Unit Of Barangay San Carlos Tukuran, Zds And Inspect The Bidding Documents At The Address Given Below During 9:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23,2025 From The Address 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 397,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Bids And Awards Committee Of The Local Government Unit Of Barangay San Carlos Tukuran, Zds Will Hold A Pre-bid Conference On 1:30pm Of January 9,2025 At Barangay San Carlos Session Hall ,tukuran, Zamboanga Del Sur, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 5:pm Of January 21,2025 All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On (9:00 Am At Barangay San Carlos Session Hall , Tukuran, Zamboanga Del Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Local Government Unit Of Barangay San Carlos, Tukuran, Zds Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Joan R. Guevarra Office Of The Bac Secretariat Municipal Hall Tukuran, Zds 09500993818 Joel N. Cabrales Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section Of The Bidding Documents Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification And On The Award Of Contract. This Section Also Contains Provisions That Are To Be Used Unchanged. Section Iii Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information Or Requirements Included In Section Ii Which Are Specific To Each Procurement. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Not Normally Included In This Section, But Rather Under Section Iv. General Conditions Of Contract (gcc), And/or Section V. Special Conditions Of Contract (scc). 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. Table Of Contents A. General 12 1. Scope Of Bid 12 2. Source Of Funds 12 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 12 4. Conflict Of Interest 13 5. Eligible Bidders 15 6. Bidder’s Responsibilities 16 7. Origin Of Goods 18 8. Subcontracts 18 B. Contents Of Bidding Documents 19 9. Pre-bid Conference 19 10. Clarification And Amendment Of Bidding Documents 19 C. Preparation Of Bids 20 11. Language Of Bid 20 12. Documents Comprising The Bid: Eligibility And Technical Components 20 13. Documents Comprising The Bid: Financial Component 22 14. Alternative Bids 23 15. Bid Prices 23 16. Bid Currencies 24 17. Bid Validity 25 18. Bid Security 25 19. Format And Signing Of Bids 28 20. Sealing And Marking Of Bids 28 D. Submission And Opening Of Bids 29 21. Deadline For Submission Of Bids 29 22. Late Bids 29 23. Modification And Withdrawal Of Bids 29 24. Opening And Preliminary Examination Of Bids 30 E. Evaluation And Comparison Of Bids 32 25. Process To Be Confidential 32 26. Clarification Of Bids 32 27. Domestic Preference 32 28. Detailed Evaluation And Comparison Of Bids 33 29. Post-qualification 34 30. Reservation Clause 35 F. Award Of Contract 36 31. Contract Award 36 32. Signing Of The Contract 37 33. Performance Security 37 34. Notice To Proceed 38 35. Protest Mechanism…………………………………………………………………37 General Scope Of Bid The Procuring Entity Named In The Bds Invites Bids For The Supply And Delivery Of The Goods As Described In Section Vii. Technical Specifications. The Name, Identification, And Number Of Lots Specific To This Bidding Are Provided In The Bds. The Contracting Strategy And Basis Of Evaluation Of Lots Is Described In Itb Clause 28. Source Of Funds The Procuring Entity Has A Budget Or Has Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract. Corrupt, Fraudulent, Collusive, And Coercive Practices Unless Otherwise Specified In The Bds, The Procuring Entity As Well As The Bidders And Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. In Pursuance Of This Policy, The Procuring Entity: 1. Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows: A. “corrupt Practice” Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Ra 3019. B. “fraudulent Practice” Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. C. “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. D. “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; E. “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Collusive Practice; And/or Threatening, Harassing Or Intimidating Any Party To Prevent It From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. 2. Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under Applicable Laws On Individuals And Organizations Deemed To Be Involved In Any Of The Practices Mentioned In Itb Clause 3.1(a). Furthermore, The Funding Source And The Procuring Entity Reserve The Right To Inspect And Audit Records And Accounts Of A Bidder Or Supplier In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 3. Conflict Of Interest All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) Below And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (g) Below: 3. A Bidder Has Controlling Shareholders In Common With Another Bidder; 4. A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; 5. A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; 6. A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process; 7. A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; 8. A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid; Or 9. A Bidder Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity (hope), Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: 10. If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; 11. If The Bidder Is A Partnership, To All Its Officers And Members; 12. If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; 13. If The Bidder Is A Cooperative, To All Its Officers, Directors, And Controlling Shareholders Or Members; And 14. If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), (c), Or (d) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate. Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. Eligible Bidders Unless Otherwise Provided In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: 15. Duly Licensed Filipino Citizens/sole Proprietorships; 16. Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; 17. Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Outstanding Capital Stock Belongs To Citizens Of The Philippines; 18. Cooperatives Duly Organized Under The Laws Of The Philippines; And 19. Persons/entities Forming Themselves Into A Joint Venture (jv), I.e., A Group Of Two (2) Or More Persons/entities That Intend To Be Jointly And Severally Responsible Or Liable For A Particular Contract: Provided, However, That Filipino Ownership Or Interest Of The Jv Concerned Shall Be At Least Sixty Percent (60%). Foreign Bidders May Be Eligible To Participate When Any Of The Following Circumstances Exist, As Specified In The Bds: 20. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of Ra 9184 And Its Irr Allow Foreign Bidders To Participate; 21. Citizens, Corporations, Or Associations Of A Country, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; 22. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or 23. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. Government Owned Or –controlled Corporations (goccs) May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Attached Agencies Of The Procuring Entity. Unless Otherwise Provided In The Bds, The Bidder Must Have Completed A Single Largest Completed Contract (slcc) Similar To The Project And The Value Of Which, Adjusted, If Necessary, By The Bidder To Current Prices Using The Philippine Statistics Authority (psa) Consumer Price Index, Must Be At Least Equivalent To A Percentage Of The Abc Stated In The Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In The Bds, And Completed Within The Relevant Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(ii). The Bidder Must Submit A Computation Of Its Net Financial Contracting Capacity (nfcc), Which Must Be At Least Equal To The Abc To Be Bid, Calculated As Follows: Nfcc = [(current Assets Minus Current Liabilities) (15)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started, Coinciding With The Contract To Be Bid. The Values Of The Domestic Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir. For Purposes Of Computing The Foreign Bidders’ Nfcc, The Value Of The Current Assets And Current Liabilities Shall Be Based On Their Audited Financial Statements Prepared In Accordance With International Financial Reporting Standards. If The Prospective Bidder Opts To Submit A Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abc To Be Bid. If Issued By A Foreign Universal Or Commercial Bank, It Shall Be Confirmed Or Authenticated By A Local Universal Or Commercial Bank. Bidder’s Responsibilities The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In Section Viii. Bidding Forms As Required In Itb Clause 12.1(b)(iii). The Bidder Is Responsible For The Following: 24. Having Taken Steps To Carefully Examine All Of The Bidding Documents; 25. Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; 26. Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; 27. Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin(s) As Provided Under Itb Clause 10.4. Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb; Ensuring That Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; Authorizing The Hope Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; Complying With The Disclosure Provision Under Section 47 Of Ra 9184 And Its Irr In Relation To Other Provisions Of Ra 3019; Complying With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; Moreover, Bidder Undertakes To: Ensure The Entitlement Of Workers To Wages, Hours Of Work, Safety And Health And Other Prevailing Conditions Of Work As Established By National Laws, Rules And Regulations; Or Collective Bargaining Agreement; Or Arbitration Award, If And When Applicable. In Case There Is A Finding By The Procuring Entity Or The Dole Of Underpayment Or Non-payment Of Workers’ Wage And Wage-related Benefits, Bidder Agrees That The Performance Security Or Portion Of The Contract Amount Shall Be Withheld In Favor Of The Complaining Workers Pursuant To Appropriate Provisions Of Republic Act No. 9184 Without Prejudice To The Institution Of Appropriate Actions Under The Labor Code, As Amended, And Other Social Legislations. Comply With Occupational Safety And Health Standards And To Correct Deficiencies, If Any. In Case Of Imminent Danger, Injury Or Death Of The Worker, Bidder Undertakes To Suspend Contract Implementation Pending Clearance To Proceed From The Dole Regional Office And To Comply With Work Stoppage Order; And Inform The Workers Of Their Conditions Of Work, Labor Clauses Under The Contract Specifying Wages, Hours Of Work And Other Benefits Under Prevailing National Laws, Rules And Regulations; Or Collective Bargaining Agreement; Or Arbitration Award, If And When Applicable, Through Posting In Two (2) Conspicuous Places In The Establishment’s Premises; And Ensuring That It Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. The Bidder Is Expected To Examine All Instructions, Forms, Terms, And Specifications In The Bidding Documents. It Shall Be The Sole Responsibility Of The Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To The Contract To Be Bid, Including: (a) The Location And The Nature Of This Project; (b) Climatic Conditions; (c) Transportation Facilities; And (d) Other Factors That May Affect The Cost, Duration, And Execution Or Implementation Of This Project. The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. However, The Procuring Entity Shall Ensure That All Information In The Bidding Documents, Including Bid/supplemental Bid Bulletin/s Issued, Are Correct And Consistent. Before Submitting Their Bids, The Bidder Is Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect This Project In Any Way. The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. The Bidder Should Note That The Procuring Entity Will Accept Bids Only From Those That Have Paid The Applicable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. Origin Of Goods Unless Otherwise Indicated In The Bds, There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations, Subject To Itb Clause 27.1. Subcontracts Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Goods To An Extent As May Be Approved By The Procuring Entity And Stated In The Bds. However, Subcontracting Of Any Portion Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From The Contract For This Project. Subcontractors Must Submit The Documentary Requirements Under Itb Clause 12 And Comply With The Eligibility Criteria Specified In The Bds.in The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Goods Shall Be Disallowed. The Bidder May Identify The Subcontractor To Whom A Portion Of The Goods Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. Contents Of Bidding Documents Pre-bid Conference (a) If So Specified In The Bds, A Pre-bid Conference Shall Be Held At The Venue And On The Date Indicated Therein, To Clarify And Address The Bidders’ Questions On The Technical And Financial Components Of This Project. (b) The Pre-bid Conference Shall Be Held At Least Twelve (12) Calendar Days Before The Deadline For The Submission And Receipt Of Bids, But Not Earlier Than Seven (7) Calendar Days From The Posting Of The Invitation To Bid/bidding Documents In The Philgeps Website. If The Procuring Entity Determines That, By Reason Of The Method, Nature, Or Complexity Of The Contract To Be Bid, Or When International Participation Will Be More Advantageous To The Gop, A Longer Period For The Preparation Of Bids Is Necessary, The Pre-bid Conference Shall Be Held At Least Thirty (30) Calendar Days Before The Deadline For The Submission And Receipt Of Bids, As Specified In The Bds. Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Will In No Way Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents As Recorded In The Minutes Of The Pre-bid Conference And The Supplemental/bid Bulletin.the Minutes Of The Pre-bid Conference Shall Be Recorded And Prepared Not Later Than Five (5) Calendar Days After The Pre-bid Conference. The Minutes Shall Be Made Available To Prospective Bidders Not Later Than Five (5) Days Upon Written Request. 9.3 Decisions Of The Bac Amending Any Provision Of The Bidding Documents Shall Be Issued In Writing Through A Supplemental/bid Bulletin At Least Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. The Bac Shall Respond To The Said Request By Issuing A Supplemental/bid Bulletin, To Be Made Available To All Those Who Have Properly Secured The Bidding Documents, At Least Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Supplemental/bid Bulletins May Also Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. Any Supplemental/bid Bulletin Issued By The Bac Shall Also Be Posted In The Philgeps And The Website Of The Procuring Entity Concerned, If Available, And At Any Conspicuous Place In The Premises Of The Procuring Entity Concerned. It Shall Be The Responsibility Of All Bidders Who Have Properly Secured The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Bac. However, Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids In Accordance With Itb Clause 23. Preparation Of Bids Language Of Bids The Eligibility Requirements Or Statements, The Bids, And All Other Documents To Be Submitted To The Bac Must Be In English. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents Submitted To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation Of The Documents In English. The Documents Shall Be Translated By The Relevant Foreign Government Agency, The Foreign Government Agency Authorized To Translate Documents, Or A Registered Translator In The Foreign Bidder’s Country; And Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment/post Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. Documents Comprising The Bid: Eligibility And Technical Components Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: 28. Eligibility Documents – Class “a” Documents: A. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of The Irr. For Procurement To Be Performed Overseas, It Shall Be Subject To The Guidelines To Be Issued By The Gppb. B. (ii) Statement Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And Statement Of The Bidder’s Slcc Similar To The Contract To Be Bid, In Accordance With Itb Clause 5.4, Within The Relevant Period As Provided In The Bds. The Two Statements Required Shall Indicate For Each Contract The Following: (ii.1) Name Of The Contract; (ii.2) Date Of The Contract; (ii.3) Contract Duration; (ii.4) Owner’s Name And Address; (ii.5) Kinds Of Goods; (ii.6) For Statement Of Ongoing Contracts - Amount Of Contract And Value Of Outstanding Contracts; (ii.7) For Statement Of Slcc - Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary For The Purpose Of Meeting The Slcc Requirement; (ii.8) Date Of Delivery; And (ii.9) End User’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Contract, If Completed, Which Shall Be Attached To The Statements. (iii) Nfcc Computation In Accordance With Itb Clause 5.5 Or A Committed Line Of Credit From A Universal Or Commercial Bank. Class “b” Document: (iv) If Applicable, The Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence, Or Duly Notarized Statements From All The Potential Joint Venture Partners In Accordance With Section 23.1(b) Of The Irr. 29. Technical Documents – A. Bid Security In Accordance With Itb Clause 18. If The Bidder Opts To Submit The Bid Security In The Form Of: I. A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Foreign Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank; Or Ii. A Surety Bond, It Shall Be Accompanied By A Certification By The Insurance Commission That The Surety Or Insurance Company Is Authorized To Issue Such Instruments; B. Conformity With Technical Specifications, As Enumerated And Specified In Sections Vi And Vii Of The Bidding Documents; And C. Sworn Statement In Accordance With Section 25.3 Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Viii. Bidding Forms. D. For Foreign Bidders Claiming Eligibility By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos, A Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Their Government Procurement Activities For The Same Item Or Product. Documents Comprising The Bid: Financial Component The Financial Component Of The Bid Shall Contain The Following: 30. Financial Bid Form, Which Includes Bid Prices And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4; 31. If The Bidder Claims Preference As A Domestic Bidder, A Certification From The Dti Issued In Accordance With Itb Clause 27, Unless Otherwise Provided In The Bds; And 32. Any Other Document Related To The Financial Component Of The Bid As Stated In The Bds. (a) Unless Otherwise Stated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. (b) Unless Otherwise Indicated In The Bds, For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Following Conditions Are Met: (i) Bidding Documents Are Obtainable Free Of Charge On A Freely Accessible Website. If Payment Of Bidding Documents Is Required By The Procuring Entity, Payment Could Be Made Upon The Submission Of Bids. (ii) The Procuring Entity Has Procedures In Place To Ensure That The Abc Is Based On Recent Estimates Made By The Responsible Unit Of The Procuring Entity And That The Estimates Reflect The Quality, Supervision And Risk And Inflationary Factors, As Well As Prevailing Market Prices, Associated With The Types Of Works Or Goods To Be Procured. (iii) The Procuring Entity Has Trained Cost Estimators On Estimating Prices And Analyzing Bid Variances. (iv) The Procuring Entity Has Established A System To Monitor And Report Bid Prices Relative To Abc And Engineer’s/procuring Entity’s Estimate. (v) The Procuring Entity Has Established A Monitoring And Evaluation System For Contract Implementation To Provide A Feedback On Actual Total Costs Of Goods And Works. Alternative Bids 14.1 Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 14.2 Each Bidder Shall Submit Only One Bid, Either Individually Or As A Partner In A Jv. A Bidder Who Submits Or Participates In More Than One Bid (other Than As A Subcontractor If A Subcontractor Is Permitted To Participate In More Than One Bid) Will Cause All The Proposals With The Bidder’s Participation To Be Disqualified. This Shall Be Without Prejudice To Any Applicable Criminal, Civil And Administrative Penalties That May Be Imposed Upon The Persons And Entities Concerned. Bid Prices The Bidder Shall Complete The Appropriate Schedule Of Prices Included Herein, Stating The Unit Prices, Total Price Per Item, The Total Amount And The Expected Countries Of Origin Of The Goods To Be Supplied Under This Project. The Bidder Shall Fill In Rates And Prices For All Items Of The Goods Described In The Schedule Of Prices. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Schedule Of Prices, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A Zero (0)or A Dash (-) For The Said Item Would Mean That It Is Being Offered For Free To The Government, Except Those Required By Law Or Regulations To Be Accomplished. The Terms Ex Works (exw), Cost, Insurance And Freight (cif), Cost And Insurance Paid To (cip), Delivered Duty Paid (ddp), And Other Trade Terms Used To Describe The Obligations Of The Parties, Shall Be Governed By The Rules Prescribed In The Current Edition Of The International Commercial Terms (incoterms) Published By The International Chamber Of Commerce, Paris. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: 33. For Goods Offered From Within The Procuring Entity’s Country: A. The Price Of The Goods Quoted Exw (ex Works, Ex Factory, Ex Warehouse, Ex Showroom, Or Off-the-shelf, As Applicable); B. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; C. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And D. The Price Of Other (incidental) Services, If Any, Listed In The Bds. 34. For Goods Offered From Abroad: A. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Ddp With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. B. The Price Of Other (incidental) Services, If Any, Listed In The Bds. 35. For Services, Based On The Form Which May Be Prescribed By The Procuring Entity, In Accordance With Existing Laws, Rules And Regulations Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Price Escalation On Any Account. A Bid Submitted With An Adjustable Price Quotation Shall Be Treated As Non-responsive And Shall Be Rejected, Pursuant To Itb Clause 24. All Bid Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances.upon The Recommendation Of The Procuring Entity, Price Escalation May Be Allowed In Extraordinary Circumstances As May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon Approval By The Gppb. Nevertheless, In Cases Where The Cost Of The Awarded Contract Is Affected By Any Applicable New Laws, Ordinances, Regulations, Or Other Acts Of The Gop, Promulgated After The Date Of Bid Opening, A Contract Price Adjustment Shall Be Made Or Appropriate Relief Shall Be Applied On A No Loss-no Gain Basis. Bid Currencies Prices Shall Be Quoted In The Following Currencies: 36. For Goods That The Bidder Will Supply From Within The Philippines, The Prices Shall Be Quoted In Philippine Pesos. 37. For Goods That The Bidder Will Supply From Outside The Philippines, The Prices May Be Quoted In The Currency(ies) Stated In The Bds. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bangko Sentral Ng Pilipinas (bsp) Reference Rate Bulletin On The Day Of The Bid Opening. If So Allowed In Accordance With Itb Clause 16.1, The Procuring Entity For Purposes Of Bid Evaluation And Comparing The Bid Prices Will Convert The Amounts In Various Currencies In Which The Bid Price Is Expressed To Philippine Pesos At The Foregoing Exchange Rates. Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. Bid Validity Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. Bid Security The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Stated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (not Less Than The Percentage Of The Abc) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. For Biddings Conducted By Blgus, The Cashier’s/manager’s Check May Be Issued By Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument. Two Percent (2%) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. For Biddings Conducted By Blgus, Bank Draft/guarantee, Or Irrevocable Letter Of Credit May Be Issued By Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument. Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) The Bid Securing Declaration Mentioned Above Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Performance Security Required Under Itb Clause 33.2, Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, And Commits To Pay The Corresponding Amount As Fine, And Be Suspended For Aperiod Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event It Violates Any Of The Conditions Stated Therein As Provided In The Guidelines Issued By The Gppb. The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Request For Reconsideration And/or Protest, Or Upon The Lapse Of The Reglementary Period To File A Request For Reconsideration Or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated Responsive Bid (lcrb) Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In Itb Clause 18.2. Upon Signing And Execution Of The Contract Pursuant To Itb Clause 32, And The Posting Of The Performance Security Pursuant To Itb Clause 33, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In The Itb Clause 18.2. The Bid Security May Be Forfeited: 38. If A Bidder: A. Withdraws Its Bid During The Period Of Bid Validity Specified In Itb Clause 17; B. Does Not Accept The Correction Of Errors Pursuant To Itb Clause 28.3(b); C. Has A Finding Against The Veracity Of Any Of The Documents Submitted As Stated In Itb Clause 29.2; D. Submissionof Eligibility Requirements Containing False Information Or Falsified Documents; E. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding; F. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding; G. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lcrb; H. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time; I. Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification; J. Any Documented Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor; K. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared Successful; Or L. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. 39. If The Successful Bidder: A. Fails To Sign The Contract In Accordance With Itb Clause 32; Or B. Fails To Furnish Performance Security In Accordance With Itb Clause 33. Format And Signing Of Bids Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In Section Viii. Bidding Forms On Or Before The Deadline Specified In The Itb Clauses 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid.this Shall Also Be Observed For Each Lot In The Case Of Lot Procurement. Forms As Mentioned In Itb Clause 19.1 Must Be Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested. The Bidder Shall Prepare And Submit An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In Addition, The Bidder Shall Submit Copies Of The First And Second Envelopes. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. Each And Every Page Of The Bid Form, Including The Schedule Of Prices, Under Section Viii Hereof, Shall Be Signed By The Duly Authorized Representative/s Of The Bidder. Failure To Do So Shall Be A Ground For The Rejection Of The Bid. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. Sealing And Marking Of Bids Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause 12 In One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Written In Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. All Envelopes Shall: 40. Contain The Name Of The Contract To Be Bid In Capital Letters; 41. Bear The Name And Address Of The Bidder In Capital Letters; 42. Be Addressed To The Procuring Entity’s Bac In Accordance With Itbclause 1.1; 43. Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1.2; And 44. Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. Submission And Opening Of Bids Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. In Case The Deadline For Submission Of Bids Fall On A Non-working Day Duly Declared By The President, Governor Or Mayor Or Other Government Official Authorized To Make Such Declaration, The Deadline Shall Be The Next Working Day. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity. The Bac Shall Record In The Minutes Of Bid Submission And Opening, The Bidder’s Name, Its Representative And The Time The Late Bid Was Submitted. Modification And Withdrawal Of Bids The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed And Properly Identified In Accordance With Itb Clause 20, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2 A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Letter Of Withdrawal Must Be Executed By The Duly Authorized Representative Of The Bidderidentified In The Omnibus Sworn Statement, A Copy Of Which Should Be Attached To The Letter. Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder, Who Has Acquired The Bidding Documents, May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr. Opening And Preliminary Examination Of Bids The Bac Shall Open The Bids In Public, Immediately After The Deadline For The Submission And Receipt Of Bids, As Specified In The Bds. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Bac Shall Take Custody Of The Bids Submitted And Reschedule The Opening Of Bids On The Next Working Day Or At The Soonest Possible Time Through The Issuance Of A Notice Of Postponement To Be Posted In The Philgeps Website And The Website Of The Procuring Entity Concerned. Unless Otherwise Specified In The Bds, The Bac Shall Open The First Bid Envelopes And Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. Unless Otherwise Specified In The Bds, Immediately After Determining Compliance With The Requirements In The First Envelope, The Bac Shall Forthwith Open The Second Bid Envelope Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed”. The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc Unless Otherwise Provided In Itb Clause 13.2, The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison. Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. All Members Of The Bacwho Are Present During Bid Opening Shall Initial Every Page Of The Original Copies Of All Bids Received And Opened. In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Following Class “a” Documents May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned, Which Shall Likewise Be Uploaded And Maintained In The Philgeps In Accordance With Section 8.5.2 Of The Irr: 45. Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives; 46. Mayor’s/business Permit Issued By The Local Government Where The Principal Place Of Business Of The Bidder Is Located; And 47. Audited Financial Statements Showing, Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities Stamped “received” By The Bureau Of Internal Revenue Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two Years From The Date Of Bid Submission. Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Requirements In Itb Clause 12.1(a)(i). Submission Of Documents Required Under Itb Clauses 12.1(a)(ii) To 12.1(a)(iii) By Any Of The Joint Venture Partners Constitutes Compliance. The Procuring Entity Shall Prepare The Minutes Of The Proceedings Of The Bid Opening That Shall Include, As A Minimum: (a) Names Of Bidders, Their Bid Price (per Lot, If Applicable, And/or Including Discount, If Any), Bid Security, Findings Of Preliminary Examination, And Whether There Is A Withdrawal Or Modification; And (b) Attendance Sheet. The Bac Members Shall Sign The Abstract Of Bids As Read. 24.8 The Bidders Or Their Duly Authorized Representatives May Attend The Opening Of Bids. The Bac Shall Ensure The Integrity, Security, And Confidentiality Of All Submitted Bids. The Abstract Of Bids As Read And The Minutes Of The Bid Opening Shall Be Made Available To The Public Upon Written Request And Payment Of A Specified Fee To Recover Cost Of Materials. 24.9 To Ensure Transparency And Accurate Representation Of The Bid Submission, The Bac Secretariat Shall Notify In Writing All Bidders Whose Bids It Has Received Through Its Philgeps-registered Physical Address Or Official E-mail Address. The Notice Shall Be Issued Within Seven (7) Calendar Days From The Date Of The Bid Opening. Evaluation And Comparison Of Bids Process To Be Confidential Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award, Unless Otherwise Allowed In The Case Of Itb Clause 26. Any Effort By A Bidder To Influence The Procuring Entity In The Procuring Entity’s Decision In Respect Of Bid Evaluation, Bid Comparison Or Contract Award Will Result In The Rejection Of The Bidder’s Bid. Clarification Of Bids To Assist In The Evaluation, Comparison, And Post-qualification Of The Bids, The Procuring Entity May Ask In Writing Any Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. Any Clarification Submitted By A Bidder In Respect To Its Bid And That Is Not In Response To A Request By The Procuring Entity Shall Not Be Considered. Domestic Preference Unless Otherwise Stated In The Bds, The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With The Following: 48. The Preference Shall Be Applied When The Lowest Foreign Bid Is Lower Than The Lowest Bid Offered By A Domestic Bidder. 49. For Evaluation Purposes, The Lowest Foreign Bid Shall Be Increased By Fifteen Percent (15%). 50. In The Event That The Lowest Bid Offered By A Domestic Bidder Does Not Exceed The Lowest Foreign Bid As Increased, Then The Procuring Entity Shall Award The Contract To The Domestic Bidder At The Amount Of The Lowest Foreign Bid. 51. If The Domestic Bidder Refuses To Accept The Award Of Contract At The Amount Of The Foreign Bid Within Two (2) Calendar Days From Receipt Of Written Advice From The Bac, The Procuring Entity Shall Award To The Bidder Offering The Foreign Bid, Subject To Post-qualification And Submission Of All The Documentary Requirements Under These Bidding Documents. A Bidder May Be Granted Preference As A Domestic Bidder Subject To The Certification From The Dti That The Bidder Is Offering Unmanufactured Articles, Materials Or Supplies Of The Growth Or Production Of The Philippines, Or Manufactured Articles, Materials, Or Supplies Manufactured Or To Be Manufactured In The Philippines Substantially From Articles, Materials, Or Supplies Of The Growth, Production, Or Manufacture, As The Case May Be, Of The Philippines. Detailed Evaluation And Comparison Of Bids The Procuring Entity Will Undertake The Detailed Evaluation And Comparison Of Bids Which Have Passed The Opening And Preliminary Examination Of Bids, Pursuant To Itb Clause 24, In Order To Determine The Lowest Calculated Bid. The Lowest Calculated Bid Shall Be Determined In Two Steps: 52. The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And 53. The Ranking Of The Total Bid Prices As So Calculated From The Lowest To The Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Following In The Evaluation Of Bids: 54. Completeness Of The Bid. Unless The Bds Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Schedule Of Prices, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A Zero (0)or A Dash (-) For The Said Item Would Mean That It Is Being Offered For Free To The Procuring Entity, Except Those Required By Law Or Regulations To Be Provided For; And 55. Arithmetical Corrections. Consider Computational Errors And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered, Unless Otherwise Indicated In The Bds. The Procuring Entity’s Evaluation Of Bids Shall Be Based On The Bid Price Quoted In The Bid Form, Which Includes The Schedule Of Prices. Bids Shall Be Evaluated On An Equal Footing To Ensure Fair Competition. For This Purpose, All Bidders Shall Be Required To Include In Their Bids The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. If So Indicated Pursuant To Itb Clause 1.2, Bids Are Being Invited For Individual Lots Or For Any Combination Thereof, Provided That All Bids And Combinations Of Bids Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Prices Quoted Shall Correspond To All Items Specified For Each Lot And To All Quantities Specified For Each Item Of A Lot. Bid Security As Required By Itb Clause 18 Shall Be Submitted For Each Contract (lot) Separately. The Basis For Evaluation Of Lots Is Specified In Bds Clause 28.3. Post-qualification The Bac Shall Determine To Its Satisfaction Whether The Bidder That Is Evaluated As Having Submitted The Lowest Calculated Bid Complies With And Is Responsive To All The Requirements And Conditions Specified In Itb Clauses 5, 12, And 13. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Itslatest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure To Submit Any Of The Post-qualification Requirements On Time, Or A Finding Against The Veracity Thereof, Shall Disqualify The Bidder For Award. Provided In The Event That A Finding Against The Veracity Of Any Of The Documents Submitted Is Made, It Shall Cause The Forfeiture Of The Bid Security In Accordance With Section 69 Of The Irr Of Ra 9184. The Determination Shall Be Based Upon An Examination Of The Documentary Evidence Of The Bidder’s Qualifications Submitted Pursuant To Itb Clauses 12 And 13, As Well As Other Information As The Procuring Entity Deems Necessary And Appropriate, Using A Non-discretionary “pass/fail” Criterion, Which Shall Be Completed Within A Period Of Twelve (12) Calendar Days. If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lcrb, And Recommend To The Hope The Award Of Contract To The Said Bidder At Its Submitted Price Or Its Calculated Bid Price, Whichever Is Lower. A Negative Determination Shall Result In Rejection Of The Bidder’s Bid, In Which Event The Procuring Entity Shall Proceed To The Next Lowest Calculated Bid With A Fresh Period To Make A Similar Determination Of That Bidder’s Capabilities To Perform Satisfactorily. If The Second Bidder, However, Fails The Post Qualification, The Procedure For Post Qualification Shall Be Repeated For The Bidder With The Next Lowest Calculated Bid, And So On Until The Lcrb Is Determined For Recommendation For Contract Award. Within A Period Not Exceeding Fifteen (15) Calendar Days From The Determination By The Bac Of The Lcrb And The Recommendation To Award The Contract, The Hopeor His Duly Authorized Representative Shall Approve Or Disapprove The Said Recommendation. In The Event Of Disapproval, Which Shall Be Based On Valid, Reasonable, And Justifiable Grounds As Provided For Under Section 41 Of The Irr Of Ra 9184, The Hope Shall Notify The Bac And The Bidder In Writing Of Such Decision And The Grounds For It. When Applicable, The Bac Shall Conduct A Post-qualification Of The Bidder With The Next Lowest Calculated Bid. A Request For Reconsideration May Be Filed By The Bidder With The Hope In Accordance With Section 37.1.3 Of The Irr Of Ra 9184. Reservation Clause Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements.should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. Based On The Following Grounds, The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding At Any Time Prior To The Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding: 56. If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; 57. If The Procuring Entity’s Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or 58. For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Gop As Follows: A. If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Hope; B. If The Project Is No Longer Necessary As Determined By The Hope; And C. If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. In Addition, The Procuring Entity May Likewise Declare A Failure Of Bidding When: 59. No Bids Are Received; 60. All Prospective Bidders Are Declared Ineligible; 61. All Bids Fail To Comply With All The Bid Requirements Or Fail Post-qualification; Or The Bidder With The Lcrb Refuses, Without Justifiable Cause To Accept The Award Of Contract, And No Award Is Madein Accordance With Section 40 Of The Irr Of Ra 9184. Award Of Contract Contractaward Subject To Itb Clause 29, The Hopeor Its Duly Authorized Representative Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lcrb. Prior To The Expiration Of The Period Of Bid Validity, The Procuring Entity Shall Notify The Successful Bidder In Writing That Its Bid Has Been Accepted, Through A Notice Of Award Duly Received By The Bidder Or Its Representative Personally Or Sent By Registered Mail Or Electronically, Receipt Of Which Must Be Confirmed In Writing Within Two (2) Days By The Bidder With The Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: 62. Submission Of Valid Jva, If Applicable, Within Ten (10) Calendar Days From Receipt Of The Notice Of Award. 63. Posting Of The Performance Security In Accordance With Itb Clause 33; 64. Signing Of The Contract As Provided In Itb Clause 32; And 65. Approval By Higher Authority, If Required, As Provided In Section 37.3 Of The Irr Of Ra 9184. At The Time Of Contract Award, The Procuring Entity Shall Not Increase Or Decrease The Quantity Of Goods Originally Specified In Section Vi. Schedule Of Requirements. Signing Of The Contract At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Contract Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security, Sign And Date The Contract And Return It To The Procuring Entity. The Procuring Entity Shall Enter Into Contract With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. The Following Documents Shall Form Part Of The Contract: 66. Contract Agreement; 67. Bidding Documents; 68. Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; 69. Performance Security; 70. Notice Of Award Of Contract; And 71. Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. Performance Security To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract. The Performance Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity In An Amount Not Less Than The Percentage Of The Total Contract Price In Accordance With The Following Schedule: Form Of Performance Security Amount Of Performance Security (not Less Than The Percentage Of The Total Contract Price) 72. Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. For Biddings Conducted By The Blgus, The Cashier’s/manager’s Check May Be Issued By Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument. Five Percent (5%) 73. Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. For Biddings Conducted By The Lgus, The Bank Draft/guarantee Or Irrevocable Letter Of Credit May Be Issued By Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument. 74. Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Thirty Percent (30%) Failure Of The Successful Bidder To Comply With The Above-mentioned Requirement Shall Constitute Sufficient Ground For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Have A Fresh Period To Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lcrb Is Identified And Selected For Recommendation Of Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement, If Necessary. Notice To Proceed Within Seven (7) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue The Notice To Proceed (ntp) Together With A Copy Or Copies Of The Approved Contract To The Successful Bidder. All Notices Called For By The Terms Of The Contract Shall Be Effective Only At The Time Of Receipt Thereof By The Successful Bidder. Protest Mechanism Decisions Of The Procuring Entity At Any Stage Of The Procurement Process May Be Questioned In Accordance With Section 55 Of The Irr Of Ra 9184. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet Section Iii Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb Included In Section Ii, And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, The Applicable Rules Regarding Bid Price And Currency, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing Section Iii, The Following Aspects Should Be Checked: (a) Information That Specifies And Complements Provisions Of Section Ii Must Be Incorporated. (b) Amendments And/or Supplements, If Any, To Provisions Of Section Ii As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. For Foreign-assisted Projects, The Bid Data Sheet To Be Used Is Provided In Section Ix-foreign-assisted Projects. Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is[insert Name Of Purchasing Organization] The Name Of The Contract Is [insert The Name Of The Contract]. The Identification Number Of The Contract Is [insert Identification Number Of The Contract As Provided In The Invitation To Bid]. 1.2 The Lot(s) And Reference Is/are: [insert Name] 2 The Funding Source Is: The Government Of The Philippines (gop) Through [indicate Source Of Funding And Year] In The Amount Of [insert Amount Of Funds]. Note: In The Case Of National Government Agencies, The General Appropriations Act And/or Continuing Appropriations; In The Case Of Government-owned And/or –controlled Corporations, Government Financial Institutions, And State Universities And Colleges, The Corporate Budget For The Contract Approved By The Governing Boards; In The Case Of Local Government Units, The Budget For The Contract Approved By The Respective Sanggunian. The Name Of The Project Is: [insert The Name Of The Project, Or “not Applicable”] 3.1 No Further Instructions. 5.1 No Further Instructions. 5.2 Select One, Delete The Other. Foreign Bidders May Participate In This Project In View Of The Following Circumstance(s): [state Which Of The Circumstance(s) Mentioned In The Itb Clause Exists In The Project.] Or Foreign Bidders, Except Those Falling Under Itb Clause 5.2(b), May Not Participate In This Project. 5.4 Select One, Delete The Other. Maintain The Itb Clause And Insert Any Of The Following: For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid And Itb Clause 12.1(a)(ii), A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. Or For The Procurement Of Expendable Supplies: The Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid And Itb Clause 12.1(a)(ii), A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. Or For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of The Provisions Of Section 23.4.1.3 Of The Irr Of Ra 9184 Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: In View Of The Determination By The Procuring Entity That Imposition Of The Provisions Of Section 23.4.1.3 Of The Irr Of Ra 9184 Will Likely Result To [state “failure Of Bidding” Or “monopoly That Will Defeat The Purpose Of Public Bidding”],the Bidder Should Comply With The Following Requirements: A) Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least [state “fifty Percent (50%)” In The Case Of Non-expendable Supplies And Services Or “twenty-five Percent (25%)” In The Case Of Expendable Supplies] Of The Abc For This Project; And B) The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. For This Purpose, Similar Contracts Shall Refer To [insert Description Of Similar Contracts Or State “no Further Instructions”]. 7 No Further Instructions. 8.1 State Either “subcontracting Is Not Allowed.” Or Specify The Portions Of Goods And The Maximum Percentage Allowed To Be Subcontracted. Note:the Contractor Shall Undertake Not Less Than 20% Of The Contracted Works With Its Own Resources. 8.2 If Subcontracting Is Allowed, Specify The Eligibility Criteria That Subcontractors Must Comply With, Including The Corresponding Documentary Requirements Therefor; Otherwise, State “not Applicable”. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On [state Date And Time] At [state Address Of Venue]{insert If Applicable And Through Video-conferencing/webcasting Via [insert Website, Application Or Technology To Be Used].} 10.1 The Procuring Entity’s Address Is: [insert Full Address] [insert Name And Designation Of Contact Person] [insert Telephone And Fax Number Of Contact] [insert Email Address Of Contact (if Applicable)] 12.1(a) No Further Instructions. 12.1(a)(ii) The Bidder’s Slcc Similar To The Contract To Be Bid Should Have Been Completed Within[state Relevant Period As Provided In The Invitation To Bid] Prior To The Deadline For The Submission And Receipt Of Bids. 13.1(b) No Further Instructions. 13.1(c) List Any Additional Required Document(s) Or State “no Additional Requirements.” 13.2 The Abc Is [insert Amount]. Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 15.4(a)(iv) List Here The Incidental Services That Are Required As Part Of The Bidder’s Bid Cross Referencing To The Technical Specifications And Scc As Appropriate. If None, State “no Incidental Services Are Required.” 15.4(b)(i) 15.4(b)(ii) Maintain The Itb Clause And State Here “not Applicable”, “the Price Of The Goods Shall Be Quoted Ddp [state Place Of Destination]”, Or The Applicable Incoterms For This Project. List Here The Incidental Services That Are Required As Part Of The Bidder’s Bid Cross Referencing To The Technical Specifications And Scc As Appropriate. If None, State “no Incidental Services Are Required.” 16.1(b) Select One, Delete The Other: The Bid Prices For Goods Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. Or The Bid Prices For Goods Supplied From Outside Of The Philippines Shall Be Quoted Either In Philippine Pesos Or United States Dollars At The Discretion Of The Bidder. 16.3 Maintain The Itb Clause And State Here “not Applicable” Or If Procurement Involves A Foreign-denominated Bid, State "payment Shall Be Made In [insert Currency]. 17.1 Bids Will Be Valid Until [insert Date]. 18.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: 1. The Amount Of Not Less Than __________ [insert 2% Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or 2. The Amount Of Not Less Than _________ [insert 5% Of Abc] If Bid Security Is In Surety Bond. 18.2 The Bid Security Shall Be Valid Until [insert Date]. 20.3 Each Bidder Shall Submit [insert Required Number] Original And [insert Required Number] Copies Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is [insert Address]. The Deadline For Submission Of Bids Is [insert Time And Date]. 24.1 The Place Of Bid Opening Is [insert Address]. The Date And Time Of Bid Opening Is [insert Time And Date]. 24.2 No Further Instructions. 24.3 No Further Instructions. 27.1 No Further Instructions. 28.3 (a) Grouping And Evaluation Of Lots – Lots Should Be Formed Of Similar Items That Are Likely To Attract The Maximum Competition. A Lot Is The Quantity And Number Of Items That Will Be Included In A Single Contract. For Example: Option 1 – Each Item To Be Evaluated And Compared With Other Bids Separately And Recommended For Contract Award Separately. Option 2 - All Items To Be Grouped Together To Form One Complete Lot That Will Be Awarded To One Bidder To Form One Complete Contract. Option 3 - Similar Items, To Be Grouped Together To Form Several Lots That Shall Be Evaluated And Awarded As Separate Contracts. Select One Of The Following Paragraphs, Delete The Other. Partial Bid Is Not Allowed. The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. Or Partial Bids Are Allowed. All Goods Are Grouped In Lots Listed Below. Bidders Shall Have The Option Of Submitting A Proposal On Any Or All Lots And Evaluation And Contract Award Will Be Undertaken On A Per Lot Basis. Lots Shall Not Be Divided Further Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. [insert Grouping Of Lots] 28.4 No Further Instructions. 29.2 List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It, Or State “no Additional Requirement.” 32.4(f) List Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Or State “no Additional Requirement.” Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The Gcc In Section Iv, Read In Conjunction With The Scc In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. The Gcc Herein Shall Not Be Altered. Any Changes And Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Scc In Section V. Table Of Contents 1. Definitions 49 2. Corrupt, Fraudulent, Collusive, And Coercive Practices 50 3. Inspection And Audit By The Funding Source 51 4. Governing Law And Language 51 5. Notices 51 6. Scope Of Contract 52 7. Subcontracting 52 8. Procuring Entity’s Responsibilities 52 9. Prices 52 10. Payment 53 11. Advance Payment And Terms Of Payment 53 12. Taxes And Duties 54 13. Performance Security 54 14. Use Of Contract Documents And Information 55 15. Standards 55 16. Inspection And Tests 55 17. Warranty 56 18. Delays In The Supplier’s Performance 56 19. Liquidated Damages 57 20. Settlement Of Disputes 57 21. Liability Of The Supplier 58 22. Force Majeure 58 23. Termination For Default 58 24. Termination For Insolvency 59 25. Termination For Convenience 59 26. Termination For Unlawful Acts 60 27. Procedures For Termination Of Contracts 60 28. Assignment Of Rights 61 29. Contract Amendment 61 30. Application 61 Definitions In This Contract, The Following Terms Shall Be Interpreted As Indicated: 75. “the Contract” Means The Agreement Entered Into Between The Procuring Entity And The Supplier, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. 76. “the Contract Price” Means The Price Payable To The Supplier Under The Contract For The Full And Proper Performance Of Its Contractual Obligations. 77. “the Goods” Means All Of The Supplies, Equipment, Machinery, Spare Parts, Other Materials And/or General Support Services Which The Supplier Is Required To Provide To The Procuring Entity Under The Contract. 78. Cx “the Services” Means Those Services Ancillary To The Supply Of The Goods, Such As Transportation And Insurance, And Any Other Incidental Services, Such As Installation, Commissioning, Provision Of Technical Assistance, Training, And Other Such Obligations Of The Supplier Covered Under The Contract. 79. “gcc” Means The General Conditions Of Contract Contained In This Section. 80. “scc” Means The Special Conditions Of Contract. 81. “the Procuring Entity” Means The Organization Purchasing The Goods, As Named In The Scc. 82. “the Procuring Entity’s Country” Is The Philippines. 83. “the Supplier” Means The Individual Contractor, Manufacturer Distributor, Or Firm Supplying/manufacturing The Goods And Services Under This Contract And Named In The Scc. 84. The “funding Source” Means The Organization Named In The Scc. 85. “the Project Site,” Where Applicable, Means The Place Or Places Named In The Scc. 86. “day” Means Calendar Day. 87. The “effective Date” Of The Contract Will Be The Date Of Signing The Contract, However The Supplier Shall Commence Performance Of Its Obligations Only Upon Receipt Of The Notice To Proceed And Copy Of The Approved Contract. 88. “verified Report” Refers To The Report Submitted By The Implementing Unit To The Hope Setting Forth Its Findings As To The Existence Of Grounds Or Causes For Termination And Explicitly Stating Its Recommendation For The Issuance Of A Notice To Terminate. Corrupt, Fraudulent, Collusive, And Coercive Practices Unless Otherwise Provided In The Scc, The Procuring Entity As Well As The Bidders, Contractors, Or Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of This Contract. In Pursuance Of This Policy, The Procuring Entity: 89. Defines, For The Purposes Of This Provision, The Terms Set Forth Below As Follows: A. "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And It Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019. B. "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. C. “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. D. “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; E. “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Collusive Practice; And/or Threatening, Harassing Or Intimidating Any Party To Prevent It From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. 90. Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. Further The Funding Source, Borrower Or Procuring Entity, As Appropriate, Will Seek To Impose The Maximum Civil, Administrative And/or Criminal Penalties Available Under The Applicable Law On Individuals And Organizations Deemed To Be Involved With Any Of The Practices Mentioned In Gcc Clause 2.1(a). Inspection And Audit By The Funding Source The Supplier Shall Permit The Funding Source To Inspect The Supplier’s Accounts And Records Relating To The Performance Of The Supplier And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. Governing Law And Language This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Exchanged By The Parties Shall Be Written In English. Notices Any Notice, Request, Or Consent Required Or Permitted To Be Given Or Made Pursuant To This Contract Shall Be In Writing. Any Such Notice, Request, Or Consent Shall Be Deemed To Have Been Given Or Made When Received By The Concerned Party, Either In Person Or Through An Authorized Representative Of The Party To Whom The Communication Is Addressed, Or When Sent By Registered Mail, Telex, Telegram, Or Facsimile To Such Party At The Address Specified In The Scc, Which Shall Be Effective When Delivered And Duly Received Or On The Notice’s Effective Date, Whichever Is Later. A Party May Change Its Address For Notice Hereunder By Giving The Other Party Notice Of Such Change Pursuant To The Provisions Listed In The Scc For Gcc Clause 5.1. Scope Of Contract The Goods And Related Services To Be Provided Shall Be As Specified In Section Vi. Schedule Of Requirements. This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. Any Additional Requirements For The Completion Of This Contract Shall Be Provided In The Scc. Subcontracting Subcontracting Of Any Portion Of The Goods, If Allowed In The Bds, Does Not Relieve The Supplier Of Any Liability Or Obligation Under This Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. If Subcontracting Is Allowed, The Supplier May Identify Its Subcontractor During Contract Implementation. Subcontractors Disclosed And Identified During The Bidding May Be Changed During The Implementation Of This Contract. In Either Case, Subcontractors Must Submit The Documentary Requirements Under Itb Clause 12 And Comply With The Eligibility Criteria Specified In The Bds.in The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Goods Shall Be Disallowed. Procuring Entity’s Responsibilities Whenever The Performance Of The Obligations In This Contract Requires That The Supplier Obtain Permits, Approvals, Import, And Other Licenses From Local Public Authorities, The Procuring Entity Shall, If So Needed By The Supplier, Make Its Best Effort To Assist The Supplier In Complying With Such Requirements In A Timely And Expeditious Manner. The Procuring Entity Shall Pay All Costs Involved In The Performance Of Its Responsibilities In Accordance With Gcc Clause 6. Prices For The Given Scope Of Work In This Contract As Awarded, All Bid Prices Are Considered Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances And Upon Prior Approval Of The Gppb In Accordance With Section 61 Of R.a. 9184 And Its Irr Or Except As Provided In This Clause. Prices Charged By The Supplier For Goods Delivered And/orservices Performed Under This Contract Shall Not Vary From The Prices Quoted By The Supplier In Its Bid, With The Exception Of Any Change In Price Resulting From A Change Order Issued In Accordance With Gccclause 29. Payment Payments Shall Be Made Only Upon A Certification By The Hope To The Effect That The Goods Have Been Rendered Or Delivered In Accordance With The Terms Of This Contract And Have Been Duly Inspected And Accepted. Except With The Prior Approval Of The President No Payment Shall Be Made For Services Not Yet Rendered Or For Supplies And Materials Not Yet Delivered Under This Contract. Ten Percent (10%) Of The Amount Of Each Payment Shall Be Retained By The Procuring Entity To Cover The Supplier’s Warranty Obligations Under This Contract As Described In Gcc Clause 17. The Supplier’s Request(s) For Payment Shall Be Made To The Procuring Entity In Writing, Accompanied By An Invoice Describing, As Appropriate, The Goods Delivered And/or Services Performed, And By Documents Submitted Pursuant To The Scc Provision For Gcc Clause 6.2, And Upon Fulfillment Of Other Obligations Stipulated In This Contract. Pursuant To Gcc Clause 10.2, Payments Shall Be Made Promptly By The Procuring Entity, But In No Case Later Than Sixty (60) Days After Submission Of An Invoice Or Claim By The Supplier. Payments Shall Be In Accordance With The Schedule Stated In The Scc. Unless Otherwise Provided In The Scc, The Currency In Which Payment Is Made To The Supplier Under This Contract Shall Be In Philippine Pesos. Unless Otherwise Provided In The Scc, Payments Using Letter Of Credit (lc), In Accordance With The Guidelines Issued By The Gppb, Is Allowed. For This Purpose, The Amount Of Provisional Sum Is Indicated In The Scc. All Charges For The Opening Of The Lc And/or Incidental Expenses Thereto Shall Be For The Account Of The Supplier. Advance Payment And Terms Of Payment Advance Payment Shall Be Made Only After Prior Approval Of The President, And Shall Not Exceed Fifteen Percent (15%) Of The Contract Amount, Unless Otherwise Directed By The President Or In Cases Allowed Under Annex “d” Of Ra 9184. All Progress Payments Shall First Be Charged Against The Advance Payment Until The Latter Has Been Fully Exhausted. For Goods Supplied From Abroad, Unless Otherwise Indicated In The Scc, The Terms Of Payment Shall Be As Follows: 91. On Contract Signature: Fifteen Percent (15%) Of The Contract Price Shall Be Paid Within Sixty (60) Days From Signing Of The Contract And Upon Submission Of A Claim And A Bank Guarantee For The Equivalent Amount Valid Until The Goods Are Delivered And In The Form Provided In Section Viii. Bidding Forms. 92. On Delivery: Sixty-five Percent (65%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Receipt Of The Goods And Upon Submission Of The Documents (i) Through (vi) Specified In The Scc Provision On Delivery And Documents. 93. On Acceptance: The Remaining Twenty Percent (20%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Submission Of The Acceptance And Inspection Certificate For The Respective Delivery Issued By The Procuring Entity’s Authorized Representative. In The Event That No Inspection Or Acceptance Certificate Is Issued By The Procuring Entity’s Authorized Representative Within Forty Five (45) Days Of The Date Shown On The Delivery Receipt, The Supplier Shall Have The Right To Claim Payment Of The Remaining Twenty Percent (20%) Subject To The Procuring Entity’s Own Verification Of The Reason(s) For The Failure To Issue Documents (vii) And (viii) As Described In The Scc Provision On Delivery And Documents. Taxes And Duties The Supplier, Whether Local Or Foreign, Shall Be Entirely Responsible For All The Necessary Taxes, Stamp Duties, License Fees, And Other Such Levies Imposed For The Completion Of This Contract. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any The Forms Prescribed In The Itb Clause 33.2. The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Winning Bidder Is In Default In Any Of Its Obligations Under The Contract. The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. The Performance Security May Be Released By The Procuring Entity And Returned To The Supplier After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions: 94. There Are No Pending Claims Against The Supplier Or The Surety Company Filed By The Procuring Entity; 95. The Supplier Has No Pending Claims For Labor And Materials Filed Against It; And 96. Other Terms Specified In The Scc. In Case Of A Reduction Of The Contract Value, The Procuring Entity Shall Allow A Proportional Reduction In The Original Performance Security, Provided That Any Such Reduction Is More Than Ten Percent (10%) And That The Aggregate Of Such Reductions Is Not More Than Fifty Percent (50%) Of The Original Performance Security. Use Of Contract Documents And Information The Supplier Shall Not, Except For Purposes Of Performing The Obligations In This Contract, Without The Procuring Entity’s Prior Written Consent, Disclose This Contract, Or Any Provision Thereof, Or Any Specification, Plan, Drawing, Pattern, Sample, Or Information Furnished By Or On Behalf Of The Procuring Entity. Any Such Disclosure Shall Be Made In Confidence And Shall Extend Only As Far As May Be Necessary For Purposes Of Such Performance. Any Document, Other Than This Contract Itself, Enumerated In Gcc Clause 14.1 Shall Remain The Property Of The Procuring Entity And Shall Be Returned (all Copies) To The Procuring Entity On Completion Of The Supplier’s Performance Under This Contract If So Required By The Procuring Entity. Standards The Goods Provided Under This Contract Shall Conform To The Standards Mentioned In The Section Vii. Technical Specifications; And, When No Applicable Standard Is Mentioned, To The Authoritative Standards Appropriate To The Goods’ Country Of Origin. Such Standards Shall Be The Latest Issued By The Institution Concerned. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Contract Specifications At No Extra Cost To The Procuring Entity.the Sccand Section Vii. Technical Specifications Shall Specify What Inspections And/or Tests The Procuring Entity Requires And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. If Applicable, The Inspections And Tests May Be Conducted On The Premises Of The Supplier Or Its Subcontractor(s), At Point Of Delivery, And/or At The Goods’ Final Destination. If Conducted On The Premises Of The Supplier Or Its Subcontractor(s), All Reasonable Facilities And Assistance, Including Access To Drawings And Production Data, Shall Be Furnished To The Inspectors At No Charge To The Procuring Entity. The Supplier Shall Provide The Procuring Entity With Results Of Such Inspections And Tests. The Procuring Entity Or Its Designated Representative Shall Be Entitled To Attend The Tests And/or Inspections Referred To In This Clause Provided That The Procuring Entity Shall Bear All Of Its Own Costs And Expenses Incurred In Connection With Such Attendance Including, But Not Limited To, All Traveling And Board And Lodging Expenses. The Procuring Entity May Reject Any Goods Or Any Part Thereof That Fail To Pass Any Test And/or Inspection Or Do Not Conform To The Specifications. The Supplier Shall Either Rectify Or Replace Such Rejected Goods Or Parts Thereof Or Make Alterations Necessary To Meet The Specifications At No Cost To The Procuring Entity, And Shall Repeat The Test And/or Inspection, At No Cost To The Procuring Entity, Upon Giving A Notice Pursuant To Gcc Clause 5. The Supplier Agrees That Neither The Execution Of A Test And/or Inspection Of The Goods Or Any Part Thereof, Nor The Attendance By The Procuring Entity Or Its Representative, Shall Release The Supplier From Any Warranties Or Other Obligations Under This Contract. Warranty The Supplier Warrants That The Goods Supplied Under The Contract Are New, Unused, Of The Most Recent Or Current Models, And That They Incorporate All Recent Improvements In Design And Materials, Except When The Technical Specifications Required By The Procuring Entity Provides Otherwise. The Supplier Further Warrants That All Goods Supplied Under This Contract Shall Have No Defect, Arising From Design, Materials, Or Workmanship Or From Any Act Or Omission Of The Supplier That May Develop Under Normal Use Of The Supplied Goods In The Conditions Prevailing In The Country Of Final Destination. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier For A Minimum Period Specified In The Scc. The Obligation For The Warranty Shall Be Covered By, At The Supplier’s Option, Either Retention Money In An Amount Equivalent To At Least One Percent (1%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) Of The Total Contract Price Or Other Such Amount If So Specified In The Scc. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Specified In The Scc; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under This Contract Have Been Fully Met. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty.upon Receipt Of Such Notice, The Supplier Shall, Within The Period Specified In The Scc And With All Reasonable Speed, Repair Or Replace The Defective Goods Or Parts Thereof, Without Cost To The Procuring Entity. If The Supplier, Having Been Notified, Fails To Remedy The Defect(s) Within The Period Specified In Gcc Clause 17.4, The Procuring Entity May Proceed To Take Such Remedial Action As May Be Necessary, At The Supplier’s Risk And Expense And Without Prejudice To Any Other Rights Which The Procuring Entity May Have Against The Supplier Under The Contract And Under The Applicable Law. Delays In The Supplier’s Performance Delivery Of The Goods And/or Performance Of Services Shall Be Made By The Supplier In Accordance With The Time Schedule Prescribed By The Procuring Entity In Section Vi. Schedule Of Requirements. If At Any Time During The Performance Of This Contract, The Supplier Or Its Subcontractor(s) Should Encounter Conditions Impeding Timely Delivery Of The Goods And/or Performance Of Services, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of The Fact Of The Delay, Its Likely Duration And Its Cause(s). As Soon As Practicable After Receipt Of The Supplier’s Notice, And Upon Causes Provided For Under Gcc Clause 22, The Procuring Entity Shall Evaluate The Situation And May Extend The Supplier’s Time For Performance, In Which Case The Extension Shall Be Ratified By The Parties By Amendment Of Contract. Except As Provided Under Gcc Clause 22, A Delay By The Supplier In The Performance Of Its Obligations Shall Render The Supplier Liable To The Imposition Of Liquidated Damages Pursuant To Gcc Clause 19, Unless An Extension Of Time Is Agreed Upon Pursuant To Gcc Clause 29 Without The Application Of Liquidated Damages. Liquidated Damages Subject To Gcc Clauses 18 And 22, If The Supplier Fails To Satisfactorily Deliver Any Or All Of The Goods And/or To Perform The Services Within The Period(s) Specified In This Contract Inclusive Of Duly Granted Time Extensions If Any, The Procuring Entity Shall, Without Prejudice To Its Other Remedies Under This Contract And Under The Applicable Law, Deduct From The Contract Price, As Liquidated Damages, The Applicable Rate Of One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay Until Actual Delivery Or Performance. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Maximum Is Reached, The Procuring Entity May Rescind Or Terminate The Contract Pursuant To Gcc Clause 23, Without Prejudice To Other Courses Of Action And Remedies Open To It. Settlement Of Disputes If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Procuring Entity And The Supplier In Connection With Or Arising Out Of This Contract, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. If After Thirty (30) Days, The Parties Have Failed To Resolve Their Dispute Or Difference By Such Mutual Consultation, Then Either The Procuring Entity Or The Supplier May Give Notice To The Other Party Of Its Intention To Commence Arbitration, As Hereinafter Provided, As To The Matter In Dispute, And No Arbitration In Respect Of This Matter May Be Commenced Unless Such Notice Is Given. Any Dispute Or Difference In Respect Of Which A Notice Of Intention To Commence Arbitration Has Been Given In Accordance With This Clause Shall Be Settled By Arbitration. Arbitration May Be Commenced Prior To Or After Delivery Of The Goods Under This Contract. In The Case Of A Dispute Between The Procuring Entity And The Supplier, The Dispute Shall Be Resolved In Accordance With Republic Act 9285 (“r.a. 9285”), Otherwise Known As The “alternative Dispute Resolution Act Of 2004.” Notwithstanding Any Reference To Arbitration Herein, The Parties Shall Continue To Perform Their Respective Obligations Under The Contract Unless They Otherwise Agree; And The Procuring Entity Shall Pay The Supplier Any Monies Due The Supplier. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines, Subject To Additional Provisions, If Any, Set Forth In The Scc. Except In Cases Of Criminal Negligence Or Willful Misconduct, And In The Case Of Infringement Of Patent Rights, If Applicable, The Aggregate Liability Of The Supplier To The Procuring Entityshall Not Exceed The Total Contract Price, Provided That This Limitation Shall Not Apply To The Cost Of Repairing Or Replacing Defective Equipment. Force Majeure The Supplier Shall Not Be Liable For Forfeiture Of Its Performance Security, Liquidated Damages, Or Termination For Default If And To The Extent That The Supplier’s Delay In Performance Or Other Failure To Perform Its Obligations Under The Contract Is The Result Of A Force Majeure. For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Supplier Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Supplier. Such Events May Include, But Not Limited To, Acts Of The Procuring Entity In Its Sovereign Capacity, Wars Or Revolutions, Fires, Floods, Epidemics, Quarantine Restrictions, And Freight Embargoes. If A Force Majeure Situation Arises, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of Such Condition And The Cause Thereof. Unless Otherwise Directed By The Procuring Entity In Writing, The Supplier Shall Continue To Perform Its Obligations Under The Contract As Far As Is Reasonably Practical, And Shall Seek All Reasonable Alternative Means For Performance Not Prevented By The Force Majeure. Termination For Default The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attends Its Implementation: 97. Outside Of Force Majeure, The Supplier Fails To Deliver Or Perform Any Or All Of The Goods Within The Period(s) Specified In The Contract, Or Within Any Extension Thereof Granted By The Procuring Entity Pursuant To A Request Made By The Supplier Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contact Price; 98. As A Result Of Force Majeure, The Supplier Is Unable To Deliver Or Perform Any Or All Of The Goods, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of The Notice From The Procuring Entity Stating That The Circumstance Of Force Majeure Is Deemed To Have Ceased; Or 99. The Supplier Fails To Perform Any Other Obligation Under The Contract. In The Event The Procuring Entity Terminates This Contract In Whole Or In Part, For Any Of The Reasons Provided Under Gcc Clauses 23 To 26, The Procuring Entity May Procure, Upon Such Terms And In Such Manner As It Deems Appropriate, Goods Or Services Similar To Those Undelivered, And The Supplier Shall Be Liable To The Procuring Entity For Any Excess Costs For Such Similar Goods Or Services. However, The Supplier Shall Continue Performance Of This Contract To The Extent Not Terminated. In Case The Delay In The Delivery Of The Goods And/or Performance Of The Services Exceeds A Time Duration Equivalent To Ten Percent (10%) Of The Specified Contract Time Plus Any Time Extension Duly Granted To The Supplier, The Procuring Entity May Terminate This Contract, Forfeit The Supplier's Performance Security And Award The Same To A Qualified Supplier. Termination For Insolvency The Procuring Entity Shall Terminate This Contract If The Supplier Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Supplier, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Supplier. Termination For Convenience The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Hope May Terminate A Contract For The Convenience Of The Government If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. The Goods That Have Been Delivered And/or Performed Or Are Ready For Delivery Or Performance Within Thirty (30) Calendar Days After The Supplier’s Receipt Of Notice To Terminate Shall Be Accepted By The Procuring Entity At The Contract Terms And Prices. For Goods Not Yet Performed And/or Ready For Delivery, The Procuring Entity May Elect: 100. To Have Any Portion Delivered And/or Performed And Paid At The Contract Terms And Prices; And/or 101. To Cancel The Remainder And Pay To The Supplier An Agreed Amount For Partially Completed And/or Performed Goods And For Materials And Parts Previously Procured By The Supplier. If The Supplier Suffers Loss In Its Initial Performance Of The Terminated Contract, Such As Purchase Of Raw Materials For Goods Specially Manufactured For The Procuring Entity Which Cannot Be Sold In Open Market, It Shall Be Allowed To Recover Partially From This Contract, On A Quantum Meruit Basis. Before Recovery May Be Made, The Fact Of Loss Must Be Established Under Oath By The Supplier To The Satisfaction Of The Procuring Entity Before Recovery May Be Made. Termination For Unlawful Acts The Procuring Entity May Terminate This Contract In Case It Is Determined Prima Facie That The Supplier Has Engaged, Before Or During The Implementation Of This Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Unlawful Acts Include, But Are Not Limited To, The Following: 102. Corrupt, Fraudulent, And Coercive Practices As Defined In Itb Clause 3.1(a); 103. Drawing Up Or Using Forged Documents; 104. Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And 105. Any Other Act Analogous To The Foregoing. Procedures For Termination Of Contracts The Following Provisions Shall Govern The Procedures For Termination Of This Contract: 106. Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Implementing Unit Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; 107. Upon Recommendation By The Implementing Unit, The Hope Shall Terminate This Contract Only By A Written Notice To The Supplier Conveying The Termination Of This Contract. The Notice Shall State: A. That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; B. The Extent Of Termination, Whether In Whole Or In Part; C. An Instruction To The Supplier To Show Cause As To Why This Contract Should Not Be Terminated; And D. Special Instructions Of The Procuring Entity, If Any. 108. The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; 109. Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Supplier Shall Submit To The Hope A Verified Position Paper Stating Why This Contract Should Not Be Terminated. If The Supplier Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Hope Shall Issue An Order Terminating This Contract; 110. The Procuring Entity May, At Any Time Before Receipt Of The Supplier’s Verified Position Paper Described In Item (d) Above Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Supplier’s Receipt Of The Notice; 111. Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Hope Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Supplier Of Its Decision And, Unless Otherwise Provided, This Contract Is Deemed Terminated From Receipt Of The Supplier Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; 112. The Hope May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Hope; And 113. The Supplier Must Serve A Written Notice To The Procuring Entity Of Its Intention To Terminate The Contract At Least Thirty (30) Calendar Days Before Its Intended Termination. The Contract Is Deemed Terminated If It Is Not Resumed In Thirty (30) Calendar Days After The Receipt Of Such Notice By The Procuring Entity. Assignment Of Rights The Supplier Shall Not Assign His Rights Or Obligations Under This Contract, In Whole Or In Part, Except With The Procuring Entity’s Prior Written Consent. Contract Amendment Subject To Applicable Laws, No Variation In Or Modification Of The Terms Of This Contract Shall Be Made Except By Written Amendment Signed By The Parties. Application These General Conditions Shall Apply To The Extent That They Are Not Superseded By Provisions Of Other Parts Of This Contract. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc. The Provisions Of This Section Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: (a) Information That Complements Provisions Of Section Iv Must Be Incorporated. (b) Amendments And/or Supplements To Provisions Of Section Iv, As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of Section Iv Should Be Incorporated Herein. For Foreign-assisted Projects, The Special Conditions Of Contract To Be Used Is Provided In Section Ix-foreign-assisted Projects. Special Conditions Of Contract Gcc Clause 1.1(g) The Procuring Entity Is [insert Name Of Procuring Entity]. 1.1(i) The Supplier Is [to Be Inserted At The Time Of Contract Award]. 1.1(j) The Funding Source Is The Government Of The Philippines (gop) Through [indicate Source Of Funding And Year] In The Amount Of [insert Amount Of Funds]. Note: In The Case Of National Government Agencies, The General Appropriations Act And/or Continuing Appropriations; In The Case Of Government-owned And/or –controlled Corporations, Government Financial Institutions, And State Universities And Colleges, The Corporate Budget For The Contract Approved By The Governing Boards; In The Case Of Local Government Units, The Budget For The Contract Approved By The Respective Sanggunian. 1.1(k) The Project Site Is [insert Full Name And Address Of The Delivery Site]. For Multiple Sites State “the Project Sites Are Defined In Section Vi. Schedule Of Requirements”] 2.1 No Further Instructions. 5.1 The Procuring Entity’s Address For Notices Is: [insert Address Including, Name Of Contact, Fax And Telephone Number] The Supplier’s Address For Notices Is: [insert Address Including, Name Of Contact, Fax And Telephone Number] 6.2 List Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract: Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: For Goods Supplied From Abroad, State “the Delivery Terms Applicable To The Contract Are Ddp Delivered [insert Place Of Destination]. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines, State “the Delivery Terms Applicable To This Contract Are Delivered [insert Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi. Schedule Of Requirements. The Details Of Shipping And/or Other Documents To Be Furnished By The Supplier Are As Follows: For Goods Supplied From Within The Philippines: Upon Delivery Of The Goods To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Original And Four Copies Delivery Receipt/note, Railway Receipt, Or Truck Receipt; (iii) Original Supplier’s Factory Inspection Report; (iv) Original And Four Copies Of The Manufacturer’s And/or Supplier’s Warranty Certificate; (v) Original And Four Copies Of The Certificate Of Origin (for Imported Goods); (vi) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Authorized Receiving Personnel; (vii) Certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; And (viii) Four Copies Of The Invoice Receipt For Property Signed By The Procuring Entity’s Representative At The Project Site. For Goods Supplied From Abroad: Upon Shipment, The Supplier Shall Notify The Procuring Entity And The Insurance Company By Cable The Full Details Of The Shipment, Including Contract Number, Description Of The Goods, Quantity, Vessel, Bill Of Lading Number And Date, Port Of Loading, Date Of Shipment, Port Of Discharge Etc. Upon Delivery To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents As Applicable With The Documentary Requirements Of Any Letter Of Credit Issued Taking Precedence: (ii) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (iii) Original And Four Copies Of The Negotiable, Clean Shipped On Board Bill Of Lading Marked “freight Pre-paid” And Five Copies Of The Non-negotiable Bill Of Lading ; (iv) Original Supplier’s Factory Inspection Report; (v) Original And Four Copies Of The Manufacturer’s And/or Supplier’s Warranty Certificate; (vi) Original And Four Copies Of The Certificate Of Origin (for Imported Goods); (vii) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Procuring Entity’s Representative At The Project Site; (viii) Certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; And (ix) Four Copies Of The Invoice Receipt For Property Signed By The Procuring Entity’s Representative At The Project Site. For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is [insert Name(s)]. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: Select Appropriate Requirements And Delete The Rest. (a) Performance Or Supervision Of On-site Assembly And/or Start Up Of The Supplied Goods; (b) Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; (c) Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; (d) Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And (e) Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: Select Appropriate Requirements And Delete The Rest. (a) Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And (b) In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts Required Are Listed In Section Vi. Schedule Of Requirements And The Cost Thereof Are Included In The Contract Price The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spares For The Goods For A Period Of [insert Here The Time Period Specified. If Not Used Insert Time Period Of Three Times The Warranty Period]. Other Spare Parts And Components Shall Be Supplied As Promptly As Possible, But In Any Case Within [insert Appropriate Time Period] Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Insurance – The Goods Supplied Under This Contract Shall Be Fully Insured By The Supplier In A Freely Convertible Currency Against Loss Or Damage Incidental To Manufacture Or Acquisition, Transportation, Storage, And Delivery. The Goods Remain At The Risk And Title Of The Supplier Until Their Final Acceptance By The Procuring Entity. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure In Accordance With Gcc Clause 22. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Patent Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third Party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 10.4 Maintain The Gcc Clause And State Here “not Applicable” Or If Procurement Involves A Foreign-denominated Bid, State "payment Shall Be Made In [insert Currency]. 10.5 State “payment Using Lc Is Not Allowed.” Or If Payment Using Lc Is Allowed, State “the Amount Of Provisional Sum Is ____________ Pesos (php ____________).” [note: The Provisional Sum Shall Not Exceed 10% Of The Abc, And Shall Form Part Of The Abc]. 11.3 State “maintain The Gcc Clause.” Or State “the Terms Of Payment Shall Be As Follows: _____________” 13.4(c) Specify Additional Conditions, If Any, That Must Be Met Prior To The Release Of The Performance Security, Otherwise, State “no Further Instructions”. 16.1 The Inspections And Tests That Will Be Conducted Are: [insert The Applicable Inspections And Tests, If None, State “none”]. 17.3 If The Goods Pertain To Expendable Supplies: Three (3) Months After Acceptance By The Procuring Entity Of The Delivered Goods Or After The Goods Are Consumed, Whichever Is Earlier. If The Goods Pertain To Non-expendable Supplies: One (1) Year After Acceptance By The Procuring Entity Of The Delivered Goods. 17.4 The Period For Correction Of Defects In The Warranty Period Is [insert Number Of Days]. 21.1 State Here “no Additional Provision.” Or, If The Supplier Is A Joint Venture, “all Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity.” Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item No. Description Quantity Unit Of Issue Delivered, Weeks/months For Schedule Of Deliveries, Please Attached Or Consult The End-user 1. 490 Watts Monocystaline ( Canadian Solar /lan Solar 10nos. 10 Pcs 2. Single Core Pv Wire (red) 50 Meters 3. Single Core Pv Wire (black ) 50 Meters 4. 5kwhybrid Solar Inverter 100 Amp. 1 Units 5. Battery Cable 25mm(red&black) Meters 6. Terminal Lugs 1 Set 7. Raillings 20 Pcs . 8. Rail Connector 1 Set 9. Metal Bracket 1 Set 10. Mid Clamps 20 Pcs. 11. End Clamps 8 Pcs 12. Rubber Pads 1 Set 13. Ac Breaker 80 Amp 1 Set 14. Dc Breaker 100 Amp 1 Set 15. Dc Breaker 65 Amp. 1 Set 16. Dc Breaker Sps 65 Amp 1 Set 17. Ac Breaker Spd 65 Amp 1 Set 18. Combine Box Ht -18 1 Set 19. Pvc Conduit ¾” 1 Set 20. Pvc Coupling ¾” 1 Set 21. Pvc Elbow ¾” 1 Set 22. Junction Box Metal 4 Pcs 23. Pvc Clip 1 Lot 24. Grounding Busbar 1 Pc 25. Battery Rack 1 Pc 26. 220 Ah Gel/lif Po4 200ah 1 Set Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured.. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. Technical Specifications Item Specifications Statement Of Compliance Bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidders Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Provisions Of Itb Clause 3.1(a)(ii) And/or Gcc Clause 2.1(a)(ii). Section Viii. Bidding Forms Notes On The Bidding Forms The Bidder Shall Complete And Submit With Its Bid The Bid Form And Price Schedules In Accordance With Itb Clause 15 With The Requirements Of The Bidding Documents And The Format Set Out In This Section. When Requested In The Bds, The Bidder Should Provide The Bid Security, Either In The Form Included Hereafter Or In Another Form Acceptable To The Entity, Pursuant To Itb Clause 18.1. The Contract Agreement Form, When It Is Finalized At The Time Of Contract Award, Should Incorporate Any Corrections Or Modifications To The Accepted Bid Resulting From Price Corrections. The Price Schedule And Schedule Of Requirements Deemed To Form Part Of The Contract Should Be Modified Accordingly. The Performance Securityform And Bank Guarantee Form For Advance Payment Should Not Be Completed By The Bidders At The Time Of Their Bid Preparation. Only The Successful Bidder Will Be Required To Provide Performance Security And Bank Guarantee For Advance Payment In Accordance With One Of The Forms Indicated Herein Or In Another Form Acceptable To The Procuring Entity And Pursuant To Gcc Clause 13 And Its Corresponding Scc Provision. The Sworn Affidavit Must Be Completed By All Bidders In Accordance With Itb Clause 4.2. Failure To Do So And Submit It With The Bid Shall Result In The Rejection Of The Bid And The Bidder’s Disqualification. Table Of Contents Bid Form 77 Contract Agreement Form 81 Omnibus Sworn Statement 83 Bank Guarantee Form For Advance Payment 86 Bid Securing Declaration Form ……………………………………………87 Bid Form Date: Invitation To Bid No: To: Barangay San Carlos Tukuran, Zamboanga Del Sur Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To [supply/deliver/perform] [description Of The Goods] In Conformity With The Said Bidding Documents For The Sum Of [total Bid Amount In Words And Figures] Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 18.27.1 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Name Of Project Of The Name Of The Procuring Entity][for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Name Of Project Of The Name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ For Goods Offered From Abroad Name Of Bidder . Invitation To Bid Number __. Page Of . 1 2 3 4 5 6 7 8 9 Item Description Country Of Origin Quantity Unit Price Cif Port Of Entry (specify Port) Or Cip Named Place (specify Border Point Or Place Of Destination) Total Cif Or Cip Price Per Item (col. 4 X 5) Unit Price Delivered Duty Unpaid (ddu) Unit Price Delivered Duty Paid (ddp) Total Price Delivered Ddp (col 4 X 8) [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ For Goods Offered From Within The Philippines Name Of Bidder . Invitation To Bid Number . Page Of . 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Contract Agreement Form This Agreement Made The _____ Day Of __________ 20_____ Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Supplier’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g. Bidder’s Response To Clarifications On The Bid), Including Corrections To The Bid Resulting From The Procuring Entity’s Bid Evaluation; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; (f) The Performance Security; And (g) The Entity’s Notice Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier). Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder]is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship:the Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ * This Form Will Not Apply For Wb Funded Projects. Bank Guarantee Form For Advance Payment To: [name And Address Of Procuring Entity] [name Of Contract] Gentlemen And/or Ladies: In Accordance With The Payment Provision Included In The Special Conditions Of Contract, Which Amends Clause 10 Of The General Conditions Of Contract To Provide For Advance Payment, [name And Address Of Supplier] (hereinafter Called The “supplier”) Shall Deposit With The Procuring Entity A Bank Guarantee To Guarantee Its Proper And Faithful Performance Under The Said Clause Of The Contract In An Amount Of [amount Of Guarantee In Figures And Words]. We, The [bank Or Financial Institution], As Instructed By The Supplier, Agree Unconditionally And Irrevocably To Guarantee As Primary Obligator And Not As Surety Merely, The Payment To The Procuring Entity On Its First Demand Without Whatsoever Right Of Objection On Our Part And Without Its First Claim To The Supplier, In The Amount Not Exceeding [amount Of Guarantee In Figures And Words]. We Further Agree That No Change Or Addition To Or Other Modification Of The Terms Of The Contract To Be Performed Thereunder Or Of Any Of The Contract Documents Which May Be Made Between The Procuring Entity And The Supplier, Shall In Any Way Release Us From Any Liability Under This Guarantee, And We Hereby Waive Notice Of Any Such Change, Addition, Or Modification. This Guarantee Shall Remain Valid And In Full Effect From The Date Of The Advance Payment Received By The Supplier Under The Contract Until [date]. Yours Truly, Signature And Seal Of The Guarantors [name Of Bank Or Financial Institution] [address] [date] Bid Securing Declaration Form Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid:[insert Reference Number] To: [insert Name And Address Of The Procuring Entity] I/we , The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bidsecuring Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Section Ix. Foreign-assisted Projects Notes On Foreign-assisted Projects This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information For Foreign-assisted Projects Of The Asian Development Bank (adb), The Japan International Cooperation Agency (jica), And The World Bank. (a) If The Funding Source Is Adb, The Procuring Entity Should Use The Adb Bid Data Sheet And The Adb Special Conditions Of Contract.. (b) If The Funding Source Is Jica, The Procuring Entity Should Use Section Iii. Bid Data Sheet And Section V. Special Conditions Of Contract, Both Of The Gop. (c) If The Funding Source Is World Bank, The Procuring Entity Should Use The World Bank Bid Data Sheet And The World Bank Special Conditions Of Contract Of The Gop. The Procuring Entity Shall Use These Pbds With Minimum Changes As Necessary To Address Project-specific Conditions. Any Such Changes Shall Be Introduced Only Through The Bid Data Sheet Or Through The Special Conditions Of Contract, And Not By Introducing Changes In The Standard Wording Of The Instructions To Bidders And The General Conditions Of Contract. The Procuring Entity Shall Allow The Bidders Sufficient Time To Study The Bidding Documents, Prepare And Complete Responsive Bids, And Submit Their Bids. A Period Of At Least Twenty (20) Days For Bid Preparation Shall Be Required. Notes On The Invitation To Bid The Invitation To Bid Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Invitation To Bid Shall Be: (a) Advertised At Least Once In A Newspaper Of General Nationwide Circulation Which Has Been Regularly Published For At Least Two (2) Years Before The Date Of Issue Of The Advertisement, Subject To Sections 21.2.1 (c) Of The Irr Of R.a. 9184 ; (b) Posted Continuously In The Philippine Government Electronic Procurement System (philgeps) Website, The Website Of The Procuring Entity Concerned, If Available, And The Website Prescribed By The Foreign Government/foreign Or International Financing Institution, If Applicable, From The Time The Invitation To Bidis Advertised Until The Deadline For The Submission And Receipt Of Bids; And (c) Posted At Any Conspicuous Place Reserved For This Purpose In The Premises Of The Procuring Entity Concerned From The Time The Invitation To Bidis Advertised Until The Deadline For The Submission And Receipt Of Bids, As Certified By The Head Of The Bids And Awards Committee (bac) Secretariat Of The Procuring Entity Concerned. Apart From The Essential Items Listed In The Bidding Documents, The Invitation To Bid Should Also Indicate The Following: (a) The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Invitation To Bidis 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 Invitation To Bid Should Be Incorporated Into The Bidding Documents. The Information Contained In The Invitation To Bid Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bds. Notes On The Bid Data Sheet This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To The Corresponding Clauses In The Itb, And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, The Applicable Rules Regarding Bid Price And Currency, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing This Section, The Following Aspects Should Be Checked: (a) Information That Specifies And Complements Provisions Of Section Ii. Instructions To Bidders Must Be Incorporated. (b) Amendments And/or Supplements, If Any, To Provisions Of Section Ii. Instructions To Bidders As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Notes On The Special Conditions Of The Contract Similar To The Section Iii. Bid Data Sheet, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc. The Provisions Of This Section Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Procured. In Preparing This Section, The Following Aspects Should Be Checked: (a) Information That Complements Provisions Of Section Iv. General Conditions Of Contract Must Be Incorporated. (b) Amendments And/or Supplements To Provisions Of Section Iv. General Conditions Of Contract, As Necessitated By The Circumstances Of The Specific Project, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of Section Iv. General Conditions Of Contract Should Be Incorporated Herein. Table Of Contents Invitation To Bid For Foreign-assisted Projects Error! Bookmark Not Defined. Asian Development Bank Bid Data Sheet Error! Bookmark Not Defined. Asian Development Bank Special Conditions Of Contract Error! Bookmark Not Defined. World Bank Bid Data Sheet Error! Bookmark Not Defined. World Bank Special Conditions Of Contract Error! Bookmark Not Defined. Invitation To Bid For Foreign-assisted Projects [letterhead Of The Procuring Entity] Invitation To Bid For [insert Name Of Project] 1. The Government Of The Philippines (gop) [has Received/has Applied For/intends To Apply For] A [loan/grant] From The [state The Foreign Government/foreign Or International Financing Institution, (e.g. Asian Development Bank, Japan International Cooperative Agency, Or World Bank)] Toward The Cost Of [insert Name Of Project], And It Intends To Apply Part Of The Proceeds Of This [loan/grant] To Payments Under The Contract For [insert Name/no. Of Contract]. Select This For Lot-procurement: The Government Of The Philippines (gop) [has Received/has Applied For/intends To Apply For] A [loan/grant] From The [state The Foreign Government/foreign Or International Financing Institution, (e.g. Asian Development Bank, Japan International Cooperative Agency, Or World Bank)] Toward The Cost Of [insert Name Of Project], And It Intends To Apply Part Of The Proceeds Of This [loan/grant] To Payments Under The Contract For [insert Name/no. Of Contract] For Lot [insert Number And Identification Of Lot]. 2. The [insert Name Of Procuring Entity] Now Invites Bids For [insert Brief Description Of Goods To Be Procured]. Delivery Of The Goods Is Required [insert The Required Delivery Date Or Expected Contract Duration]. Bidders Should Have Completed, Within [insert Relevant Period] 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 Sub-section 5, Section Ii. Instructions To Biddersand The Corresponding {[insert Asian Development Bank Or World Bank, As Appropriate]} Bid Data Sheet. 3. Bidding Will Be Conducted In Accordance With Relevant Procedures For Open Competitive Bidding As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”, With Some Amendments, As Stated In These Bidding Documents And Is Open To All Bidders From Eligible Source Countries As Defined In The Applicable Procurement Guidelines Of The [state The Foreign Government/foreign Or International Financing Institution Concerned (e.g. Asian Development Bank, Japan International Cooperation Agency, Or World Bank)]. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. The Approved Budget For The Contract (abc) {in Case Of Lot-procurement, Insert: “for Lot [insert Number And Identification]}is [insert Here The Amount Of The Abc]. [if Adb-funded Project, Abc May Be Published, But It Shall Not Be Stated Or Implied That Bid Prices May Not Exceed Abc.] 4. Interested Bidders May Obtain Further Information From [insert Name Of The Procuring Entity] And Inspect The Bidding Documents At The Address Given Below During [insert Office Hours]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [insert Date Of Availability Of Bidding Documents] From The Address Below{[insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb , In The Amount Of [insert Amount In Pesos]. 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 Issues 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.} It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) {[insertand The Website Of The Procuring Entity, As Applicable]} Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The [insert Name Of The Procuring Entity] Will Hold A Pre-bid Conference On [insert Time And Date] At [insert Address For Pre-bid Conference, If Applicable], Which Shall Beopen To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before [insert Time And Date]. All Bids Must Be Accompanied By A Bid Security In The Amount Of __________ In [insert The Acceptable Form]. Bid Opening Shall Be On [insert Time And Date] At [insert Address For Bid Opening]. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity] 9. The [insert Name Of The Procuring Entity] Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: [insert Name Of Officer] [insert Name Of Office] [insert Postal Address] And/or [insert Street Address] [insert Telephone Number, Indicate City Code] [insert Contact’s Email Address] [insert Facsimile Number] [insert Website Address, If Applicable] _________________________________ [insert Name And Signature Of The Bac Chairperson Or The Authorized Representative Of The Bac Chairperson] Asian Development Bank Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is[insert Name Of Procuring Entity] 1.2 The Lot(s) And Reference Is/are: [insert Name] 2 The Funding Source Is Theasian Development Bank (adb) Through [indicate The Loan/grant/financing No.] In The Amount Of [insert Amount Of Funds]. The Name Of The Project Is: [insert The Name Of The Project] Payments By The Foreign Funding Source Will Be Made Only At The Request Of The Procuring Entity And Upon Approval By The Funding Source In Accordance With The Terms And Conditions Of Loan{[or Grant, Or Financing]} Agreement No. _________ (hereinafter Called The "financing Agreement"), And Will Be Subject In All Respect To The Terms And Conditions Of That Financing Agreement And The Applicable Law. No Party Other Than The Procuring Entity Shall Derive Any Rights From The Financing Agreement Or Have Any Claim To The Funds. 3.1 Adb’s Anticorruption Policy Requires Borrowers (including Beneficiaries Of Adb-financed Activity), As Well As Bidders, Suppliers, And Contractors Under Adb-financed Contracts, Observe The Highest Standard Of Ethics During The Procurement And Execution Of Such Contracts. In Pursuance Of This Policy, Adb (a) Defines, For The Purposes Of This Provision, The Terms Set Forth Below As Follows: (i) “corrupt Practice” Means The Offering, Giving, Receiving, Or Soliciting, Directly Or Indirectly, Anything Of Value To Influence Improperly The Actions Of Another Party; (ii) “fraudulent Practice” Means Any Act Or Omission, Including A Misrepresentation, That Knowingly Or Recklessly Misleads, Or Attempts To Mislead, A Party To Obtain A Financial Or Other Benefit Or To Avoid An Obligation; (iii) “coercive Practice” Means Impairing Or Harming, Or Threatening To Impair Or Harm, Directly Or Indirectly, Any Party Or The Property Of The Party To Influence Improperly The Actions Of A Party; (iv) “collusive Practice” Means An Arrangement Between Two Or More Parties Designed To Achieve An Improper Purpose, Including Influencing Improperly The Actions Of Another Party; (v) “obstructive Practice” Means (a) Deliberately Destroying, Falsifying, Altering, Or Concealing Of Evidence Material To An Adb Investigation; (b) Making False Statements To Investigators In Order To Materially Impede An Adb Investigation; (c) Failing To Comply With Requests To Provide Information, Documents Or Records In Connection With An Office Of Anticorruption And Integrity (oai) Investigation; (d) Threatening, Harassing, Or Intimidating Any Party To Prevent It From Disclosing Its Knowledge Of Matters Relevant To The Investigation Or From Pursuing The Investigation; Or (e) Materially Impeding Adbʼs Contractual Rights Of Audit Or Access To Information; And (vi) “integrity Violation" Is Any Act Which Violates Adb’s Anticorruption Policy, Including (i) To (v) Above And The Following: Abuse, Conflict Of Interest, Violations Of Adb Sanctions, Retaliation Against Whistleblowers Or Witnesses, And Other Violations Of Adb's Anticorruption Policy, Including Failure To Adhere To The Highest Ethical Standard. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has, Directly Or Through An Agent, Engaged In Corrupt, Fraudulent, Collusive, Coercive, Or Obstructive Practices Or Other Integrity Violations In Competing For The Contract; (c) Will Cancel The Portion Of The Financing Allocated To A Contract If It Determines At Any Time That Representatives Of The Borrower Or Of A Beneficiary Of Adb-financing Engaged In Corrupt, Fraudulent, Collusive, Coercive, Or Obstructive Practices Or Other Integrity Violations During The Procurement Or The Execution Of That Contract, Without The Borrower Having Taken Timely And Appropriate Action Satisfactory To Adb To Remedy The Situation; (d) Will Impose Remedial Actions On A Firm Or An Individual, At Any Time, In Accordance With Adb’s Anticorruption Policy And Integrity Principles And Guidelines (both As Amended From Time To Time), Including Declaring Ineligible, Either Indefinitely Or For A Stated Period Of Time, To Participate In Adb-financed, Administered, Or Supported Activities Or To Benefit From An Adb-financed, Administered, Or Supported Contract, Financially Or Otherwise, If It At Any Time Determines That The Firm Or Individual Has, Directly Or Through An Agent, Engaged In Corrupt, Fraudulent, Collusive, Coercive, Or Obstructive Practices Or Other Integrity Violations; And (e) Will Have The Right To Require That A Provision Be Included In Bidding Documents And In Contracts Financed By Adb, Requiring Bidders, Suppliers And Contractors To Permit Adb Or Its Representative To Inspect Their Accounts And Records And Other Documents Relating To The Bid Submission And Contract Performance And To Have Them Audited By Auditors Appointed By Adb. 5.1 Eligible Bidders Are As Described In Adb Procurement Guidelinesas Stated In The Financing Agreementand As Described On Asian Development Bank’s Web Page Www.adb.org. An Eligible Bidder Shall Be Deemed To Have The Nationality Of A Country If It Is A Citizen Or Constituted Or Incorporated, And Operates In Conformity With The Provisions Of The Laws Of That Country. 5.2 Eligible Bidders Are As Described In Adb Procurement Guidelinesas Stated In The Financing Agreementand As Described On Asian Development Bank’s Web Page Www.adb.org. 5.4 Instruction Is The Same As The Gop Bid Data Sheet 7 Eligible Goods And Services Shall Have Their Origin In Eligible Source Countries As Described In Adb Procurement Guidelines As Stated In The Financing Agreement And As Described On Asian Development Bank’s Web Page Www.adb.org. For The Purpose Of This Clause, Origin Means The Country Where The Goods Have Been Grown In, Mined, Cultivated, Produced, Manufactured, Or Processed; Or Through Manufacture, Processing, Or Assembly, Another Commercially Recognized Article Results That Differs Substantially In Its Basic Characteristics From Its Imported Components. 8.1 Instruction Is The Same As The Gop Bid Data Sheet 8.2 Instruction Is The Same As The Gop Bid Data Sheet 9.1 Instruction Is The Same As The Gop Bid Data Sheet 10.1 Instruction Is The Same As The Gop Bid Data Sheet 12.1 The First Envelope Shall Contain The Following Eligibility And Technical Documents: A. Eligibility Requirements I. Registration Certification Of The Company; Ii. List And Copy Of Relevant Contracts That Comply To The Experience Requirement As Specified In Itb Clause 5.4; Iii. Audited Financial Statement For The Past Two Years; Iv. Committed Line Of Credit From A Universal Or Commercial Bank, In Accordance With Itb Clause 5.5 V. In Case Of Joint Venture, The Jv Agreement, If Existing, Or A Signed Statement From The Partner Companies That They Will Enter Into A Jv In Case Of Award Of Contract; B. Technical Documents Vi. Bid Security Or Bid Securing Declaration As Required In The Itb 18; Vii. Conformity With The Technical Specifications, As Enumerated And Specified In Sections Vi And Vii Of The Bidding Documents; Viii. Sworn Statement In Accordance With Section 25.3 Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Viii. Bidding Forms. Foreign Bidders May Submit The Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder. 12.1(a)(ii) Instruction Is The Same As The Gop Bid Data Sheet 13.1 Instruction Is The Same As The Gop Bid Data Sheet 13.1(b) Domestic Preference Is Not Applicable 13.1(c) Instruction Is The Same As The Gop Bid Data Sheet 13.2 Abc Does Not Apply As Ceiling For Bid Prices 15.4(a)(iv) Instruction Is The Same As The Gop Bid Data Sheet 15.4(b) Instruction Is The Same As The Gop Bid Data Sheet 16.1(b) Instruction Is The Same As The Gop Bid Data Sheet 16.3 Instruction Is The Same As The Gop Bid Data Sheet 17.1 Instruction Is The Same As The Gop Bid Data Sheet 18.1 Instruction Is The Same As The Gop Bid Data Sheet 18.2 Instruction Is The Same As The Gop Bid Data Sheet 20.3 Instruction Is The Same As The Gop Bid Data Sheet 21 Instruction Is The Same As The Gop Bid Data Sheet 24.1 The Bac Shall Open The Bids In Public On [insert Date And Time Of Bid Opening], At [insert Place Of Bid Opening]. The Time For The Bid Opening Shall Be The Same As The Deadline For Receipt Of Bids Or Promptly Thereafter. Rescheduling The Date Of The Opening Of Bids Shall Not Be Considered Except For Force Majeure, Such As Natural Calamities. In Re-scheduling The Opening Of Bids, The Bac Shall Issue A Notice Of Postponement To Be Posted At The Philgeps And The Procuring Entity’s Websites. 24.2 During Bid Opening, If The First Envelope Lacks Any Of The Documents Listed In The Adb Bds 12.1, The Bid Shall Be Declared Non-responsive But The Documents Shall Be Kept By The Procuring Entity. Only The Unopened Second Envelope Shall Be Returned To The Bidder. 24.3 The Bac Shall Immediately Open The Financial Proposals In The Second Envelope Of The Responsive Bids. The Bid Price Shall Be Read And Recorded. 27.1 Domestic Preference Is Not Applicable 28.3(a) Instruction Is The Same As The Gop Bid Data Sheet 28.3(b) Instruction Is The Same As The Gop Bid Data Sheet 28.4 Abc Does Not Apply As Ceiling For Bid Prices 29.2 Instruction Is The Same As The Gop Bid Data Sheet 32.4(f) Instruction Is The Same As The Gop Bid Data Sheet Asian Development Bank Special Conditions Of Contract The Adb Adopts The Provisions Of The Special Conditions Of Contract Of The Gop As Contained In The Harmonized Philippine Bidding Documents Dated ________, Except Gcc Clause 1.1(j) (funding Source) And Gcc Clause 2.1 (corrupt, Fraudulent, Collusive, And Coercive Practices) Which Shall Read As Follows: Scc Clause 1.1(j) The Funding Source Is The Asian Development Bank (adb) Through [indicate The Loan/grant/financing No.] In The Amount Of [insert Amount Of Funds]. 2.1 Adb’s Anticorruption Policy Requires Borrowers (including Beneficiaries Of Adb-financed Activity), As Well As Bidders, Suppliers, And Contractors Under Adb-financed Contracts, Observe The Highest Standard Of Ethics During The Procurement And Execution Of Such Contracts. In Pursuance Of This Policy, Adb (a) Defines, For The Purposes Of This Provision, The Terms Set Forth Below As Follows: (i) “corrupt Practice” Means The Offering, Giving, Receiving, Or Soliciting, Directly Or Indirectly, Anything Of Value To Influence Improperly The Actions Of Another Party; (ii) “fraudulent Practice” Means Any Act Or Omission, Including A Misrepresentation, That Knowingly Or Recklessly Misleads, Or Attempts To Mislead, A Party To Obtain A Financial Or Other Benefit Or To Avoid An Obligation; (iii) “coercive Practice” Means Impairing Or Harming, Or Threatening To Impair Or Harm, Directly Or Indirectly, Any Party Or The Property Of The Party To Influence Improperly The Actions Of A Party; (iv) “collusive Practice” Means An Arrangement Between Two Or More Parties Designed To Achieve An Improper Purpose, Including Influencing Improperly The Actions Of Another Party; (v) “obstructive Practice” Means (a) Deliberately Destroying, Falsifying, Altering, Or Concealing Of Evidence Material To An Adb Investigation; (b) Making False Statements To Investigators In Order To Materially Impede An Adb Investigation; (c) Failing To Comply With Requests To Provide Information, Documents Or Records In Connection With An Office Of Anticorruption And Integrity (oai) Investigation; (d) Threatening, Harassing, Or Intimidating Any Party To Prevent It From Disclosing Its Knowledge Of Matters Relevant To The Investigation Or From Pursuing The Investigation; Or (e) Materially Impeding Adbʼs Contractual Rights Of Audit Or Access To Information; And (vi) “integrity Violation" Is Any Act Which Violates Adb’s Anticorruption Policy, Including (i) To (v) Above And The Following: Abuse, Conflict Of Interest, Violations Of Adb Sanctions, Retaliation Against Whistleblowers Or Witnesses, And Other Violations Of Adb's Anticorruption Policy, Including Failure To Adhere To The Highest Ethical Standard. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has, Directly Or Through An Agent, Engaged In Corrupt, Fraudulent, Collusive, Coercive, Or Obstructive Practices Or Other Integrity Violations In Competing For The Contract; (c) Will Cancel The Portion Of The Financing Allocated To A Contract If It Determines At Any Time That Representatives Of The Borrower Or Of A Beneficiary Of Adb-financing Engaged In Corrupt, Fraudulent, Collusive, Coercive, Or Obstructive Practices Or Other Integrity Violations During The Procurement Or The Execution Of That Contract, Without The Borrower Having Taken Timely And Appropriate Action Satisfactory To Adb To Remedy The Situation; And (d) Will Impose Remedial Actions On A Firm Or An Individual, At Any Time, In Accordance With Adb’s Anticorruption Policy And Integrity Principles And Guidelines (both As Amended From Time To Time), Including Declaring Ineligible, Either Indefinitely Or For A Stated Period Of Time, To Participate In Adb-financed, Administered, Or Supported Activities Or To Benefit From An Adb-financed, Administered, Or Supported Contract, Financially Or Otherwise, If It At Any Time Determines That The Firm Or Individual Has, Directly Or Through An Agent, Engaged In Corrupt, Fraudulent, Collusive, Coercive, Or Obstructive Practices Or Other Integrity Violations. World Bank Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is[insert Name Of Purchasing Organization] 1.2 The Lot(s) And Reference Is/are: [insert Name] 2 The Funding Source Is The World Bank Through [indicate The Loan/grant No.] In The Amount Of [insert Amount Of Funds]. The Name Of The Project Is: [insert The Name Of The Project] 3.1 The World Bank Guidelines On Anti-corruption, As Stated In The Loan Agreement And As Annexed To The World Bank Standard Conditions Of Contract, Shall Be Adopted. 5.1 Nofurther Instruction. 5.2 The Loan/grant Agreement Provides That Procurement Shall Follow The Bank’s Procurement Guidelines And Section 1.8 Thereof Permits The Participation Of Firm From All Countries Except For Those Mentioned In Section 1.10 Thereof.”. 5.4 Instruction Is The Same As The Gop Bid Data Sheet 7 Instruction Is The Same As The Gop Bid Data Sheet 8.1 Instruction Is The Same As The Gop Bid Data Sheet 8.2 Instruction Is The Same As The Gop Bid Data Sheet 9.1 Instruction Is The Same As The Gop Bid Data Sheet 10.1 Instruction Is The Same As The Gop Bid Data Sheet 12.1 During Bid Opening, If The First Bid Envelope Lacks Any Of The Following Documents, The Bid Shall Be Declared Non-responsive. The First Envelope Shall Contain The Following Eligibility And Technical Documents: A. Eligibility Requirements I. Registration Certification Of The Company; Ii. List Of Relevant Contracts That Comply To Experience Requirement As Specified In Itb Clause 5.4; Iii. Audited Financial Statement For The Past 2 Years; Iv. Line Of Credit From A Universal Or Commercial Bank, In Accordance With Itb Clause 5.5; V. In Case Of Joint Venture, The Jv Agreement, If Existing, Or A Signed Statement From The Partner Companies That They Will Enter Into A Jv In Case Of Award Of Contract. B. Technical Document V. Bid Security Or Bid Securing Declaration As Required In Itb 18; Vi. Conformity With The Technical Specifications, As Enumerated And Specified In Sections Vi And Vii Of The Bidding Documents; Vii. Sworn Statement In Accordance With Section 25.3 Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Viii. Bidding Forms. Foreign Bidders May Submit The Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder. 12.1(a)(ii) Instruction Is The Same As The Gop Bid Data Sheet 13.1 Instruction Is The Same As The Gop Bid Data Sheet 13.1(b) Domestic Preference Is Not Applicable. 13.2 Abc Does Not Generally Apply As A Ceiling For Bid Prices. However,subject To Prior Concurrence Of The World Bank, A Ceiling May Be Applied To Bid Prices Provided The Following Conditions Are Met: A) Bidding Documents Are Obtainable Free Of Charge On A Freely Accessible Website. If Payment Of Bidding Documents Is Required By The Procuring Entity, Payment Could Be Made Upon The Submission Of Bids. B) The Procuring Entity Has Procedures In Place To Ensure That The Abc Is Based On Recent Estimates Made By The Engineer Or The Responsible Unit Of The Procuring Entity And That The Estimates Are Based On Adequate Detailed Engineering (in The Case Of Works) And Reflect The Quality, Supervision And Risk And Inflationary Factors, As Well As Prevailing Market Prices, Associated With The Types Of Works Or Goods To Be Procured. C) The Procuring Entity Has Trained Cost Estimators On Estimating Prices And Analyzing Bid Variances. In The Case Of Infrastructure Projects, The Procuring Entity Must Also Have Trained Quantity Surveyors. D) The Procuring Entity Has Established A System To Monitor And Report Bid Prices Relative To Abc And Engineer’s/procuring Entity’s Estimate. E) The Procuring Entity Has Established A Monitoring And Evaluation System For Contract Implementation To Provide A Feedback On Actual Total Costs Of Goods And Works. 15.4(a)(iv) Instruction Is The Same As The Gop Bid Data Sheet 15.4(b) Instruction Is The Same As The Gop Bid Data Sheet 16.1(b) Instruction Is The Same As The Gop Bid Data Sheet 16.3 Instruction Is The Same As The Gop Bid Data Sheet 17.1 Instruction Is The Same As The Gop Bid Data Sheet 18.1 Instruction Is The Same As The Gop Bid Data Sheet 18.2 Instruction Is The Same As The Gop Bid Data Sheet 20.3 Instruction Is The Same As The Gop Bid Data Sheet 21 Instruction Is The Same As The Gop Bid Data Sheet 24.1 The Bac Shall Open The Bids In Public On [insert Date And Time Of Bid Opening], At [insert Place Of Bid Opening]. The Time For The Bid Opening Shall Be The Same As The Deadline For Receipt Of Bids Or Promptly Thereafter. Rescheduling The Date Of The Opening Of Bids Shall Not Be Considered Except For Force Majeure, Such As Natural Calamities. In Re-scheduling The Opening Of Bids, The Bac Shall Issue A Notice Of Postponement To Be Posted At The Philgeps And The Procuring Entity’s Websites. 24.2 During Bid Opening, If The First Envelope Lacks Any Of The Documents Listed In World Bank Bds 12.1, The Bid Shall Be Declared Non-responsive But The Documents Shall Be Kept By The Procuring Entity. 24.3 The Financial Proposals In The Second Envelope Of All The Bidders Shall Be Read For Record Purposes. The First And Second Envelopes Shall Not Be Returned To The Bidders. 27.1 No Domestic Preference Is Applicable. 28.3(a) Instruction Is The Same As The Gop Bid Data Sheet 28.3(b) Instruction Is The Same As The Gop Bid Data Sheet 28.4 Follow Clause Itb No. 13.2 On Whether Abc As A Price Ceiling Will Apply. 29.2 Instruction Is The Same As The Gop Bid Data Sheet 32.4(f) Instruction Is The Same As The Gop Bid Data Sheet World Bank Special Conditions Of Contract The World Bank Adopts The Provisions Of The Special Conditions Of Contract Of The Gop As Contained In The Harmonized Philippine Bidding Documents Dated ________, Except Gcc Clause 2.1 (corrupt, Fraudulent, Collusive, And Coercive Practices) Which Shall Read As Follows: Scc Clause 1.1(j) The World Bank Is The Funding Source Through Loan Agreement No._____ 1.1(k) Instruction Is The Same As The Gop Scc 2.1 Adopted Is Guidelines On Preventing And Combating Fraud And Corruption In Projects Financed By Ibrd Loans And Ida Credits And Grants Dated October 15, 2006 And Revised In January 2011, That Is Annex To The Scc. 6.2 Instruction Is The Same As The Gop Scc 10.4 Instruction Is The Same As The Gop Scc 10.5 Instruction Is The Same As The Gop Scc 11.3 Instruction Is The Same As The Gop Scc 13.4(c) Instruction Is The Same As The Gop Scc 16.1 Instruction Is The Same As The Gop Scc 17.3 Instruction Is The Same As The Gop Scc 17.4 Instruction Is The Same As The Gop Scc 21.1 Instruction Is The Same As The Gop Scc
Closing Date23 Jan 2025
Tender AmountPHP 396 K (USD 6.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: (i) 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; Offers Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) The Solicitation Number 36c26225q0271 Is Issued As A Request For Quotation (rfq).
(iii) The Provisions And Clauses In This Document Are In Effect Through The Federal Acquisition Circular.
(iv) This Solicitation Is Set Aside For All Service-disabled Veteran-owned Small Businesses (sdvosb) Using Naics
Code 339112 Having A Size Standard Of 1000 Employees. This Solicitation Is For A Brand Name Or Equal.
formatting:
all Solicitations Shall Include The Following Statement:
691 - 36c26225q0271 Versa Table
quotes Shall Provide The Following Information.
quotes Received Without This Information Will Be Marked As Non-responsive.
your Quote Should Include The Standard Delivery Cost For Shipment Of The All The Items And Any Installation As All Inclusive (if Required).
quotes Shall Be Submitted On Company Letterhead As A Single Document.
no Other Documents Or Information Shall Be Attached To The Quote.
company
name:
address:
phone Number:
point Of Contact:
name:
email:
phone Number:
sam Unique Entity Id
if Applicable, Provide Your Company Fss Contract Number
company Business Size (large, Sdvosb, Small, Etc.)
firm Delivery Date/time Frame.
separate Documents (required)
provide An Authorized Distributor/reseller Letter For The Items
submit Your Capabilities Statement
(v) Product Information:
brand Name Information:
manufacturer & Part Number: Ultrascan Versa Table - 8000_uv, 8000 Ultrascan
type: Ultrasound Table
possible Capabilities: Ultrasound Table
equal To Product Information:
main Component: Versa Table
possible Capabilities: Ultrasound Table
brand Name Items Are Listed Solely For A Comparison For The Brand Name Or Equal Purchase Request.
095 1 Ultrascan Versa Table; Includes 3 Ea
Product Id - 8000_uv, 8000 Ultrascan
Versa Individual Locking Caster Base.
15604 2 Iv Pole And Brackets 3 Ea
15819 3 Removable Safety Handrails With
Hideaway Brackets 3 Ea
Total Cost: $
(vi) The Us Government, Veterans Affairs (va) Seeks To Make A Procurement For 3 Ea Versa Tables Including Delivery.
offeror Quotations Must Demonstrate Meeting The Salient Physical, Functional, Or Performance Characteristics Specified In This Solicitation, Otherwise It Will Be Considered Non-responsive. The Technical Specifications For This Requirement Are Listed For Brand Name Or Equal Per
far 52.211-6.
the Information Identified Provided Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality That Will Be Satisfactory. The Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Provide The Brand Name Or Equal To Supplies Being Requested.
statement Of Work
1. Background. The Va Phoenix Healthcare System Has A Requirement To Acquire
3 Ea Versa Tables Including Delivery.
2. Scope. The Vendor Is To Deliver All Items As Required Per This Solicitation.
3. Place Of Delivery
department Of Veterans Affairs
va Phoenix Healthcare System
650 East Indian School Road
receiving Warehouse
phoenix, Az 85012-1839
4. Period Of Performance/delivery Timeframe
deliver All Items On Or Before 90 Days Aro.
salient Characteristics
shall Have A Locking And Fully Adjustable Back And Ottoman Recline Position.
shall Have An Adjustable Flip-up Arm Rests On Both Sides.
shall Be Compatible With Golvo Patient Lifts.
must Have Centrally Located Wheel Lock And Steer Component.
shall Have Non-porous Vinyl Cffa-healthcare-201: Certified Fabric.
shall Have A Side Hood And/or A Pole Accessory
seat Height Must Be Between 17-19 Inches.
(viii) The Provision At 52.212-1, Instructions To Offerors Commercial Items, Applies To This Solicitation.
far 52.212-1 Addendum:
all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email No Later Than 01/03/2025, 4:00 Pm Pst. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Late, Marked As Non-responsive And Will Not Be Considered For Award. All Questions Regarding This Solicitation Must Be Received Electronically Through Email No Later Than 12/31/2024, 4:00 Pm Pst.
Offers And Questions Shall Be Sent By Email To John Harrison At John.harrison2@va.gov
(ix) The Provision At Far 52.212-2, Evaluation -- Commercial Items (oct 2014), Applies To This Solicitation.
far 52.212-2 Addendum / Replacement:
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsive And 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:
technical Acceptability Shall Be Established By Review Of Each Submitted Quote,
attachments, And/or Information By The Designated Technical Evaluator/s And Verification That Any Brand Name Or Equal To Items" At A Minimum Meet The Salient Characteristics Outlined In Section Salient Characteristics Of This Solicitation. No Other Rating Or Quantitative Value Other Than Acceptable Or Unacceptable Will Be Assigned.
award Will Be Made To The Offer That Meets All Minimum Requirements And Provides The Lowest Price.
acceptability Of Equipment/services Shall Be Established By Review Of Each Submitted Quotation By The Designated Evaluator(s) And Verification That Any Equal-to Items Meet The Statement Of Work/salient Characteristics Included In This Solicitation. Submissions To This Solicitation Must Show Clear, Compelling, And Convincing Evidence That Equal-to Items Meet Statement Of Work/ Salient Characteristics. Offers That Include Any Items That Are Not Determined As Brand Name Or Equal Shall Result In An Unacceptable Offer. See 52.211-6 Brand Name Or Equal For Additional Information.
far 52.211-6 Brand Name Or Equalâ (aug 1999)
(a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation.
(b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must-
(1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation;
(2)â clearly Identify The Item By-
(i)â brand Name, If Any; And
(ii)â make Or Model Number;
(3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And
(4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications.
(c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer.
(d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation.
(end Of Provision)
(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 With A Minimum Of At Least Sixty Days, 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 There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
(end Of Provision)
(x) Must Include A Completed Copy Of The Provision At 52.212-3 -- Offeror Representations And Certifications -- Commercial Items, With This Solicitation Or Ensure Sam.gov Is Updated With Current Information.
(xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition.
authorized Distributor Letter (adl)
any Suppliers, Distributors And/or Resellers Who Participate In This Solicitation, Must Be Authorized To Provide The Supplies By The Original Equipment Manufacturer (oem). An Authorized Distributor Letter (adl) From The Manufacturer Shall Be Included With Your Response To Be Considered For Award.
if The Potential Authorized Supplier Is Not The Oem, The Authorized Supplier Must Provide An Authorized Distributor Letter From The Oem Signed Within The Last 90 Days. The Letter Must Either State Specific Product(s) Quoted Or That The Quoter Is An Authorized Distributor For All Of The Manufacturer S Products. This Letter Must Be On The Manufacturer S Letterhead And Contain The Signature Of An Authorized Official For The Manufacturer.
52.212-4 Contract Terms And Conditions Commercial Items (oct 2018)
(a) Inspection/acceptance. The Contractor Shall Only Tender For Acceptance Those Items That Conform To The Requirements Of This Contract. The Government Reserves The Right To Inspect Or Test Any Supplies Or Services That Have Been Tendered For Acceptance. The Government May Require Repair Or Replacement Of Nonconforming Supplies Or Reperformance Of Nonconforming Services At No Increase In Contract Price. If Repair/replacement Or Reperformance Will Not Correct The Defects Or Is Not Possible, The Government May Seek An Equitable Price Reduction Or Adequate Consideration For Acceptance Of Nonconforming Supplies Or Services. The Government Must Exercise Its Post-acceptance Rights
(1) Within A Reasonable Time After The Defect Was Discovered Or Should Have Been Discovered; And
(2) Before Any Substantial Change Occurs In The Condition Of The Item Unless The Change Is Due To The Defect In The Item.
(b) Assignment. The Contractor Or Its Assignee May Assign Its Rights To Receive Payment Due As A Result Of Performance Of This Contract To A Bank, Trust Company, Or Other Financing Institution, Including Any Federal Lending Agency In Accordance With The Assignment Of Claims Act (31 U.s.c. 3727). However, When A Third Party Makes Payment (e.g., Use Of The Governmentwide Commercial Purchase Card), The Contractor May Not Assign Its Rights To Receive Payment Under This Contract.
(c) Changes. Changes In The Terms And Conditions Of This Contract May Be Made Only By Written Agreement Of The Parties.
(d) Disputes. This Contract Is Subject To 41 U.s.c. Chapter 71, Contract Disputes. Failure Of The Parties To This Contract To Reach Agreement On Any Request For Equitable Adjustment, Claim, Appeal Or Action Arising Under Or Relating To This Contract Shall Be A Dispute To Be Resolved In Accordance With The Clause At Far 52.233-1, Disputes, Which Is Incorporated Herein By Reference. The Contractor Shall Proceed Diligently With Performance Of This Contract, Pending Final Resolution Of Any Dispute Arising Under The Contract.
(e) Definitions. The Clause At Far 52.202-1, Definitions, Is Incorporated Herein By Reference.
(f) Excusable Delays. The Contractor Shall Be Liable For Default Unless Nonperformance Is Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Either Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, Unusually Severe Weather, And Delays Of Common Carriers. The Contractor Shall Notify The Contracting Officer In Writing As Soon As It Is Reasonably Possible After The Commencement Of Any Excusable Delay, Setting Forth The Full Particulars In Connection Therewith, Shall Remedy Such Occurrence With All Reasonable Dispatch, And Shall Promptly Give Written Notice To The Contracting Officer Of The Cessation Of Such Occurrence.
(g) Invoice.
(1) The Contractor Shall Submit An Original Invoice And Three Copies (or Electronic Invoice, If Authorized) To The Address Designated In The Contract To Receive Invoices. An Invoice Must Include
(i) Name And Address Of The Contractor;
(ii) Invoice Date And Number;
(iii) Contract Number, Line-item Number And, If Applicable, The Order Number;
(iv) Description, Quantity, Unit Of Measure, Unit Price And Extended Price Of The Items Delivered;
(v) Shipping Number And Date Of Shipment, Including The Bill Of Lading Number And Weight Of Shipment If Shipped On Government Bill Of Lading;
(vi) Terms Of Any Discount For Prompt Payment Offered;
(vii) Name And Address Of Official To Whom Payment Is To Be Sent;
(viii) Name, Title, And Phone Number Of Person To Notify In Event Of Defective Invoice; And
(ix) Taxpayer Identification Number (tin). The Contractor Shall Include Its Tin On The Invoice Only If Required Elsewhere In This Contract.
(x) Electronic Funds Transfer (eft) Banking Information.
(a) The Contractor Shall Include Eft Banking Information On The Invoice Only If Required Elsewhere In This Contract.
(b) If Eft Banking Information Is Not Required To Be On The Invoice, In Order For The Invoice To Be A Proper Invoice, The Contractor Shall Have Submitted Correct Eft Banking Information In Accordance With The Applicable Solicitation Provision, Contract Clause (e.g., 52.232-33, Payment By Electronic Funds Transfer System For Award Management, Or 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management), Or Applicable Agency Procedures.
(c) Eft Banking Information Is Not Required If The Government Waived The Requirement To Pay By Eft.
(2) Invoices Will Be Handled In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Office Of Management And Budget (omb) Prompt Payment Regulations At 5 Cfr Part 1315.
(h) Patent Indemnity. The Contractor Shall Indemnify The Government And Its Officers, Employees And Agents Against Liability, Including Costs, For Actual Or Alleged Direct Or Contributory Infringement Of, Or Inducement To Infringe, Any United States Or Foreign Patent, Trademark Or Copyright, Arising Out Of The Performance Of This Contract, Provided The Contractor Is Reasonably Notified Of Such Claims And Proceedings.
(i) Payment.
(1) Items Accepted. Payment Shall Be Made For Items Accepted By The Government That Have Been Delivered To The Delivery Destinations Set Forth In This Contract.
(2) Prompt Payment. The Government Will Make Payment In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Prompt Payment Regulations At 5 Cfr Part 1315.
(3) Electronic Funds Transfer (eft). If The Government Makes Payment By Eft, See 52.212-5(b) For The Appropriate Eft Clause.
(4) Discount. In Connection With Any Discount Offered For Early Payment, Time Shall Be Computed From The Date Of The Invoice. For The Purpose Of Computing The Discount Earned, Payment Shall Be Considered To Have Been Made On The Date Which Appears On The Payment Check Or The Specified Payment Date If An Electronic Funds Transfer Payment Is Made.
(5) Overpayments. If The Contractor Becomes Aware Of A Duplicate Contract Financing Or Invoice Payment Or That The Government Has Otherwise Overpaid On A Contract Financing Or Invoice Payment, The Contractor Shall
(i) Remit The Overpayment Amount To The Payment Office Cited In The Contract Along With A Description Of The Overpayment Including The
(a) Circumstances Of The Overpayment (e.g., Duplicate Payment, Erroneous Payment, Liquidation Errors, Date(s) Of Overpayment);
(b) Affected Contract Number And Delivery Order Number, If Applicable;
(c) Affected Line Item Or Subline Item, If Applicable; And
(d) Contractor Point Of Contact.
(ii) Provide A Copy Of The Remittance And Supporting Documentation To The Contracting Officer.
(6) Interest.
(i) All Amounts That Become Payable By The Contractor To The Government Under This Contract Shall Bear Simple Interest From The Date Due Until Paid Unless Paid Within 30 Days Of Becoming Due. The Interest Rate Shall Be The Interest Rate Established By The Secretary Of The Treasury As Provided In 41 U.s.c. 7109, Which Is Applicable To The Period In Which The Amount Becomes Due, As Provided In (i)(6)(v) Of This Clause, And Then At The Rate Applicable For Each Six-month Period As Fixed By The Secretary Until The Amount Is Paid.
(ii) The Government May Issue A Demand For Payment To The Contractor Upon Finding A Debt Is Due Under The Contract.
(iii) Final Decisions. The Contracting Officer Will Issue A Final Decision As Required By 33.211 If
(a) The Contracting Officer And The Contractor Are Unable To Reach Agreement On The Existence Or Amount Of A Debt Within 30 Days;
(b) The Contractor Fails To Liquidate A Debt Previously Demanded By The Contracting Officer Within The Timeline Specified In The Demand For Payment Unless The Amounts Were Not Repaid Because The Contractor Has Requested An Installment Payment Agreement; Or
(c) The Contractor Requests A Deferment Of Collection On A Debt Previously Demanded By The Contracting Officer (see 32.607-2).
(iv) If A Demand For Payment Was Previously Issued For The Debt, The Demand For Payment Included In The Final Decision Shall Identify The Same Due Date As The Original Demand For Payment.
(v) Amounts Shall Be Due At The Earliest Of The Following Dates:
(a) The Date Fixed Under This Contract.
(b) The Date Of The First Written Demand For Payment, Including Any Demand For Payment Resulting From A Default Termination.
(vi) The Interest Charge Shall Be Computed For The Actual Number Of Calendar Days Involved Beginning On The Due Date And Ending On
(a) The Date On Which The Designated Office Receives Payment From The Contractor;
(b) The Date Of Issuance Of A Government Check To The Contractor From Which An Amount Otherwise Payable Has Been Withheld As A Credit Against The Contract Debt; Or
(c) The Date On Which An Amount Withheld And Applied To The Contract Debt Would Otherwise Have Become Payable To The Contractor.
(vii) The Interest Charge Made Under This Clause May Be Reduced Under The Procedures Prescribed In 32.608-2 Of The Federal Acquisition Regulation In Effect On The Date Of This Contract.
(j) Risk Of Loss. Unless The Contract Specifically Provides Otherwise, Risk Of Loss Or Damage To The Supplies Provided Under This Contract Shall Remain With The Contractor Until, And Shall Pass To The Government Upon:
(1) Delivery Of The Supplies To A Carrier, If Transportation Is F.o.b. Origin; Or
(2) Delivery Of The Supplies To The Government At The Destination Specified In The Contract, If Transportation Is F.o.b. Destination.
(k) Taxes. The Contract Price Includes All Applicable Federal, State, And Local Taxes And Duties.
(l) Termination For The Government's Convenience. The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. In The Event Of Such Termination, The Contractor Shall Immediately Stop All Work Hereunder And Shall Immediately Cause Any And All Of Its Suppliers And Subcontractors To Cease Work. Subject To The Terms Of This Contract, The Contractor Shall Be Paid A Percentage Of The Contract Price Reflecting The Percentage Of The Work Performed Prior To The Notice Of Termination, Plus Reasonable Charges The Contractor Can Demonstrate To The Satisfaction Of The Government Using Its Standard Record Keeping System, Have Resulted From The Termination. The Contractor Shall Not Be Required To Comply With The Cost Accounting Standards Or Contract Cost Principles For This Purpose. This Paragraph Does Not Give The Government Any Right To Audit The Contractor's Records. The Contractor Shall Not Be Paid For Any Work Performed Or Costs Incurred Which Reasonably Could Have Been Avoided.
(m) Termination For Cause. The Government May Terminate This Contract, Or Any Part Hereof, For Cause In The Event Of Any Default By The Contractor, Or If The Contractor Fails To Comply With Any Contract Terms And Conditions, Or Fails To Provide The Government, Upon Request, With Adequate Assurances Of Future Performance. In The Event Of Termination For Cause, The Government Shall Not Be Liable To The Contractor For Any Amount For Supplies Or Services Not Accepted, And The Contractor Shall Be Liable To The Government For Any And All Rights And Remedies Provided By Law. If It Is Determined That The Government Improperly Terminated This Contract For Default, Such Termination Shall Be Deemed A Termination For Convenience.
(n) Title. Unless Specified Elsewhere In This Contract, Title To Items Furnished Under This Contract Shall Pass To The Government Upon Acceptance, Regardless Of When Or Where The Government Takes Physical Possession.
(o) Warranty. The Contractor Warrants And Implies That The Items Delivered Hereunder Are Merchantable And Fit For Use For The Particular Purpose Described In This Contract.
(p) Limitation Of Liability. Except As Otherwise Provided By An Express Warranty, The Contractor Will Not Be Liable To The Government For Consequential Damages Resulting From Any Defect Or Deficiencies In Accepted Items.
(q) Other Compliances. The Contractor Shall Comply With All Applicable Federal, State And Local Laws, Executive Orders, Rules And Regulations Applicable To Its Performance Under This Contract.
(r) Compliance With Laws Unique To Government Contracts. The Contractor Agrees To Comply With 31 U.s.c. 1352 Relating To Limitations On The Use Of Appropriated Funds To Influence Certain Federal Contracts; 18 U.s.c. 431 Relating To Officials Not To Benefit; 40 U.s.c. Chapter 37, Contract Work Hours And Safety Standards; 41 U.s.c. Chapter 87, Kickbacks; 41 U.s.c. 4712 And 10 U.s.c. 2409 Relating To Whistleblower Protections; 49 U.s.c. 40118, Fly American; And 41 U.s.c. Chapter 21 Relating To Procurement Integrity.
(s) Order Of Precedence. Any Inconsistencies In This Solicitation Or Contract Shall Be Resolved By Giving Precedence In The Following Order:
(1) The Schedule Of Supplies/services.
(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance With Laws Unique To Government Contracts, And Unauthorized Obligations Paragraphs Of This Clause;
(3) The Clause At 52.212-5.
(4) Addenda To This Solicitation Or Contract, Including Any License Agreements For Computer Software.
(5) Solicitation Provisions If This Is A Solicitation.
(6) Other Paragraphs Of This Clause.
(7) The Standard Form 1449.
(8) Other Documents, Exhibits, And Attachments
(9) The Specification.
(t) [reserved]
(u) Unauthorized Obligations.
(1) Except As Stated In Paragraph (u)(2) Of This Clause, When Any Supply Or Service Acquired Under This Contract Is Subject To Any End User License Agreement (eula), Terms Of Service (tos), Or Similar Legal Instrument Or Agreement, That Includes Any Clause Requiring The Government To Indemnify The Contractor Or Any Person Or Entity For Damages, Costs, Fees, Or Any Other Loss Or Liability That Would Create An Anti-deficiency Act Violation (31 U.s.c. 1341), The Following Shall Govern:
(i) Any Such Clause Is Unenforceable Against The Government.
(ii) Neither The Government Nor Any Government Authorized End User Shall Be Deemed To Have Agreed To Such Clause By Virtue Of It Appearing In The Eula, Tos, Or Similar Legal Instrument Or Agreement. If The Eula, Tos, Or Similar Legal Instrument Or Agreement Is Invoked Through An I Agree Click Box Or Other Comparable Mechanism (e.g., Click-wrap Or Browse-wrap Agreements), Execution Does Not Bind The Government Or Any Government Authorized End User To Such Clause.
(iii) Any Such Clause Is Deemed To Be Stricken From The Eula, Tos, Or Similar Legal Instrument Or Agreement.
(2) Paragraph (u)(1) Of This Clause Does Not Apply To Indemnification By The Government That Is Expressly Authorized By Statute And Specifically Authorized Under Applicable Agency Regulations And Procedures.
(v) Incorporation By Reference. The Contractor S Representations And Certifications, Including Those Completed Electronically Via The System For Award Management (sam), Are Incorporated By Reference Into The Contract.
(end Of Clause)
(xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition.
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (jun 2020)
(a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items:
(1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91).
(3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232).
(4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015).
(5) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553).
(6) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)).
(b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items:
[] (1) 52.203 6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (oct 1995) (41 U.s.c. 4704 And 10 U.s.c. 2402).
[] (2) 52.203 13, Contractor Code Of Business Ethics And Conduct (jun 2020) (41 U.s.c. 3509).
[] (3) 52.203 15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.)
[] (4) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note).
[] (5) [reserved]
[] (6) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C).
[] (7) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C).
[] (8) 52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (jun 2020) (31 U.s.c. 6101 Note).
[] (9) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313).
[] (10) [reserved]
[] (11)(i) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (mar 2020) (15 U.s.c. 657a).
[] (ii) Alternate I (mar 2020) Of 52.219-3.
[x] (12)(i) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a).
[] (ii) Alternate I (mar 2020) Of 52.219-4.
[] (13) [reserved]
[] (14)(i) 52.219-6, Notice Of Total Small Business Set-aside (mar 2020) (15 U.s.c. 644).
[] (ii) Alternate I (mar 2020).
[] (15)(i) 52.219-7, Notice Of Partial Small Business Set-aside (mar 2020) (15 U.s.c. 644).
[] (ii) Alternate I (mar 2020) Of 52.219-7.
[] (16) 52.219-8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)).
[] (17)(i) 52.219 9, Small Business Subcontracting Plan (jun 2020) (15 U.s.c. 637(d)(4)).
[] (ii) Alternate I (nov 2016) Of 52.219-9.
[] (iii) Alternate Ii (nov 2016) Of 52.219-9.
[] (iv) Alternate Iii (jun 2020) Of 52.219 9.
[] (v) Alternate Iv (jun 2020) Of 52.219 9.
[] (18) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)).
[] (19) 52.219-14, Limitations On Subcontracting (mar 2020) (15 U.s.c. 637(a)(14)).
[] (20) 52.219-16, Liquidated Damages Subcontracting Plan (jan 1999) (15 U.s.c. 637(d)(4)(f)(i)).
[] (21) 52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (mar 2020) (15 U.s.c. 657f).
[] (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (mar 2020) (15 U.s.c 632(a)(2)).
[] (ii) Alternate I (mar 2020) Of 52.219-28.
[] (23) 52.219-29, Notice Of Set-aside For, Or Sole Source Award To, Economically Disadvantaged Women-owned Small Business (edwosb) Concerns (mar 2020) (15 U.s.c. 637(m)).
[] (24) 52.219-30, Notice Of Set-aside For, Or Sole Source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (mar 2020) (15 U.s.c. 637(m)).
[] (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)).
[] (26) 52.219-33, Nonmanufacturer Rule (mar 2020) (15 U.s.c. 637(a)(17))
[] (27) 52.222-3, Convict Labor (june 2003) (e.o. 11755).
[] (28) 52.222 19, Child Labor Cooperation With Authorities And Remedies (jan 2020) (e.o. 13126).
[] (29) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
[] (30)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246).
[] (ii) Alternate I (feb 1999) Of 52.222-26.
[] (31)(i) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
[] (ii) Alternate I (july 2014) Of 52.222-35.
[] (32)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
[] (ii) Alternate I (july 2014) Of 52.222-36.
[] (33) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
[] (34) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496).
[x] (35)(i) 52.222-50, Combating Trafficking In Persons (jan 2019) (22 U.s.c. Chapter 78 And E.o. 13627).
[] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
[] (36) 52.222-54, Employment Eligibility Verification (oct 2015). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Items As Prescribed In 22.1803.)
[] (37)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa-designated Items (may 2008) (42 U.s.c.6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.)
[] (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.)
[] (38) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693).
[] (39) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693).
[] (40)(i) 52.223-13, Acquisition Of Epeatâ®-registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514).
[] (ii) Alternate I (oct 2015) Of 52.223-13.
[] (41)(i) 52.223-14, Acquisition Of Epeatâ®-registered Televisions (jun 2014) (e.o.s 13423 And 13514).
[] (ii) Alternate I (jun 2014) Of 52.223-14.
[] (42) 52.223-15, Energy Efficiency In Energy-consuming Products (dec 2007)(42 U.s.c. 8259b).
[] (43)(i) 52.223-16, Acquisition Of Epeatâ®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514).
[] (ii) Alternate I (jun 2014) Of 52.223-16.
[x] (44) 52.223 18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513).
[] (45) 52.223-20, Aerosols (jun 2016) (e.o. 13693).
[] (46) 52.223-21, Foams (jun 2016) (e.o. 13693).
[] (47) (i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
[] (ii) Alternate I (jan 2017) Of 52.224-3.
[] (48) 52.225-1, Buy American Supplies (may 2014) (41 U.s.c. Chapter 83).
[] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (may 2014) (41 U.s.c. Chapter 83, 19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43.
[] (ii) Alternate I (may 2014) Of 52.225-3.
[] (iii) Alternate Ii (may 2014) Of 52.225-3.
[] (iv) Alternate Iii (may 2014) Of 52.225-3.
[] (50) 52.225 5, Trade Agreements (oct 2019) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note).
[x] (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).
[] (52) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. 2302 Note).
[] (53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150).
[] (54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150).
[x] (55) 52.229 12, Tax On Certain Foreign Procurements (jun 2020).
[] (56) 52.232-29, Terms For Financing Of Purchases Of Commercial Items (feb 2002) (41 U.s.c. 4505, 10 U.s.c. 2307(f)).
[] (57) 52.232-30, Installment Payments For Commercial Items (jan 2017) (41 U.s.c. 4505, 10 U.s.c. 2307(f)).
[x] (58) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332).
[] (59) 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management (jul 2013) (31 U.s.c. 3332).
[] (60) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332).
[] (61) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a).
[] (62) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)).
[] (63)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) And 10 U.s.c. 2631).
[] (ii) Alternate I (apr 2003) Of 52.247-64.
[] (iii) Alternate Ii (feb 2006) Of 52.247-64.
(c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items:
[] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
[] (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
[] (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
[] (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67).
[] (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67).
[] (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67).
[] (7) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015).
[] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706).
[] (9) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792).
(d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records Negotiation.
(1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract.
(2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved.
(3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law.
(e)(1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Items. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause
(i) 52.203 13, Contractor Code Of Business Ethics And Conduct (jun 2020) (41 U.s.c. 3509).
(ii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(iii) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91).
(iv) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232).
(v) 52.219 8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219 8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities.
(vi) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
(vii) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246).
(viii) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
(ix) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
(x) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
(xi) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40.
(xii) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
(xiii)(a) 52.222-50, Combating Trafficking In Persons (jan 2019) (22 U.s.c. Chapter 78 And E.o. 13627).
(b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
(xiv) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67).
(xv) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67).
(xvi) 52.222-54, Employment Eligibility Verification (oct 2015) (e. O. 12989).
(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015).
(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706).
(xix)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
(b) Alternate I (jan 2017) Of 52.224-3.
(xx) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. 2302 Note).
(xxi) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6.
(xxii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64.
(2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Items A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
(end Of Clause)
(xxiii) In Addition, The Following Clauses Shall Also Apply:
52.211-6 Brand Name Or Equal (aug 1999)
(a) If An Item In This Solicitation Is Identified As Brand Name Or Equal, The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That Equal Products Must Meet Are Specified In The Solicitation.
(b) To Be Considered For Award, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must
(1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation;
(2) Clearly Identify The Item By
(i) Brand Name, If Any; And
(ii) Make Or Model Number;
(3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And
(4) Clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification.
(c) The Contracting Officer Will Evaluate Equal Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer.
(d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An Equal Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation.
(end Of Clause)
52.217-6 - Option For Increased Quantity (mar 1989)
the Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within One-hundred Eighty (180) Calendar Days Of Contract Conclusion. Delivery Of The Added Items, Not To Exceed 50% Of All Contract Line Items, Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
(end Of Clause)
852.212-72 - Gray Market And Counterfeit Items (mar 2020)
(a) No Used, Refurbished, Or Remanufactured Supplies Or Equipment/parts Shall Be Provided. This Procurement Is For New Original Equipment Manufacturer (oem) Items Only. No Gray Market Items Shall Be Provided. Gray Market Items Are Oem Goods Intentionally Or Unintentionally Sold Outside An Authorized Sales Territory Or Sold By Non-authorized Dealers In An Authorized Sales Territory.
(b) No Counterfeit Supplies Or Equipment/parts Shall Be Provided. Counterfeit Items Include Unlawful Or Unauthorized Reproductions, Substitutions, Or Alterations That Have Been Mismarked, Misidentified, Or Otherwise Misrepresented To Be An Authentic, Unmodified Item From The Original Manufacturer, Or A Source With The Express Written Authority Of The Original Manufacturer Or Current Design Activity, Including An Authorized Aftermarket Manufacturer. Unlawful Or Unauthorized Substitutions Include Used Items Represented As New, Or The False Identification Of Grade, Serial Number, Lot Number, Date Code, Or Performance Characteristics.
(c) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions.
(end Of Clause)
52.252-2 - Clauses Incorporated By Reference (feb 1998)
this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
http://www.acquisition.gov/comp/far/index.html (far)
http://www.va.gov/oal/library/vaar/index.asp (vaar)
(end Of Clause)
in Addition, The Following Clauses And Provisions Shall Also Apply:
52.232-18
availability Of Funds
(apr 1984)
52.233-1
disputes
(may 2014)
52.233-3
protest After Award
(aug 1996)
852.203-70
commercial Advertising
(jan 2008)
852.232-72
electronic Submission Of Payment Requests
(nov 2012)
52.204-7
system For Award Management
(oct 2018)
52.204-16
commercial And Government Entity Code Reporting
(oct 2016)
52.209-7
information Regarding Responsibility Matters
(oct 2018)
52.233-2
service Of Protest
(sept 2006)
852.233-70
protest Content/alternative Dispute Resolution
(oct 2018)
852.252-70
solicitation Provisions Or Clauses Incorporated By Reference
(jan 2008)
852.237-70
contractor Responsibilities
apr 1984
852.215-70
service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors
jul 2016
Closing Date4 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Details: This Request For Information (rfi)/sources Sought
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far Part 15.201(e).
sources Sought Description
this Is Not A Solicitation Announcement. This Is A Rfi/sources Sought Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 561621. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement.
the Department Of Veterans Affairs (va), Visn 15 Network Contracting Office, Is Seeking Sources That Can Provide The Following:
contractor Shall Provide The Maintenance Of The Va Police Security System And Repair The Security System As Required By The Statement Of Work (sow) At The Va Medical Center, St. Louis, Missouri (herein After Referred To As Vamc).
the Vamc St. Louis Has Two Divisions Located As Follows: John Cochran Division (jc), 915 North Grand Blvd., St. Louis, Mo 63106 And Jefferson Barracks Division (jb), #1 Jefferson Barracks Drive, St. Louis, Mo 63125.
it Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Brand Name.
if You Are Interested And Are Capable Of Providing The Sought-out Services, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions:
please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service Disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)?
is Your Company Considered Small Under The Naics Code Identified Under This Rfi?
are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above?
if You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
does Your Company Have An Fss Contract With Gsa, Va Nac, Nasa Sewp, Or Any Other Federal Contract, That Can Be Utilized To Procure The Requirement Listed Above? If So, Please Provide The Contract Number.
please Submit Your Capabilities That Show Clear, Compelling, And Convincing Evidence That You Can Meet The Requirement Described Above.
please Provide Your Uei Number.
responses To This Notice Shall Be Submitted Via Email To James Hogue At James.hogue@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Wednesday, February 5th At 1700 Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
statement Of Work
security System Maintenance
i. Description
this Service Contract Requires The Furnishing Of All Labor, Material, Equipment, Supervision, Management, Tools, Transportation, And Supplies For The Complete Maintenance And Corrective Maintenance Services To The Security System At The John Cochran (jc) Division And Jefferson Barracks (jb) Division Of The Va Medical Center (vamc), St. Louis, Missouri.
a. Contractor Shall Furnish All Labor For Normal, Routine And Emergency Maintenance, 24 Hours Per Day, 365 Days A Year.
b. The Contractor Is Responsible For Providing Field Updates To As-built Drawings And Associated Documentation As Tests And Maintenance Is Performed. The As-built Drawings Will Be Provided By The Vamc For The Entire Security Alarm System For The Equipment Listed In Table Nos. 1 Through 31 Of This Document.
c. All Material Used In The Course Of Normal, Routine And Emergency Corrective Maintenance, Testing And Inspections Are Included; Except See Vandalism, Paragraph Iii. All Parts Shall Be Of Current Manufacturer And Shall Have Full Versatility/compatibility With Presently Installed Equipment. All Replacement Parts For Access Control Must Be Fips 201 Compliant. Stl Va Is Currently Using A 75-bit Card For The Va Piv Credential.
d. Any Material Provided Outside This Contract For Adds, Moves, Changes, Act Of God, Etc., Will Be Provided To The Vamc At The Contractor S Preferred Customer Rate For Labor And Materials.
e. In Addition; The Contractor Is Required To Provide The Below Listed Administrative Duties For The St Louis Medical Center:
(1) Create C*cure Reports Requested By The Various Services. Update Schedules Of Reports And Report Parameters. Update Reports As Equipment Is Added Or Deleted. Approximately 3 Hours Per Month.
(2) Add And Delete C*cure Operators As Needed. Minimal Amount Of Time (maybe Once Every Three Months)
(3) Manage Active Directory To Include Adding And Deleting Users And Resetting Passwords. Minimal Amount Of Time (maybe Once Every Three Months)
(4) Maintain Cisco Equipment For Campus Interconnection.
(5) Provide Preventative Maintenance On Access Control, Video And Intercom System To Reduce Downtime Of Same. Minimum Of 16 Hours Per Week.
(6) Will Be Required To Maintain A Bench Stock Of Spare Parts Provided By The Va Medical Center To Be Used In Emergency Situations
(7) Will Be Required To Maintain Four Client Pcs And Four Servers, Including Keyboards, Mice And Speakers.
(8) As New Buildings Come Online Under The Jb And Jc Major Construction Projects The Contractor Will Be Responsible For The Initial Entry Of All The Security Related Hardware
(to Include Istars, Card Readers, Receivers, Relays, Duress Buttons Etc.) In The Master Application Server And The Satellite Server. In Addition; The Contractor Will Be Responsible For Adding All The New Video Surveillance Equipment Into The March Networks System
ii. Quality Control:
all Employees Of Vendor And Subcontractors Working On Site Shall Comply With Va Security Management Program And Obtain Permission Of The Va Police, Be Identified By Project And Employer, And Restricted From Unauthorized Access. All Contractors Who Work On Site Must Have A Photo Id Badge Issued By The Va Police. Applicants For An Id Badge Will Be Required To Provide Personal Data And Undergo A Background Check.
contractor S Service Technicians Used To Meet The Requirements Of A-e Below Shall Reside Within A 1.25-hour Radius Of The Spot Located Directly Between The Two Locations:
a. Contractor Shall Be Capable Of Providing At Least Six (6) Employees Factory Trained And Certified In The Software House Ccure 9000, And No Less Than Three (2) Employees Who Have Successfully Passed The Software House Ccure 9000 Advanced Integrator Certification.
b. Contractor Must Have One (1) Or More Software House Ccure 9000 Enterprise Architecture Certified Technicians, Competent In The Commissioning, Programming And Maintenance Of A Ccure 9000 Mas/sas Configuration.
c. Contractor Shall Be Capable Of Providing At Least Six (6) Employees Who Are Factory Trained And Certified In The March Networks R5 Platforms.
d. Contractor Shall Have At Least One Employee Who Is Factory Certified In The Stentofon Alphacom Intercom System.
e. The Contractor Shall Have At Least Two Employees Who Are Factory Certified On The Salto Locking Computer Software Program, And The Associated Hardware Installed.
f. The Contractor Shall Insure That They Have At Least One Certified Technician Available 24/7 365 Days A Year That Lives Within A 1.25 Hours Radius Of Both The Jc And Jb Campus .
iii. General Maintenance Requirements:
system Components:
the System Includes Components Of The System, Both Audio And Visual, Including But Not Limited To Motion Detectors, Wiring, Circuitry, Duress Buttons, Electronic Cameras, Monitors, Nvr S, Switches, Alarms, Card Readers, Computers, Boards, Intercoms, Equipment For Data Transmission And Storage And Other Items Described Herein At The Jc And Jb Divisions Of The Va Medical Center.
all Components And Accessories Of The System Will Be Covered Under This Service Contract.
all Systems Shall Be Left Functional At The Close Of Each Workday.
a. Network
all Devices Supported As Part Of This Contract Reside On The Security Network. This Includes But Is Not Limited To Fiber Optics Converters, Switches, Ups S, Csu/dsu S And All Other Devices To Make A Complete And Working, Full Gigabit Backbone, Security Network. The Network Includes The Link Between Campus Dedicated To Use By The Security Systems.
b. Access Control System
the Access Control System Is A Ccure 9000.
this Includes, But Is Not Limited To: Access Control Panel, Panel Power Supplies, Lock Power Supplies, Card Reader, Request To Exit Devices, Door Position Switches And Electronic Locking Hardware.
electronic Locking Hardware Including Maglocks, Electric Strikes, Electrified Locksets, Delayed Egress Hardware, Electric Latch Retraction, And Electric Trim Devices.
the System Is Used To Monitor Certain Alarms. Devices To Monitor These Alarms Include Wireless Receivers, Transmitters, Specialized Contacts And Motion Detectors.
the Contractor Will Be Required To Keep The Ccure 9000 System Properly Licensed And Under A Software Support Agreement With The Factory, Maintaining At Least The Current Level Of Licensure. A Copy Of The License Details Is Available Upon Request. The System Includes A Configuration Of One Mas And Two Sas S Both With Bidi Interface. This Will Require License Renewal On An Annual Basis.
c. Cctv System:
coverage Of The March Network Cctv System Shall Be Part Of This Agreement. This Includes The Network Video Recorders (nvrs), Encoders, Wireless Transmission Equipment, Ethernet Transmission And Extenders, Switches, Camera Power Supplies, And Camera.
cameras Consist Of Indoor, And Outdoor, Fixed And Ptz, As Well As Analog And Ip.
d. Intercom
there Are Four Different Intercom Systems In Use That Will Be Covered Under This Maintenance Agreement. A Bogen Intercom System Covering Seven Doors At Jc, Six Aiphone Door Intercom Systems (total For Both Campuses), A Stentofon All Ip Intercom System With Six Intercom Stations, And Six Emergency Phone Intercom Stations.
e. Security Servers And Workstations
multiple Pcs And Servers Make Up The Security System. These Include Three High Availability Enterprise Servers Built And Tuned Specifically For Operation With Ccure 9000. These Servers Include Raid Redundancy, Dual Power Supplies And All Required Windows Server And Sql Licensing. Two High End Workstations Are Used For The Dispatch Function And Are Each Capable Of Driving Up To Eight High Resolution Large Format Monitors. Two Badging Workstations With Associated Cameras And Pvc Card Printers Are Also A Part Of The System. As A Part Of The Servers And Workstations, Lcd/led/plasma Monitors Are In Use. Of Particular Note Are The Eight Large Format Monitors; Five At Jc And Four At Jb.
the Contractor Will Be Responsible For Providing Their Own Service Workstations As Desired; However, At A Minimum, At Least One Service Workstation Shall Be Provided For The Jb Campus (this Workstation To Remain The Property Of The Contractor).
g. Stand Alone Locking System
a Salto Hotel Style Access Control System Is Used In The Fisher House Bldg.#59 And The Domiciliary Bldg.#3 At The Jb Campus. Salto Readers Are Battery Operated And Requires To Be Monitored And Batteries Need To Be Replaced Approximately At The 2/3 Of The Rated Duty Cycle. Full Support Of The System Must Be Included.
i. As-builts (record) Drawings: After Contract Award, The Contractor Will Be Provided With The Vamc As-built Drawings For The Entire Security Alarm System For The Equipment Listed In Table Nos. 1 Through 28. Engineering Service Will Provide The Initial Computer Disk Of As-built Drawings For The Contractor To Maintain And Update. These Drawings Are Not Completely Accurate. The Contractor Is Responsible For Providing Field Updates To The Drawings As Tests And Maintenance Is Performed. Up To Date As-builts Shall Be Submitted Every Four (4) Months On Autocad Version 12 To The Contracting Officer Representative (cor).
ii. Maintenance Manuals: Maintenance Manuals Shall Be Provided And Include Original Manufacturer S Catalog Cuts On All Equipment Installed, Internal Wiring Diagrams Showing Points Of Connection, Terminal Points Wiring Color Code And Tag Notation, As Well As Instructions For Troubleshooting The System In The Event Of A Malfunction. In Addition To The Operating And Maintenance Manuals, A Complete Materials List Of Systems, Including The Address And Phone Numbers Of The Local Supplier Of Each Item Shall Be Provided. The Maintenance Manuals Shall Be Submitted To The Cor Every Four (4) Months Along With The As-builts.
iii. Vandalism: Vandalism Is Defined As Renewals Or Corrective Maintenance Necessitated By Reasons Of Negligence Of Misuse Of The Equipment By Persons Other Than The Contractor, His Representatives And Employees, Or By Reason Of Any Other Cause Beyond The Control Of The Contractor, Except Normal Wear And Tear. Claims For Additional
compensation For Repair Of Vandalism Will Be Considered Upon Presentation Of Satisfactory Evidence That Vandalism Has Occurred. During Normal Working Hours, The Contractor Shall Contact The Cor Or His Designee And Have Them Verify The Damage Prior To Repair Of Vandalism. During Off-duty Hours, The Contractor Shall Contact Police Service To Verify That The Damage Will Be Noted On The Service Ticket As Repair Of Vandalism. All Parts Replaced Due To Vandalism Shall Be Returned To The Government. If The Contractor Is Called To Make Corrective Maintenance Identified As Vandalism And So Noted, Billing Will Be For Time Spent At The Vamc Only. Travel Time And Expenses Will Be Charged.
iv. Acts Of God. Corrective Maintenance Necessitated By Reason Of Acts Of God Will Be Processed In The Same Manner As For Vandalism.
v. Malfunctions: All Malfunctions Located During Inspection/maintenance And Repair Shall Be Reported To The Cor. The Report Shall Include A Narrative Of Malfunction And The Recommended Method Of Correction. The Government Requires Problems To Be Corrected Within Twenty-four (24) Hours Of Being Identified In Addition To The Required Documentation.
vi. Report Of Services
1. During Normal Working Hours, 8:00 To 4:30 P.m., Monday Through Friday, The Contractor Shall Report To Va Police Operations Center At The Jc Division And The Officer S Work Area Bldg. #1 Jb Division To Sign In And Out. Contractor Shall Then Notify The Cor, Police Service As To The Repair Being Made Or Maintenance Performed. Contractor Shall Also Notify Them Before Leaving, And Advise The Cor On The Status Of System.
2. During Off-duty Hours, 4:30 P.m. Through 8:00 A.m., Monday Through Friday, Holidays And Weekends, The Contractor Shall Report To The Va Police Operations Center At Jc Division And Va Police Officer S Work Area, Bldg. #1 At Jb Division To Sign In And Out. Contractor Shall Then Notify Police Service (on-duty Supervisor) As To The Repair Being Made Or Maintenance Performed. Contractor Shall Also Notify Police Service (on-duty Supervisor) Before Leaving, And Advise Supervisor On The Status Of System.
3. Failure Of The Contractor To Report Before And After Performing A Repair Or Maintenance Work Shall Be Cause For The Va To Withhold Monthly Payments.
iv. Maintenance/corrective Maintenance:
a. Maintenance Services: Maintenance Is To Be Provided To All Equipment And Components Listed Herein:
1. The Contractor Shall Make Thorough Technical Inspections Of Equipment And Perform Necessary Maintenance In Accordance With Manufacturer S Recommendations And Commercial Practices Governing Maintenance For This Type Of Equipment.
2. All Equipment Including All Components And Accessories Shall Be Cleaned, Inspected, Adjusted, Calibrated, And Tested Prior To The Inspection Scheduled For Sixty (60) Days From Date Of Contract Award.
3. After The Initial Servicing Sixty (60) Days From Contract Award, All Equipment Will Be Cleaned, Inspected, Calibrated And Tested Once Every Twelve (12) Months, With The Exception Of The Pan Tilt Zoom Cameras Which Will Be Cleaned, Inspected, Calibrated And Tested Once Every Six (6) Months. Prior To The Commencement Of Work, The Contractor Shall Submit To The Cor, A Preventive Maintenance Schedule For All Devices Along With Procedures.
b. Inspection:
1. Va Medical Center Representatives (police Service) And A Representative Of The Contractor Will Jointly Inspect The Security System And All Components To Verify That All Systems Have Been Properly Maintained And Are Functioning In The Manner For Which They Are Intended. This Inspection Will Take Place In The First Month Of Performance Of This Contract And The Anniversary Month In Subsequent Years. The Contractor Shall Demonstrate At This Time That All Components Of The System Are Functioning Properly And State The Type Of Preventive Maintenance That Has Been Performed On The Equipment.
2. Within Ten (10) Calendar Days After Inspection Conclusion, The Contractor Shall Submit A Written Report (original And One Copy) To The Cor Citing The Components Inspected, Working Condition And Preventive Maintenance Performed To Date. The Report Will Be Completed In Accordance With The Provisions Of Paragraph Iv, Subparagraph D., Reporting.
3. When A Problem Has Been Identified As Caused By Lack Of Training Or System Knowledge Of The Vamc Staff, Contractor Shall Furnish Appropriate Information In Writing Or Verbally To Educate User Or Users As To Appropriate Procedures To Follow To Prevent Reoccurrence. Training For User Error And Technical Advice That Is Provided By Phone, Correspondence Or Personal Instructions Are Considered Part Of This Service Contract.
4. Reprogramming Of Software Due To Memory Loss, Software, And Firmware Updates Are Considered Part Of This Contract.
5. Time Spent By Service Contractor In Travel And Diagnostic Time For Assessing Cause Of System Failure Or Problem Is Considered Part Of This Service Contract. Once It Is Determined That The Problem Is Outside The Contract, Time And Material Spent To Repair Or Replace Components Of System Are Considered Additional Billable Items. A Quick And Accurate Diagnosis Is In Everyone S Best Interest. Proper Authorization Will Be Required. No Work Can Proceed Until A Purchase Order (p.o.) Number Is Issued.
6. If Door, Hardware, Or Other Component That Is Not Part Of Security System Needs Adjustment Or Replacement, Contractor Shall Have To State Corrective Action Needed To The Cor. The Necessary Security System Corrective Maintenance Shall Be Accomplished After Medical Center Personnel Have Completed Their Repair Work (diagnostic Time Is Part Of The Contract).
7. Assistance At The Head End Equipment Will Be Provided By The Va Police Supervisor While Preventive Maintenance Is Being Provided By The Contractor. Assistance Of The Va Police Supervisor Must Be Prearranged And Coordinated By The Contractor.
c. Response To Calls For Repair Service
1. Emergency Corrective Maintenance: A Repair Person Shall Be On The Premises And Provide Corrective Maintenance /trouble Shooting Initiated Within Two (2) Hours After Receipt Of An Emergency Call.
2. The Alarms For The Following Facilities/areas Have Been Assigned A Security Classification Of Critical/highly Sensitive. Trouble Alarms In Either Of These Categories Require A Two (2) Hour Response Time As Specified In C.1.
jc Division
(a) Methadone Dispensing Area Bell Street Clinic
(b) Agent Cashier Area Room B102f Bldg. 1
(c) Canteen Safe Area Room C303 Bldg. 1
(d) Bldg. 3, Irm Area 1st Floor Bldg. 3
(e) Inpatient Pharmacy Room B405 Bldg. 1
(f) Pharmacy Cache 2nd Floor Bldg. 1
(g) Emergency Room Doors Er Bldg. 1
(h) More Than 3 Istar Failures Bldg. #1
(patient Care Areas)
(i) C*cure Computer Failure Room C106 Bldg. 1
jb Division
(a) Pharmacy Outpatient Room 1c22 Bldg. 55
(b) Pharmacy Cache Room 1c35 Bldg. 55
(c) Agent Cashier Room 1b105 Bldg. 55
(e) Canteen Retail Office Section Room G010 Bldg. 24
(f) Pharmacy Bldg. 55
(g) Mental Health Sally Port Doors Wards N1, N3 West Bldg. 51
(h) C*cure Computer Failure Room 1e08 Bldg. 1
(i) Failure Of The Mas Or Sas Room 1e11a Bldg.1
3. Non-emergency (routine) Corrective Maintenance: All Other Areas Not Classified As Critical/highly Sensitive When Reported, Shall Be Considered Non-emergency (routine)
corrective Maintenance. A Repair Person Shall Be On The Premises And Initiate Repair/trouble Shooting Within One (1) Working Day After Receipt Of A Routine Maintenance Call. In No Instance Should Any Component Remain In A Fault/non-operational Status Exceeding Two (2) Working Days.
4. Failure Of The Contractor To Respond To The Requirements Of Emergency Call Back Period Within Two (2) Hours And To Non-emergency Corrective Maintenance Within One (1) Working Day, May Be Cause For Termination Of This Contract For Cause When Two (2) Occasions Of Non-compliance Occur.
5. If This Contract Is Terminated Because Of Contractor S Failure To Provide Services In Accordance With Contract Requirements, Payment Will Be Made For The Contractor S Services That Have Been Provided Through The Termination Date. No Payment Will Be Made For Any Scheduled Maintenance Services That Have Not Been Provided By The Contractor Prior To Termination Of This Contract.
d. Reporting
1. At The Completion Of Each Test, Repair And Maintenance Service, The Contractor Shall Provide A Verbal Report To The Cor Or His Designee On Duty Of Any Devices Or Systems That Were Found Not To Operate Properly Before Leaving The Medical Center. This Includes Location, Problems That The Malfunctioning Device May Cause, And Date When Corrective Maintenance Will Be Completed.
2. Written Reports: On Completion Of Each Inspection And Maintenance Service, The Contractor Shall Furnish A Written Report, Within Ten (10) Calendar Days Of Completion Of The Maintenance Or Inspection. Report Shall Be Legible And Provide, As A Minimum, The Following Information:
date Of Service
location Of Service
exact Component
type Of Service
service Performed (t-test, C-clean, A-adjust, Cal-calibrate, L-lubricate).
final Condition Of Device (wp-working Properly, Mal-malfunctioning, Etc.)
inspector Or Inspectors Initials
3. Failure Of The Contractor To Report Before And After Performing A Repair Or Maintenance Work Shall Be Cause For The Va To Withhold Monthly Payments.
4. Statement Of Power Related Problems By The Contractor Shall Be Substantiated By Documentation Utilizing The Appropriate Power Recording Equipment. The Contractor Must Also Present Information From The Manufacturer That The Recorded Conditions Would Cause Problems With The Equipment Before It Is Determined That Corrective Maintenance Is Not Covered By The Contract.
e. Acceptance By Contractor: Contractor Shall Accept The Existing Security System, All Accessories And Components, Listed Herein, In Its Present Condition And Shall Maintain Such System In Strict Conformance With The Specification Requirements. The Following List Of Components Is Intended As A Guide To The Equipment Covered Under This Contract. Note That These Quantities May Be In Error By As Much As + Or 10%. The Specific Location Of Each Device Is Listed In Table Nos.1 Through 28 Of This Document.
v. Emergency Calls: Contractor Shall Be Required To Have An Answering Service To Relay And Dispatch Emergency Calls. No Separate Phone Numbers Or Beeper Numbers Other Than The Main Company Number Will Be Accepted For Service Requirements.
vi. Quality And Performance Standards: All Performance Under This Contract Must Be Of High Standards And Must Conform To Good Trade Practices. All Service Under This Contract Shall Be Rendered Promptly And Efficiently Upon Receipt Of An Official Order. All Work To Be Performed Under This Contract Is Subject To Inspection By The Va To Insure Compliance With All Terms And Conditions Of This Contract.
vii. List Of Tables: See Section D Attachments.
table No. Description
1 John Cochran Building #1
2 John Cochran Building #2, 2a, 2b
3 John Cochran Building #3
4 John Cochran Building #4
5 John Cochran Building #6
6 John Cochran Building #7
7 John Cochran Building #5t
8 John Cochran Building #1t
9 Jefferson Barracks Building #1
10 Jefferson Barracks Building #24
11 Jefferson Barracks Building #23
12 Jefferson Barracks Building #51
13 Jefferson Barracks Building #52
14 Jefferson Barracks Building #53
15 Jefferson Barracks Building #18
16 Jefferson Barracks Building #3
17 Jefferson Barracks Building #3t
18 Jefferson Barracks Building #56
19 Jefferson Barracks Building #25
20 Jefferson Barracks Building #75
21 Jefferson Barracks Building #55
22 Jefferson Barracks Building #54
23 Jefferson Barracks Building #57
24 Jefferson Barracks Building #58
25 Jefferson Barracks Building #60t
26 Jefferson Barracks Building #60
27 Jefferson Barracks Building #55
28 Jefferson Barracks Fisher House #59
29 Jefferson Barracks Building #2
Closing Date30 Jan 2025
Tender AmountRefer Documents
Autobahnen Und Schnellstrassen Finanzierungs AG Tender
Others
Austria
Details: Asfinag Plans, Finances, Builds, Maintains And Operates The Entire Austrian Motorway And Expressway Network With A Length Of More Than 2,249 Km. Asfinag's Goal Is To Expand Austria's Motorway And Expressway Network Into The “intelligent Road Of The Future” And To Ensure Safety For Its Customers To Provide Convenient And Efficient Transportation Routes. Asfinag Maut Service Gmbh Is Responsible For The Collection Of Tolls On The Route Network, The Service Center, And The It Services. In The Security Environment, This Also Includes The Operation Of The Firewall Infrastructure For The Entire Austria-wide It Network. In Addition To Two Redundant Data Centers In The Area Of Vienna And The Central Office Location In Vienna, The Locations Are Primarily In The Traffic Management Centers In The Federal States As Well As Regional Highway Maintenance Depots. Today The Firewall Infrastructure Is Based On The “firepower” Product From Cisco. There Are Currently Three Types Of Hw Appliances From This Manufacturer In Use: - Type 9300 (including Virtual Instances): 6 Appliances - Type 4120: 2 Appliances - Type 2110: 29 Appliances Through The Locations Distributed Across Austria Is For The Provision Of Maintenance And Repair And In Order To Implement The Sla Specifications, An Austria-wide Service Organization Is Required. From An Architectural Perspective, A “destination Based Rule Set” Approach Is Used Today. However, A “source Based Rule Set” Approach Will Be Implemented In The Future. The Firewall Infrastructure (hardware And Software) Will Now Be Renewed In 2025. The Scope Of Services Includes The Following Points: - Hardware / Software (incl. Hw-lcm) / Firewall Management - Configuration Services / Change Management - Compliance And Audit Support - Maintenance And Servicing - Transition-in / Transition-out The Relevant Market Research In Accordance With Section 24 Is Also Included Bvergg 2018 Carried Out. The Aim Of Market Research Is To Evaluate The Current State Of Technology And The Potential Offer On The Market.
Closing Date26 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: The Martinsburg Va Medical Center Is Conducting This Sources Sought To Identify Contractors Who Possess Capabilities To Provide The Services Described In The Statement Of Work Below.
as Permitted By The Far Part 10, This Is A Market Research Tool Being Utilized For The Informational And Planning Purposes. Your Responses Will Assist The Government In The Development Of Its Acquisition Strategy.
response Is Strictly Voluntary It Is Not Mandatory To Submit A Response To This Notice To Participate In Formal Rfq Process That May Take Place In The Future. However, It Should Be Noted That Information Gathered Through This Notice May Significantly Influence Our Acquisition Strategy. All Interested Parties Will Be Required To Respond Separately To Any Solicitation Posted As A Result Of This Sources Sought Notice.
respondents Will Not Be Notified Of The Results Of The Evaluation. We Appreciate Your Interest And Thank You In Advance For Responding To The Sources Sought.
this Service Will Be Implemented Using The North American Industry Classification System (naics) Code 485999.
if A Small Business Is Interested In This Procurement, They Must Provide At Least 51 Percent Of The Services Rendered.
notes
all Capability Statements/responses To This Sources Sought Notice Shall Be Submitted Via Email Only To Tracy.dotson@va.gov. Telephone, Fax, Or Any Other Form Of Communication Inquiries Will Not Be Reviewed Or Accepted. Responses To This Sources Sought Notice Must Be Received No Later Than January 22, 2025 At 3:00 P.m. (eastern Standard Time). This Sources Sought Notice May Or May Not Assist The Va In Determining Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It May Or May Not Be Announced At A Later Date, And All Interested Parties Shall Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought Notice.
disclaimer
this Rfi Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked A Proprietary Will Be Handled Accordingly In Accordance With (iaw) Federal Acquisition Regulation (far) 15.201(e), Rfis May Be Used When The Government Does Not Presently Intend To Award A Contract, But Wants To Obtain Price, Delivery, Other Market Information, Or Capabilities For Planning Purposes. Responses To These Notices Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Incurred Associated With Responding To This Rfi.
interested & Capable Responses
nco 5 Is Seeking Responses From Businesses That Are Interested In This Procurement And Consider Themselves To Have The Resources, Rights, And Capabilities Necessary To Provide These Services. Please Respond With Your:
business Name (including Unique Entity Id (sam.gov), Business Type, Socio-economic Status (e.g., Veteran-owned, Woman-owned, Disadvantaged Small Business, 8(a), Etc.), Person Of Contact (including Telephone Number & Email Address).
capability Statement
gsa Contract Number, If Applicable, To Include Naics
brief Summary Of Categories Of Professional Services That Your Company Can Provide.
applicable Certification(s)/licenses
performance Work Statement (pws)
general Procedure:
the Contractor Shall Be Required To Furnish All Necessary And Appropriate Labor, Supervision, Materials, Equipment, And Supplies To Provide Valet Parking Services In Accordance With The Terms And Conditions Of The Resulting Contract And The Specifications And Requirements, As Specified Herein. The Contractor Shall Provide Valet Parking Services To Alleviate Parking Problems Experienced At The Martinsburg Vamc. The Valet Parking Services Shall Be Intended To Accommodate Veteran Patients, Their Family Members, And Visitors. The Contractor Shall Be Required To:
staffing: The Contractor Will Provide Adequate Staffing Of Customer Service Attendant(s) For The Hours Of Operation Specified. The Contractor Will Always Provide Adequate On-site Supervision To Handle Customer Concerns And Parking Incidents. The Contractor Does All Recruiting, Hiring, Training, And Supervising.
contractor Should Base Their Plan On The Martinsburg Vamc Serving Approximately 100 Vehicles Per Day.
provide Va Approved Valet Claim Checks, Securing Keys, Parking Vehicles, Delivering Vehicles, And Directing Certain Valet Vehicles To And From The Valet Greeting Area.
provide Professional Valet Booth(s), Locking Key Cabinet(s), Safety Cones, Signs, Roadblocks And Other Supplies And Materials And/or Miscellaneous Items Necessary To Operate And Manage Valet Services. All Signs Shall Be At Least 30 X 30 . Hand-written Signs Shall Not Be Allowed.
blocking Of Any Roadway Or Re-routing Of Traffic Must First Be Approved By The Martinsburg Va Police Department.
the Contractor Will Provide Va Approved Walkie-talkies Or Radios For The Valet Staff To Communicate With Each Other While Conducting Their Normal Duties Of Valet Parking.
contractor Will Provide And Install A Minimum Of 2 "no Tipping" Signs. Signs Must Be A Minimum Of 30 X30 . The No Tipping Policy Shall Be Strictly Enforced. Valet Parking Attendants And All Other Parking Staff Shall Be Restricted From Accepting Tips Of Any Kind.
contractor Will Provide And Install A Minimum Of 2 Insurance Liability Signs For Vehicle Damage Claims. Signs Must Be A Minimum Of 30 X30 .
provide Experienced, Fully Trained, And Professional Valet Parking Attendants To Perform The Valet Parking Services.
constantly Assess Va Parking Situation Taking Into Consideration All Parking Spaces Available To Adjust The Level Of Parking Service And Personnel Required To Perform Under The Contract Without Exceeding The Required Wait Time To Valet Parked And Retrieved Vehicles.
provide Parking And Traffic Control Recommendations As Deemed Appropriate And Necessary To Provide Quality Services.
location:
martinsburg, Wv Va Medical Center: 510 Butler Ave, Martinsburg, Wv 25405
period Of Performance:
base Period (year) + 4 Option Periods (year).
site Inspection:
a Pre-proposal Site Inspection / Walk-through For All Interested Contractors Will Be Scheduled By The Contracting Officer For Any Interested Contractors. All Interested Contractors Are Encouraged To Attend The Site Inspection And Walk-through Of The Martinsburg Va Facility. Only One Walk-through For This Solicitation Shall Be Conducted. The Intent Of The Site Inspection Is To Give All Interested Contractors An Opportunity To Get Familiar With The Parking Lots Designated To Be Used For The Valet Parking.
note: The Contractor Shall Be Responsible For All Costs And Travel Expenses Associated With The Site Inspection Visit. While Not Mandatory, Failure To Attend The Site Inspection Walk-through Of The Martinsburg Va Facility Shall Not Release The Contractor From Complying With The Terms, Conditions, Specifications, And Requirements Of The Resulting Contract.
designated Valet Parking Lots:
the Martinsburg Vamc Will Designate Parking Lots To Be Used For The Valet Parking Services.
the Contractor Shall Have Complete Control Of Vehicles Parked In Designated Valet Parking Area(s) In The Context Of Maximizing The Space Available And Facilitating A Smooth Operation. The Martinsburg Vapd Will Always Maintain Authority Over All Vehicles And Parking At The Facility. If Deemed Necessary By The Martinsburg Vamc, The Contractor Shall Be Required To Double Stack Vehicles To Maximize The Space Available. The Contractor Shall Be Responsible For Parking Control And Monitoring The Designated Parking Lots Assigned For The Valet Operation.
contractor Responsibilities:
the Contractor Shall Provide Consistent, Responsive, Secure, And Efficient Valet Parking Operations. The Contractor Shall Be Responsible For Providing Patrons With A Valet Claim Check/ticket, Securing Keys, Parking, Delivering, And Directing Certain Valet Vehicles To And From The Valet Drop Off And Pick Up Area. The Martinsburg Vamc Will, At Their Discretion, Provide The Contractor With Instructions On Addressing The Issue Of Who Qualifies For Valet Parking Services And The Method Of Identifying Such Individuals. Such Instructions May Include Verbiage Such As Vehicles Requiring Valet Parking Shall Be Stopped By The Valet Parking Attendants, Who Shall Be Required To Ask The Patients Or Drivers For An Appointment Letter, Va Patient Identification Card, Clinic Or Healthcare Service Which Will Be Visited And The Estimated Time Of Departure. Valet Parking Attendants Shall Also Be Required To Ask Visitors The Name Of The Inpatient Veteran, Name Of Event Attending Or The Name Of The Va Staff That Will Be Visited And Their Estimated Time Of Departure. The Exact Procedures Will Be Provided To The Contractor By The Cor Covered In This Statement Of Work. The Contractor Shall Be Responsible For Screening Out Vendors And Employees, Except Those With Handicapped Placards Or License Plates, From Inappropriately Using The Valet Parking Services At The Martinsburg Vamc. All Vehicles Parked By The Parking Attendants Shall Be Locked And Secured. Driver S Keys Shall Be Secured At The Valet Booth(s). A Claim Check Shall Be Issued To The Driver Using The Valet Service. Claim Checks Shall Contain The Valet Company S Liability Disclaimer And Contact Information. Contractor Shall Be Responsible For Directing Vehicles Not Wishing To Participate In The Valet Parking Services To Other Designated Parking Locations. Contractor Shall Designate A Full-time Supervisor To Be On Site During Set-up, Tear-down Operations, And Performance Of The Work. The Contractor Shall Always Provide Adequate On-site Supervision To Handle Customer Concerns And Parking Incidents. Duties Of The Supervisor Shall Also Include But Not Be Limited To Customer Relations, Training, And Improving All Valet Services And Coordinating All Work And Additional Services With The Contracting Officer S Representative (cor). Contractor Shall Coordinate With The Cor To Designate Front Drop Off And Pick Up Area(s) Near The Entrance For Loading And Unloading Of Handicapped Patients/patrons So As Not To Interfere With Normal Valet Parking Operation. Handicapped Patients/patrons Shall Be Permitted To Pull To The Designated Drop Off And Pick Up Area(s) Near The Entrance. The Parking Attendants Shall Then Be Required To Park The Vehicles Or Direct The Drivers To A Handicap Space For Self-parking. Patients With Handicap Placards Or License Plates On Their Vehicles Shall Be Given The Option Of Self-parking In Handicapped Slots Or Valet Parking. Non-handicapped Employees Shall Be Directed To Self-park.
patient Assistance:
the Service Shall Include Assisting Patients And Their Families Who Request Front Door Service, Assisting With Wheelchairs And Other Devices In And Out Of Cars, And Parking Of Automobiles To Include Vehicles With Adaptive Equipment. To Reduce The Risk Of Injuries To Valets And Potentially To The Veterans Using Valet Services, Valets Will Be Responsible For Following The Martinsburg Vamc S Practices For Safe Patient Handling And Mobility (sphm) Program. The Contractor Shall Deliver These Wheelchairs Upon Patient Or Caretaker Request To The Patient To Facilitate Patient Travel From The Drop Off Area To The Volunteer Desk At The Hospital Entrance, If Requested. The Contractor Will Not Escort Patients Within The Hospital/facility. All Wheelchairs Used Will Be Noted On The Contractor Ticket For Accountability. Parking Patrons Shall Be Always Treated Courteously And With Respect. Parking Attendants Shall Drive Slowly And Cautiously, Paying Attention To Pedestrian Traffic.
training/licenses/qualifications:
the Contractor Shall Provide Bonded, Fully Trained, Experienced Parking Attendants Who Possess A Valid State Driver S License, Be U.s. Citizens And Be Fluent In The English Language. Contractor Personnel Shall Be At Least 18 Years Of Age, Have No Criminal History, And Be Able To Perform All General Duties, Functions, And Activities As Required. Contractor S Staff Qualifications Shall Also Include Expertise In The Proper Operation Of All Types Of Motor Vehicles, And A Commitment To The Highest Level Of Respect, Courtesy, Compassion, And Safety. The Contractor Shall Furnish At Its Cost, Evidence Of Qualifications And Competency Assessment Of All Employees. Such Evidence Shall Include But Are Not Limited To Copies Of Driver S Licenses, Dmv Printouts, And Copies Of Security Background Checks. To Be Eligible To Perform Under This Contract, Each Contract Employee Must Satisfactorily Complete Va Talent Management System (tms) Web Base Training. Effective March 23, 2012, All Contractors Are Required To Begin Using Tms For Their Mandatory Training, Utilizing The Create New Feature At Contract Employees Will Self-enroll Into Tms And Select The Following Courses. Training Is To Be Accomplished Outside Of Contract Duty Hours. Tms Courses Will Require Completion Annually. The Contractor Shall Be Responsible For Providing A Facility Orientation To All Valet Parking Attendants And Offer A Training Program That A Minimum Will Include The Following:
security
patient Privacy
safety
emergency Procedures
accidents / Injuries
communication (with Contractor Staff /martinsburg Vamc).
the Contractor Shall Maintain Documentation Certifying That All Employees Assigned To The Contract Have Received The Training. If Deemed Necessary By The Government, Additional Training Shall Be Offered At The Martinsburg Vamc And Scheduled At The Post Award Meeting On A Mutually Agreeable Date And/or Coordinate With The Cor. In Addition To Safe Driver Training, The Minimum Customer Service Training Must Be Provided And Documented For Each Employee.
the Importance Of A Positive Attitude
verbal Communication Methods That Are Courteous And Informative
non-verbal Communication
appearance
volume And Tone
face To Face Contact
self-evaluation
violence In The Workplace
contractor Employees Must Know Basic Directions For Destinations In The Hospital And Around The Community. Contractor Employees Must Keep The Work Area Clean And Always Appear Ready For Work, Even When No Customers Are Present.
uniforms:
the Contractor S Uniform Should Be Prior Approved By The Cor Before Initial Commencement Of Work. The Selected Uniform Will Be Standard For All Employees. At No Time Will Any Contract Employee Wear Their Own Jacket, Shirt, Pants, Coat, Gloves, Or Head Gear. All Cold Weather/rain Gear Will Be Supplied By The Contract Company. Uniforms Shall Facilitate Easy Identification Of Contractor Employees By Employee Name And Company Name. Uniforms Shall Be Always Worn During Performance Of Contract Duties. Uniforms Will Be Neat In Appearance. Shirts And Pants Will Be Ironed Or Pressed. The Cor Can Request A Contractor To Be Sent Home If Their Uniform Is Not Presentable. The Contractor Will Replace Any Worn-out Or Torn Uniform At No Cost To The Government Or Employee. Approved Uniforms And Related Accessories, Listed Below, Do Not Have To Be New But Must Be In Good Condition:
Shirt, Button Up, Long Sleeve (cold Weather Days)
Shirt, Button, Up Short Sleeve
trouser, All-season Weight
jacket, Winter, Heavyweight Artic Field Coat
jacket, Lightweight
trench Raincoat
winter Gloves, (pair), (color To Match Accessories)
hat With Company Logo Or Valet Written On Face, (color To Match Accessories)
earmuffs Or, (color To Match Accessories)
the Outermost Article Of Clothing Being Worn By The Valet Staff Above The Waist Shall Have, In Whole Or In Part, Reflective Material To Improve Worker Visibility To Alert Drivers Of The Valet S Presence When Walking Through The Lots. The Reflective Gear Shall At A Minimum Meet Ansi 107-2015 Type R, Class 2 Requirements.
claims/damage:
the Contractor Shall Be Completely Liable For All Vehicle Damages Occurred While At The Possession Of The Valet Staff And/or Service. All Vehicle Damage Claims Brought To The Attention Of The Valet Contractor Shall Be Immediately Investigated And Validated Claims Shall Be Processed For Settlement.
any Claims Of Damage Or Missing/stolen Property Involving Patient/customer S Vehicles Shall Be The Responsibility Of The Contractor. The Va Assumes No Responsibility For Such Claims. All Claims Shall Be Directed To And Handled By The Contractor Supervisor Who Shall Immediately Notify The Cor And The Va Police Department (vapd). Corrective Actions To Resolve All Claims Shall Commence Immediately. All Claims Shall Be Settled Within Fourteen (14) Working Days Unless Extenuating Circumstances Warrant Additional Time And Is Authorized By The Contracting Officer. All Vehicle Accidents Or Theft Claims Should Be Immediately Reported To The Va Police For Investigation.
martinsburg Vamc Hours Of Operation:
proposed Hours Of Operation Are 6:30 Am To 5:00 Pm Monday Through Friday For The Martinsburg Vamc, Excluding Federal Holidays. The Cor Will Notify The Contractor If Valet Will Be Operating On Other Days Specifically Declared By The President Of The United States To Be A Federal Holiday. The Contractor Shall Adjust The Level Of Valet Parking Staff As Necessary To Ensure An Efficient Operation. If Deemed Necessary By The Government, The Hours Of Operation May Be Periodically Adjusted Based Upon Volume And Demand. The Medical Center Does Not Routinely Close For Adverse Weather Conditions. When The Medical Center Remains Open During Adverse Weather Events It Is Expected Sufficient Staff Will Be On Site To Operate The Valet Service. At 5:00 Pm, The Parking Attendants Shall Turn Over All Remaining Keys And Associated Tickets To The Aod. A Log Will Be Completed For All Remaining Keys Turned Over To The Aod. The Log Will Include The Ticket Number, Vehicle Make And Model, Registration Number, Valet Attendant S Name That Tuned Keys Over To The Aod, And The Aod S Name With Signature That Took Responsibility Of The Keys. The Aod Will Then Lock Up The Keys In The Aod S Safe.
federal Holidays:
listed Below Are The Eleven Federal Holidays: No Work Will Be Performed On These Days.
new Year S Day
january 1
martin Luther King S Birthday
third Monday In January
president S Day
third Monday In February
memorial Day
last Monday In May
juneteenth
june 19
independence Day
july 4
labor Day
first Monday In September
columbus Day
second Monday In October
veterans Day
november 11
thanksgiving Day
fourth Thursday In November
christmas Day
december 25
special Events:
the Contractor Shall Be Notified In Advance Of Any Special Events Which Might Cause Parking Problems Because Of Additional Patients, Patrons, Or Visitors To The Medical Center. Contractors Shall Be Required To Adjust The Level Of Parking Staff To Accommodate The Workload Or Extra Vehicle Volume.
proposed Plan:
after Notification Of Contract Award, The Contractor Shall Have Forty-five (45) Calendar Days For Full Operational Implementation. This Must Include Finalizing Staff Requirements, Including Government-administered Background Investigations, Etc. The Contractor Shall Be Required To Implement Their Proposed Valet Parking Service Plan And Perform On A Day-to-day Basis For The Duration Of The Contract.
ordering Activity:
the Contractor Shall Not Accept Any Instructions Issued By Any Person Other Than The Contracting Officer Or Delegated Government Representative Such As The Cor Who Is Acting Within The Limits Of His/her Authority.
quality Assurance:
the Contractor Shall Be Responsible For Complying With All Appropriate Regulations And Guidelines Of The Occupational Safety And Department Of Transportation, And/or Any Other Pertinent Federal, State, And Local Policies Relating To The Herein Mentioned Work Or Valet Parking Services. The Contractor Shall Always Provide Adequate On-site Supervision To Achieve Quality Assurance And To Handle All Customer Concerns And Parking Incidents. All Tasks Accomplished By The Contractor Personnel Shall Be Performed To Preclude Damage Or Defacement To Vehicles Or Government-owned Furnishings, Fixtures, Equipment, And Facilities. The Contractor Shall Report Any Damage Observed Or Caused By The Contractor Personnel To The Cor. The Contractor Shall Be Responsible For The Replacement Of Items Or To Repair Vehicles Or Facilities To Previous Condition If The Contractor Is Determined To Be At Fault For The Damage.
Complaints:
the Contractor Shall Promptly And Courteously Respond To Complaints Within 10 Working Days, Including Complaints Brought To The Contractor S Attention By The Contracting Officer Acting As The Quality Assurance Evaluator (qae). The Contractor Shall Maintain A Written Record Of All Complaints, Both Written And Oral Showing The Identity Of The Individual, The Nature Of The Complaint, And The Contractor S Response. The Contractor Shall Permit The Government To Inspect Such Records Upon Request.
reports:
the Contractor Shall Establish A Method To Validate The Number Of Vehicles Parked Per Day (i.e., Parking Stubs) And Submit A Monthly Report To The Contracting Officer And Cor Within Seven (7) Calendar Days After Each Month Ends. The Report Shall Summarize The Number Of Vehicles Parked By Valet Attendants Based On Date And Time (sorted By Morning Or Afternoon). The Report Shall Also Identify The Peak Hours During The Day And How Many Vehicles Were Parked During Those Peak Hours. The Report Shall Also Include Any Incidents, Accidents Or Special Situations With Patients, Visitors, Va Employees, Or Va Volunteers. The Reports Must Be Legible And Easy To Understand. Reports Should Be Signed By The Supervisor And/or Authorized Representative Of The Contractor. Contractor May Provide For Approval A Sample Of The Types Of Report Forms Used On Similar Projects.
disruptive Behavior:
the Contractor Shall Always Provide Adequate Onsite Supervision To Handle Disruptive Behavior Of Any Parking Attendant Performing Under The Contract. The Contractor Agrees To Permanently Remove Any Member Of Its Parking Staff From Performing Work Associated With This Contract, At The Sole Discretion Of The Va. Any Legal Misconduct Or Violations Will Be Subject To Governing Security, Law Enforcement, And Standards Of Conduct On Veterans Affairs Property, 38 Cfr 1.218.
examples Of Misconduct Include:
neglect Of Duty, Including Sleeping While On Duty, Unreasonable Delays, Or Failure To Carry Out Assigned Tasks, Conducting Personal Affairs During Official Time, Lack Of Or Limited Productive Service And Refusing To Render Assistance Or Cooperate In Upholding The Integrity Of The Valet Program At The Worksite.
disorderly Conduct, Use Of Abusive Or Offensive Language, Quarreling, Rude Inappropriate Comments, Sexual Harassment, Intimidation By Words Or Actions, Or Fighting. Also, Participation In Disruptive Activities Which Interfere With The Normal And Efficient Operations Of The Government.
Theft, Vandalism, Immoral Conduct, Or Any Other Criminal Act.
selling, Consuming Or Being Under The Influence Of Intoxicants, Drugs, Or Substances Which Produce Similar Effects.
involvement In Commercial Activities At Any Time While On Government Controlled Property (included Soliciting Sale, Donation, Etc., From Employees, Patients, Or Others).
Improper Use Of Official Authority Or Credentials.
unauthorized Use Of Communications Equipment Or Government Property (includes Unauthorized Or Personal Use Of Internet, Long Distance Telephone Services Or Government Computer Network).
Possession Or Misuse Of Weapons(s).
Receiving Gifts Or Tips From Va Employees, Veterans, Or Their Family Members.
the Contracting Officer, In Conjunction With Cor Will Make All Determinations Regarding The Removal Of A Person(s) From The Work Site(s). In The Event Of A Dispute, The Contracting Officer Will Make Final Determination. Specific Reasons For Removal Of An Employee(s) Will Be Provided In Writing To The Contractor.
buses Or Large Vehicle:
patients Driving Buses Or Large Motor Vehicles Shall Be Directed To Self-park Their Vehicles In The Parking Areas Designated By Va Police.
changes To Parking Lots:
no Alterations To The Parking Lots Shall Be Permitted.
government Responsibilities:
the Participating Va Medical Center Shall Provide Orientation And Training On Va Policies And Procedures Relating To Security, Patient Privacy, Safety, Emergency Procedures, Accidents/injuries, And Communication With Va Staff. The Required Training Shall Be Scheduled At A Post Award Meeting On A Mutually Agreeable Date And Coordinated With The Cor.
contractor Submittals / Insurance Requirements:
contractor Shall Be Required To Provide Copies Of The Following:
automobile Liability Insurance For Bodily Injury And Property Damage On All Vehicles Used In The Performance Of This Contract. Policies Covering Automobiles Operated In The United States Shall Provide Coverage Of At Least $200,000 Per Person And $500,000 Per Occurrence For Bodily Injury And $20,000 Per Occurrence For Property Damage.
the Contractor Shall Assume Full Responsibility For All Contracted Employees And Maintain At The Minimum Liability Insurance. Proof Will Be Required, And Spot Checked Randomly Per Employee.
background Screening:
in Accordance With Vha Directive 0710 All Contractor Personnel Providing Services Under This Contract Shall Be The Subject To A Background Screening And Must Receive Favorable Adjudication From The Va Prior To Contract Performance. The Level Of Screening For This Contract Is: Special Agency Check (sac). Any Employee Whose Background Investigation Yields Unfavorable Results Shall Be Removed Immediately From Performance Under This Contract. In The Event The Screening Is Not Completed Prior To Contract Performance, The Contractor Shall Be Responsible For The Actions Of Those Individuals Performing Under The Contract.
contractor Personnel Security Requirements:
all Contractor Employee S Will Be Issued A Government Piv Card (id Card). The Piv Card Must Be Always Worn While On Va Property. The Piv Card Must Be Worn Above The Waist And Clearly Visible. The Contractor Shall Be Required To Coordinate With The Cor To Obtain The Va Provided Piv Cards For All Valet Parking Staff. All Va Provided Piv Cards Shall Be Returned If The Contractor Employee Leaves The Employment Of The Contractor, At The End Of The Contract Or Upon Completion Of Service.
the C&a Requirements Do Not Apply, And That A Security Accreditation Is Not Required.
drug/alcohol Policy:
contractor Shall Ensure That All Valet Parking Staff Performing Under This Contract Complied With The Martinsburg Vamc Alcohol And Drug Free Workplace Policy. The Contractor Shall Be Expected To Conduct Random Alcohol And Drug Tests On All Valet Parking Staff. Random Alcohol And Drug Tests Shall Be Conducted At Least Once A Year On Each Employee. Proof Of Drug Screen Shall Be Submitted To The Cor And Will Be The Responsibility Of The Contractor To Cover The Cost. Valet Parking Staff Shall Also Be Subject To Drug And Alcohol Testing When Reasons Exist To Suspect The Use Of Illegal Drugs And/or Alcohol While On Duty That Impaired Judgment, Performance, Operation Of Vehicles And The Safety Of Veteran Patients, Va Employees, Visitors, Voluntaries And/or Other Valet Parking Staff. Upon Request, The Contractor Shall Be Expected To Provide Evidence Or Copy Of The Results Of Employee Drug And Alcohol Testing. This Shall Also Be At The Expense Of The Contractor.
smoking Policy:
vamc Martinsburg Is A Smoke/vape Free Campus. Smoking Or Vaping Is Not Permitted Within Or Around The Va Facility Grounds.
cell Phone:
cell Phone Use Shall Not Be Permitted While Parking Vehicles.
performance Standards Summary:
performance Standards Define Desired Services. The Government Performs Surveillance To Determine If The Contractor Exceeds, Meets, Or Does Not Meet These Standards.
performance Objective
acceptable Quality Level (aql)
method Of Surveillance
incentive/disincentive
contractor Shall Perform All Of The Requirements In Accordance With Sow Section General Procedures -valet
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow Section: Patient Assists
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow Section: Training
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow Section: Uniforms
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow: Reporting Requirements
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow Section: Claims For Damages
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
place Of Performance
martinsburg Va Medical Center
510 Butler Ave
martinsburg, Wv 25405
Closing Date22 Jan 2025
Tender AmountRefer Documents
DEPARTMENT OF MIGRANT WORKERS DAVAO CITY, DAVAO DEL SUR Tender
Others
Philippines
Details: Description Re Quest For Price Quotation Date: 23 January 2025 Rfq No: 001-2025 Company/business Name: Address: Business/mayor’s Permit No. Tin No. Philgeps Registration No.: The Department Of Migrant Workers (dmw) Ro Xi, Through Its Bids And Awards Committee (bac), Intends To Procure The Security Service For Dmw Ro Xi For Cy 2025 Through Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein Addressed To: Atty. Persis Niña M. Mula-enriquez Chairperson, Bids And Awards Committee 3/f Nccc Buhangin, Km. 7 Tigatto Rd., Buhangin, Davao City Contact No. 09310298009 E-mail Address: Davao@dmw.gov.ph Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By Your Authorized Representative Not Later Than 28 January 2025 At 11:00 Am. The Following Documents Are Also Required To Be Submitted Along With Your Quotation On The Specified Above Or Before A Notice Of Award Is Submitted: Documents Remarks 2025 Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired 2024 Mayor’s Or Business Permit With The Official Receipt Of The Renewal Application. However, A Copy Of Your 2025 Mayor’s Or Business Permit Shall Be Required To Be Submitted Before The Award Of The Contract. Philgeps Registration Number For Procurement Requiring A Mayor’s Permit And Philgeps Registration Number, A Certificate Of Platinum Membership May Be Submitted In Lieu Of The Said Documents. Latest Income/business Tax Return Required For Abc Above P500k. Omnibus Sworn Statement Required For Abc Above P50k. If Unable To Have The Document Notarized, You May Submit A Signed Unnotarized Omnibus Sworn Statement (in The Prescribed Template), Subject To Compliance Therewith Before The Award Of The Contract. For Any Clarification, You May Contact Us At The Telephone Number Or Email Address Provided. Valid License To Operate From Supervisory Office For Security And Investigation Agency (sosia); Valid Philippine Association Of Detective And Protective Agency Operators (padpao) Certificate; And For Any Clarification, You May Contact Us At The Telephone Number Or Email Address Provided. Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. 1. Do Not Alter The Contents Of This Form In Any Way. 2. The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. In Case Of Any Changes, Bidders Must Use Or Refer To The Latest Version Of The Rfq, Except When The Latest Version Of The Rfq Only Pertains To Deadline Extension. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. In Case A Prospective Supplier/service Provider Submits A Filled-out Rfq With A Supporting Document (i.e., A Price Quotation In A Different Format), Both Documents Shall Be Considered Unless There Will Be Discrepancies. In This Case, Provisions In The Rfq Shall Prevail. 3. All Mandatory Technical Specifications (with Asterisk) Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/ Disqualified. 4. Quotations May Be Submitted Through Electronic Mail At Davao@dmw.gov.ph. Compressed Password-protected Price Quotations, In Case Of Electronic Submission, Shall Be Sent At Davao@dmw.gov.ph With The Corresponding Password. 5. Quotations Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. 6. Do Not Leave Any Blank Items. Indicate “0” If The Item Being Offered Is For Free. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/ Lowest Calculated And Responsive Quotation, The Dmw Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With The Gppb Circular 06-2005. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Dmw. The Delivery Of The Item/s Shall Be Acknowledged Upon Delivery To Confirm Compliance With The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 11. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered, Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Dmw May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. After Having Carefully And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Security Services For Dmw Ro Xi For Cy 2025 Technical Specifications Yes No Remarks Manpower Requirement 1. The Department Of Migrant Workers (dmw) Is In Need Of Security Services For Cy 2025, To Maintain Safety, Peace And Order Inside The Building And Around The Dmw’s Premises; As Well As Protect Its Officials, Employees, Visitors And Guests From Assault, Harassment, Threat And/or Intimidation And Other Criminal Acts; Guard And Protect Its Property From Theft, Arson, Pilferage, Trespass, Robbery, Destruction Or Damage And Other Unlawful Acts By Strangers Or Employees. 2. The Prospective Bidder Must Be An Active Member Of The Philippine Association Of Detective And Protective Agency Operators (padpao), Inc. For At Least Five (5) Years, With Good Standing And Duly Accredited With The Philippine-government Electronic Procurement System (phil-geps) Of The Department Of Budget And Management (dbm). 3. The Prospective Bidder Must Have Completed And/or Has An Ongoing Similar Contract. 4. The Prospective Bidder Shall Comply And Submit The Required Eligibility Requirements Per Ra 9184 And Dmw Bids And Awards Committee (bac). 5. The Security Agency Must Have A Branch Office In Davao City To Provide The Following: Location No. Of Security Guards Davao City 2 Sg (7:00 Am To 7:00 Pm) A Total Of Two (2) Qualified And Competent Uniformed, Armed, And Bonded Security Guards In Accordance With Ra 5487, Private Security Agency Law As Amended And As Well As Other Related Laws And Regulations. The Security Personnel Shall Render Service Five (5) Days A Week. Upon The Exigency Of The Service Or Need Of The Security Personnel Posted, The Guard Shall Extend Duty Hours And Shall Be Entitled To Overtime Pay. The Agency Shall Submit A Weekly Deployment Schedule Of Guards And Daily Actual Deployment Report. Subject To Approval Of The Official Where They Are Assigned. 6. For This Purpose, The Security Agency Shall Provide Dmw A Security Plan And Complete List Of The Names Of The Security Guards And Their Supervisors, Together With The Necessary Firearms And Ammunitions To The Guards Assigned To The Dmw As Well As Communications And Transportation Equipment, Health Paraphernalia Such As Face Shield And Face Mask For The Guard And Other Security Equipment Services And Shall See To It That When On Duty, They Are In Prescribed Uniform With Complete Accoutrements (see Item 12 (ii-5); Completeness Of Uniform And Paraphernalia). Likewise, Their Respective Dates Of Hiring Together With Their Respective Bio-data Duly Subscribed And Sworn To. In Case Of Any Change In The Roster Of Security Guards Including Their Supervisor Assigned To The Dmw, The Agency Shall Immediately Inform The Dmw And Shall Submit The Aforecited Data. 7. The Security Agency Shall Ensure That The Guards To Be Deployed Must Present Medical Certificate And Nbi Clearance. 8. The Supervisor Of The Security Guards Shall Initiate And Implement, With The Concurrence Of The Dmw, Other Security Measures, Aside From The Approved Security Plan, To Further Improve And Maintain Effective And Efficient Security Service For The Dmw. Any Member Of The Security Force Deployed By The Security Agency May Be Replaced Or Rotated Upon The Recommendation Of The Dmw. 9. It Is Expressly Understood And Agreed That The Security Agency Is Not An Agency Or Employee Of The Dmw And The Personnel To Be Assigned By The Security Agency To The Dmw Are In No Case Employee To The Latter As They, For All Intents And Purpose, Are Under Contract With The Security Agency. Accordingly, The Dmw Shall Not Be Responsible For Any And All Claims For Personnel Injury Or Damage, Including Death Arising Out Or, Or On The Course Of, The Lawful Performances Of The Regular And Official Function Of The Said Security Personnel. 10. The Security Agency Shall Exercise Discipline, Supervision, Control And Administration Over Its Guards In Accordance With Law, Ordinances And Permanent Governmental Rules And Regulations As Well As The Rules And Policies Prescribed By The Dmw On The Matter. Schedule Of Requirements: Post Area Of No. Of Hour Day No. Responsibility Guards Coverage 1 Dmw Regional 2 7:00 Am To Mon- Office Xi 7:00 Pm Fri Within The Duration Of The Contract The Security Service Contractor (ssc)/private Security Agency (psa) Shall Provide The Minimum Requirement Of Equipment But Not Limited To The Following: Quantity Unit Description 2 Units Side Arms 2 Units Night Sticks (batons) & Whistle 2 Units Handheld Radio With Headset 2 Pcs Spare Battery Of Handheld Radio 2 Units Handheld Metal Detector I. Scope Of Services The Security Agency Shall Provide And Deploy Sufficient Number Of Efficient, Well Trained, Experienced And Trustworthy Personnel For Security Services Daily, For The Year 2025 Per Labor Advisory No. 15, Series Of 2018 Under The Herein Schedule Of Deployments And Work Shift. The Agency Shall Provide The Supplies And Equipments As Stated In Item No. 10 - Schedule Of Requirements. Ii. Performance Criteria 1. The Security Agency Must Have Deployed At Least 10 Guards With Its Previous Contract With Other Government Agency. 2. The Security Agency Must Be Of Good Standing And Should Not Have Pending Cases With Other Agencies, Department Of Labor (dole), National Labor Relations Commission (nlrc), Other Government/private Agency And Judicial Courts. Any Pending Case By The Agency That In The Discretion Of Dmw May Be Detrimental And / Or Disadvantageous To The Administration May Be A Ground For Outright Denial And/or Disqualification By Security Agency From Further Participating In The Procurement Activity To Be Conducted By Dmw. Iii. Additional Set Of Technical Evaluation Parameters 1. Stability A) Years Of Experience – At Least 5 Years In Business B) Liquidity Of The Contractor – At Least 5 Million (current Assets Minus Stocks Minus Current Liabilities Based On Balance Sheet As Of December 31, 2022) C) Organizational Set-up – With Good Office Set-up, Personnel And Office Tools And Equipment. (submit Organizational Structure And List Of Officers) 2. Resources A) Number Of Licensed Firearms B) Number And Kind Of Communication Devices C) Number And Kind Of Motor Powered Vehicles Number And Kind Of Equipment And Supplies – With The Minimum Number And Kind Of Equipment And Supplies As Specified In Item No. 10 - Schedule Of Requirements D) Number Of Guards – With At Least 50 Security Guards 3. Security Plan General Security Protocol A) The Security Agency Shall Provide The Dmw With Twelve (12) Hour Security Service Based On The Schedule Of Requirements: Deployment Schedule. B) The Security Agency Shall Maintain A Pool Of Security Guards And Promptly Provide Relievers/replacements In Case Of Absences Of Any Of The Assigned Security Officer Or Guard In Order To Insure Continuous And Uninterrupted Security Service. The Head Of Office Shall Promptly Be Informed Of The Contingency Arrangements By The Security Agency In Cases Of Absences And/or Necessary Replacements Of Their Security Personnel Assigned To Dmw. A Security Guard Shall In No Case, Act As A Reliever After His Tour Of Duty. C) The Security Guard On Duty Shall Be Responsible For Closely Monitoring And Recording Of Movement Of All Office Materials, Supplies And Personnel Within The Assigned Area Of Responsibility. Whenever Equipment Is Brought Out Of The Building, The Security Guard On Duty Shall Demand A Gatepass Duly Signed By The Head Of The Office. D) The Security Guard On Duty Shall Be Responsible For The Proper Screening Of Visitors And Guest Observing The Proper Decorum In A Very Courteous And Polite Manner. The Security Guard Shall Require Visitors And Guests To Register In The Visitor’s Logbook, Issue A Visitor’s Pass, If Applicable, And Check For Any Firearms Or Deadly Weapons That They May Deposit For Safekeeping And Issued With The Appropriate Acknowledgement Receipt. E) The Security Guard On Duty Shall Be Duly Authorized To Inspect Bags And Packages And Search Individuals, Including Employees When Necessary. 4. Disaster Management Plan A) Fire B) Earthquake C) Flood D) Bomb Threat 5. Recruitment And Selection Criteria A) The Security Agency Shall Ensure That The Security Guards Are Properly Screened, Declared Physically And Mentally Fit And Undergone On-the-job-training Before They Are Allowed To Report To Their Assigned Posts. Security Guards Shall In No Instance Be In The Influence Of Liquor/alcohol Or Any Prohibited Drugs While On Duty. Upon The Instance When Dmw Through Its Head Of Office Found Any Security Guard To Be Under The Influence Of Liquor Or Any Prohibited Drugs, The Security Agency Shall Immediately Replace The Said Security Guard. B) All Security Guards To Be Assigned By The Security Agency To Dmw Must Possess The Following Minimum And Basic Qualifications: B.1) Filipino Citizen; B.2) 21 Years Old But Not More Than 45* Years Of Age; Preferably At Least 2nd Year College Of Sound And Alert Mind And Physically Fit For Security Duties; *more Than 45 Years Old Are Subject To Approval Of Dmw B.3) At Least 5 Feet In Height Of Medium Built; B.4) Duly Licensed And Must Have Passed The Physical And Neuro-psychiatric Examination And Drug Test Required By The Pnp And Cleared By The Pnp, Nbi And Other Concerned Government Officers; B.5) Must Be A Holder Of Certificate Of Training For Security Guards Issued By Recognized Police Agency And Such Other Requirements Under R.a. 5478, As Amended; B.6) If Those With Military Background, Must Submit Honorable Discharge Papers; And B.7) Of Good Moral Character C) The Security Agency Shall Conduct Seminars At Least Once Every Quarter To Further Train Its Security Guards On Emergency Response, Public Relations, Courtesy, Discipline, First Aid, Report Writing, Crisis Management, Proper Use And Maintenance Of Firearms, Laws On Arrest, Seizure, Searchers, Evidence, Strikes, Crime Against Persons And Property, And Other Related Topics; D) All Security Guards Shall Be Screened By The Head Of Office Before Their Acceptance. The Following Should Be Submitted For Evaluation Of The Head Of Office: D.1) Transcript Of Records Showing Compliance To Education Requirements; D.2) Medical Certificate Attested Within Two (2) Weeks Prior To Assignment To The Dmw, Showing The Physical And Mental Fitness, Height And Weight Of The Candidate; D.3) Certificate Of Live Birth Of The Candidate Showing Exact Date Of Birth On Record; D.4) Nbi Clearance D.5) Current/unexpired Security Guard License Issued By The Pnp. D.6) Certificate Of Training D.7) Recent 2x2 Picture D.8) Sss Membership D.9) Drug Test Certification D.10) Police And Barangay Clearances Showing That The Candidate Is A Citizen Of Good Moral Character In The Community. E) After Evaluation Of The Submitted Documentary Requirements And Acceptance Of Security Personnel, The Security Agency Shall Submit To The Head Of Office The Duty Detail Order Of The Accepted Security Personnel To Be Deployed To Dmw Ro Xi F) The Number Of Security Guards May Be Subsequently Increased Or Decreased As May Be Determined By Dmw Depending Upon The Circumstances; 6. Completeness Of Uniform And Paraphernalia I. The Security, Shall At All Times During The Tour Of Duty, Assign To Dmw Uniformed And Adequately Trained Security Personnel With Duly Licensed Firearms And Ammunitions With Adequate Licenses And Permits From Appropriate Government Agencies And Fully Equipped With Supplies Necessary For The Successful Implementation Of Their Duties. Ii. The Security Agency Shall Provide All Security Guards And Security Officers With Clean And Presentable Uniforms, Nametags/id, Raincoats, Batons At Its Own Cost And Other Necessary Tools Such As But Not Limited To Metal Detectors, Weapons And Ammunitions Needed. Iv. Other Duties Of Security Agency 1. The Security Agency Shall Be Under The Direct Control And Supervision Of The Dmw Head In So Far As The Security Requirements And Concerns Of The Latter. 2. The Security Agency Shall Accordingly Coordinate With Head Of Office To Conduct A Survey Of The Areas Of The Security Plan Based On Their Requirements. The Agency Shall Submit A Security Plan Based On Their Survey As Part Of Their Documentary Submissions. The Security Agency Shall Strategically Position Their Guards In Accordance With The Security Plan Save In Those Instances When There Is A Duly Authorized Special Security Arrangement With The Chief Of Office Concerned Or The Building Administration Office, As Cleared And Duly Coordinated With Administrative Unit. 3. The Security Agency Shall Immediately Replace Any Security Guard Or Officer/personnel Who May Be Found To Be Undesirable And/or Incompetent, Involve With Immoral And Illegal Activities By The Dmw Through Administrative Unit Or Head Of The Office) Upon Receipt And Verification Of Any Complaint Report Or Request. 4. The Security Agency Shall Visit The Client Or Its Representative Regularly For A Meeting At Least Twice A Month Concerning Security Operations And Other Concerns Of The Detachment; 5. The Security Guards Shall Undergo A Quarterly Drug Test At The Expense Of The Security Agency; Submit Test Results As Proof Of Compliance; If Found Positive, The Security Agency Shall Notify Dmw In Writing And Provide Replacement. 6. The Head Of The Office Jointly Or By Themselves, Shall Have The Right To Randomly Inspect The Security Guards In Their Posts To Determine Compliance On The Physical Condition Of The Security Guard On Duty, With Emphasis On Checking Whether The Guard Is Under The Influence Of Liquor And Other Intoxicating Experience Or Prohibited Substances. Reports Of Security Guards Under The Influence Of Liquor Or Other Prohibited Substances Shall Be Ground For Suspension Or Debarment Of Such Person Or If Warranted, The Pre-termination Of The Contract With Security Agency With The Dmw Without Prejudice To Any “blacklisting” Proceedings That May Be Initiated By Dmw Against The Security Agency. 7. The Security Agency Shall Be Directly Liable For The Loss, Due To Negligence Of The Assigned Security Guards Of Any Properties Of The Dmw. 8. It Is Mutually Agreed Between The Parties That The Retirement Benefits Due To The Guards Shall Exclusively Be Borne By The Security Agency Accordingly. V. Other Terms And Conditions That Will Be Included In The Contract 1. The Dmw Shall Deduct The Cost Of Maintaining The Post For The Day/shift If The Assigned Guard Is Under The Influence Of Liquor Or Prohibited Drugs Were Learned, Even If Replacement/reliever Has Been Provided; 2. Any Case Regardless Of The Nature Thereof By The Security Agency Against Dmw, Its Officers And / Or Any Of Its Personnel, That In The Discretion Of Dmw May Be Detrimental And / Or Disadvantageous To The Administration Shall Be A Ground For Outright Denial And / Or Disqualification By The Security Agency From Further Participating In The Procurement Activity To Be Conducted By Dmw. 3. The Security Agency With Pending Case Or Have Filed A Case Against Dmw Is Not Allowed To Participate In The Bidding. Vi. Payment Of Security Services Rendered 1. Payments For Services Rendered In Accordance With The Contract Shall Be Made By The Administration With The Security Agency On A Twice A Month Or Monthly Basis As The Case Maybe, Subject To The Withholding Of Any Lawful Charges And Subject Further To The Presentation By The Ssc/psa Of A Certification Of Compliance With All Existing Social And Labor Laws: The Wages (minimum Wage, 13th Month Pay, Service Incentive Leave With Pay) Have Been Paid And That All Remittances Due To The Government (retirement Benefit (ra 7641)/ Sss/ Philhealth/ Insurance Fund/ Pag-big/ Ecc Premium Contributions And Other Mandatory Benefits.) Are Made As Required Under Existing Government Auditing Rules And Regulation. The Department Reserves The Right To Inspect The Payroll Of The Security Agency In Order To Verify That The Wages Have Been Paid. Any Violation Shall Be Sufficient Ground For The Termination Of The Contract Without Prejudice To The Liability Of The Ssc/psa. 2. Claims For Payment By The Security Agency Must Be Supported By A Copy Of All Remittances Due To Sss, Pag- Ibig And Philhealth. The Security Agency Is Also Required To Submit Rf-1 (philhealth), R-3 (sss) And Hdmf Remittance Lists For Pag-ibig And Other Deductions/contributions Authorized By Law. 3. Payment Shall Be Made Within Fifteen (15) Working Days Upon Complete Submission Of The Following Documents: A) Dtrs Of All Security Guards Signed By The Duly Authorized Officer; B) Proof Of Preceding Month Remittances To Sss, Philhealth And Pag-ibig Together With The Transmittal Sheet With Stamped Received By The Said Agencies I.e. Sss, Philhealth, Pag-ibig, And Other Documents As May Be Required; And C) Invoice Of Billing Or Statement Of Account For The Period Covered. 4. All Taxes Payable To The Government Shall Be Borne By The Security Agency. 5. In Case Of Increase In Wages Rates Due To Enactment Of New Laws, The Security Agency May Seek Adjustment In Writing, Subject To The Approval Of The Authorities Concerned. 6. The Security Agency Shall Guarantee Payment To The Dmw, For Any Loss Of Or Damage To Its Property Provided That The Same Occurred Within The Jurisdiction Of The Security Agency And It Was Duly Established After Due Investigation That Said Loss Or Damaged Was The Result Principally Of The Act, Omission, Negligence Of Fault Of The Security Agency Or Its Security Personnel. Provided, Further That Such Loss, Pilferage, Or Damage On The Properties Involved Is Reported In Writing To The Security Agency Within Three (3) Working Days From The Occurrence Or Discovery Thereof. When Such Loss Or Damage Is Caused By Force Majeure Or Fortuitous Events, The Security Agency Shall Not In Any Way Be Held Responsible. In The Event The Security Agency Is Made To Pay For Such Loss Or Damage, It Shall Be Subrogated To The Rights Of The Client Against The Party Or Parties Responsible For Such Loss Or Damage. The Security Agency Performance Security Shall Be Liable For The Damages Or Losses That May Arise Directly Or Indirectly Attributable To The Negligence Or Misbehavior Or Direct Participation Of The Security Guard Assigned By The Security Agency. In Case The Bond Is Not Sufficient To Cover Such Losses Or Damages, The Security Agency Will Have To Pay The Balance Directly To The Dmw. Vii. Termination Of Contract 1. The Security Agency Shall Assume Full Responsibility For Any Claim For Any Compensation On Injuries From Accidents In Connection With Performance Of The Duties Of Security Guards And Shall Free The Dmw For Any Legal Suit In Connection Therewith. 2. Any Provision, Converts And Stipulations In The Contract Which May Be Contrary To Law, Morals, Good Customs, Public Order Or Public Policy Shall Be Void An Initio And Deemed Not To Have Been Written And In Their Instead, The General Provisions Of Law Shall Apply. 3. In Case Of Any Violations Of The Stipulations And Covenants Of The Contract, The Security Agency Agrees To Allow The Dmw To Automatically Rescind And/or Terminate The Same Without Notice To The Security Agency, And That The Dmw Shall Be Entitled For Damages Sustained. The Dmw Has The Right To Unilaterally Award Or Renegotiate The Unfinished Services/unexpired Portion Of The Contract To Another Security Agency. 4. Any And All Disputes Arising From The Implementation Of A Contract Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act No. 876, Otherwise Known As The Arbitration Law; Provided, That By Mutual Consent, The Parties May Agree In Writing To Resort To Alternative Models Of Dispute Resolution. 5. The Parties Hereunto Agree That Any Or All Actions Arising From The Contract Shall Be Filed In The City Of Davao. Viii. Assessment Or Evaluation Of The Performance Of The Service Provider/contractor 1. Before End Of The Year, Dmw Shall Conduct An Assessment Or Evaluation Of The Performance Of The Service Provider/contractor. 2. The Security Service Contractor (ssc)/private Security Agency (psa) Shall Maintain A Satisfactory Level Of Performance Throughout The Term Of The Contract Based On A Prescribed Set Of Performance Criteria. The Performance Criteria To Be Applied Shall Include, Among Others, The Following: A) Quality Of Service Delivered; B) Time Management; C) Management And Suitability Of Personnel; D) Contract Administration And Management; And E) Provision Of Regular Progress Reports. 3. Based On Its Assessment, Dmw May Pre-terminate The Contract For Failure By The Ssc/psa To Perform Its Obligations Thereon Following The Procedure Prescribed Under The Guidelines On Termination Of Contracts Issued By The Government Procurement Policy Board Under Resolution No.018-2004 Dated 22 December 2004. Ix. Contract Cost And Duration 1. The Contract Shall Be For Cy 2025, January To December 2024. However, Either Party May Terminate The Contact By Giving The Other Party Thirty (30) Days Notice In Writing Prior To Such Termination. 2. The Approved Budget Cost For The Security Service For Cy 2025 Is Five Hundred Seventy Two Thousand One Hundred Ninety Three And 36/100 Pesos Only (p572,193.36) Inclusive Of Vat. 3. The Financial Proposal Shall Contain A Breakdown Of All Costs, Including Cost Of Supplies And Equipment, Necessary For The Execution Of The Contract. 4. Retirement Benefits Shall Be Released To The Security Guard/officer Upon Retirement, Resignation, Transfer Of Service To Sister Agency Or Other Agency Or As The Security Guard/officer Is No Longer Connected To The Agency. 5. The Security Guard/officer Is Entitled To Overtime Pay Provided That Dmw Has Written Request To The Security Service Contractor (ssc)/private Security Agency (psa), Signed By The Administrator. 6. All Bid Prices For A Duration Of One (1) Year Shall Be Fixed And Shall Not Be Adjusted During Contract Implementation, Except For The Following: A. Increase In Minimum Daily Wage Pursuant To Law Or New Wage Order Issued After Date Of Bidding, Increase In Taxes; And B. If During The Term Of The Contract The Dmw Sees The Need For An Increase Or Decrease In The Number Of Security Guards, The Resulting Cost Of Said Increase Or Decrease, Provided That The Abc For The Relevant Year Is Not Exceeded. 7. The Dmw Ro Xi Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. I Hereby Certify To Comply With All The Technical Specifications Stated In The Terms Of Reference. Name Of Company/bidder Signature Over Printed Name Date Financial Offer: Security Service For Dmw Ro Xi For Cy 2025 Approved Budget For The Contract: Five Hundred Seventy Two Thousand One Hundred Ninety Three And 36/100 Pesos Only (p572,193.36) Qty Unit Description Monthly Rate (inclusive Of Vat) Total Amount For Jan-dec 2025 (inclusive Of Vat) 1 Lot Security Service For Dmw Ro Xi For Cy 2025: - 2 Guards (7:00 Am To 7:00 Pm) Total Amount In Words: Signature Over Printed Name Position/designation Office Tel./fax/mobile Nos. E-mail Address/es
Closing Date28 Jan 2025
Tender AmountPHP 572.1 K (USD 9.7 K)
Bureau Of Customs Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Procurement Of Provision Of Photocopier Rental And Related Services For Fy 2025 (early Procurement Activity) (series No) Government Of The Republic Of The Philippines Section I. Invitation To Bid Invitation To Bid For The Provision Of Photocopier Rental And Related Services For Fy 2025 1. The Bureau Of Customs Sub-port Of Mactan, Through The National Expenditure Program (nep) Of Fy 2025 Intends To Apply The Sum Of Two Hundred Thirty-eight Thousand Pesos (₱238,000.00) Being The Abc To Payments Under The Contract For The Provision Of Photocopier Rental And Related Services For Fy 2025 With Project Identification Number _____________. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Customs Sub-port Of Mactan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For The Period January 1, 2025 To December 31, 2025. Bidders Should Have Completed, Within Two (2 Years) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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 Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am On December 30, 2024. Late Bids Shall Not Be Accepted. The Bidders Shall Drop Their Duly Accomplished Technical Proposal Including The Eligibility Requirements And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Address Indicated Below. Late Bids Shall Not Be Accepted. 5. Bid Opening Shall Be On December 30, 2024, 3:00 Pm At The Given Address Below. 6. The Bureau Of Customs Sub-port Of Mactan 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. 7. Further, Please Be Informed That This Is An Early Procurement Of The Fy 2025 Program/activity/project To Ensure Efficient And Full Implementation Of Program/activity/project Within The Validity Period Of The Fy 2025 National Budget Per Gppb Circular No. 06-2019. The Appropriation For This Expense Is Included The Fy 2025 National Expenditure Program Submitted To Congress For Enactment. The Notice Of Award Shall Be Issued Upon Approval Of The Fy 2025 General Appropriations Act (gaa) By Congress And Signed By The President Into Law. 8. For Further Information, Please Refer To: Jennifer A. Duyogan (coo I, Acting Procurement Officer) Or Victoria C. Arandillo (coo Iii, Acting Accountant) Bureau Of Customs Sub-port Of Mactan Mcia Cargo Access Road, Barangay Ibo, Lapu-lapu City Jennifer.duyogan@customs.gov.ph /victoria.arandillo@customs.gov.ph +639171649903 Section Ii. Instructions To Bidders 1. Scope Of Bid The Bureau Of Customs Sub-port Of Mactan Wishes To Receive Bids For The Provision Of Photocopier Rental And Related Services For Fy 2025 With Identification Number ___________________. The Procurement Project (referred To Herein As “project”) Is Composed 1 Lot Photocopier Rental And Related Services, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1 The Gop Through The Source Of Funding As Indicated Below For Fy 2025 In The Amount Of Two Hundred Thirty-eight Thousand Pesos (₱238,000.00). 2.2 The Source Of Funding Is Fy 2025 National Expenditure Program. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3 Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4 The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 8. Pre-bid Conference Non-applicable. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: 10.1 Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 10.2 The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3 Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 11. Bid Prices 11.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex- Warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In The Bds. V. Price Validity Shall Be For A Period Of Ninety (90) Calendar Days. 12. Bid And Payment Currencies 12.1 For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 12.2 Payment Of The Contract Price Shall Be Made In Philippine Pesos. 13. Bid Security 13.1 The Bidder Shall Submit A Bid Securing Declaration2 Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 13.2 The Bid And Bid Security Shall Be Valid Until February 23, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. Sealing And Marking Of Bids 14.1 Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. 14.2 The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 15. Deadline For Submission Of Bids 15.1 The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16. Opening And Preliminary Examination Of Bids 16.1 The Bac Shall Open The Bids At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 16.2 The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. Domestic Preference 17.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18. Detailed Evaluation And Comparison Of Bids 18.1 The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 18.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 18.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 18.4. The Project Shall Be Awarded As Follows: One Project Having Several Items That Shall Be Awarded As One Contract. 18.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19. Post-qualification 19.1 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20. Signing Of The Contract 20.1 The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be A. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 11.1 In The Event That The Bidder Is A Corporation, A Secretary Certificate, Spa Or Any Other Document Showing The Authority Of The Signatory On The Bid Form And Other Documents Should Also Be Attached. 15 Bidders Are Encouraged To Submit Their Bids Through Their Duly Authorized Representative Using The Forms Specified In The Bidding Documents. Bidders Shall Enclose Their Original And Copy 1 Of Eligibility And Technical Documents And Financial Documents In One (1) Sealed Envelope. The Single Envelope Will Be Marked "the Bid" And Address All Bids To The Bac Chairperson: Cornelia B. Wilwayco Chief, Assessment Bac Chairperson 18.3 One (1) Lot, Photocopier Rental And Related Services For Fy 2025, With Abc Of ₱ 238,000.00. Partial Bid Is Not Allowed. The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.1 No Further Instructions. Section Iv. General Conditions Of Contract General Conditions Of The Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All He Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Test The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Specific Scope Of Service Supplier’s Must State Here Either “comply” Or Any Equivalent Term In The Column “supplier’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Specific Scope Of Service The Service Provider Shall Provide The Following Monthly Services As Shown Based On The Estimated Copy Volume Of Standard/monochrome And A3/colored Capable Machines: Type Of Machine Estimated Copy Volume Per Year Price Total Per Year Standard/monochrome 150,000 ₱1.00 / Copy ₱150,000.00 A3/colored (collector’s Office) 80,000 ₱1.10 / Copy 88,000.00 *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Project Requirement Minimum Technical Requirements Unless Otherwise Specified A. Standard Type Photocopying Machines General Specifications : Three (3) Refurbished Units Main Function : Copy, Print, Scan Color Support : Monochromatic Copying And Printing Monthly Duty Dycle : Paper Input Capacity : 500 Sheets X 2 + 1 Bypass System Memory : 1 Gb Toner System : Eco-friendly Toner Or Equivalent Copier Specification Copier Resolution : 600 X 600 Dpi Multiple Copy : 1-999 Sheets Original Size : A5-legal Size Magnification : 25-400% Warm-up Time : 30 Secs Or Less First Copy Time : 6.4 Secs Or Less Printer Specification Printer Speed : 36 Pages Per Minute Print Resolution : 600 X 600 Dpi Scanner Scan Speed : 30 Originals Per Minute Scan Resolution : 600 X 600 Dpi System Specification Interface Standard : Fast Ethernet/usb 2.0 Reverse Automatic Document Feeder : 50 Sheets Or Higher Automatic Duplexing : Stackless 60-120 Gsm Finishing Modes : Electronic Sorting/collating Function Model Year : 2022 Or Newer Version B. A3/colored Capable Photocopying Machine General Specifications : One (1) Brand New Unit For The Collector’s Office Main Function : Digital Copy, Print, Scan Imaging System : Eco-friendly Toner Or Print/copy Speed : Up To 20 Prints Per Minute Print/copy Resolution : 600 X 600 Dpi Original Size : A5-a3 Model Year : 2022 Or Newer Version Note: The Deployment Scheme Of Photocopier Machines Shall Be Provided To The Winning Bidder Confidentiality Agreement Photocopier Rental And Related Services Description Confidentiality Of Agreement Bidders Statement Of Compliance In Delivery Date Photocopier Rental And Related Services The Winning Bidder Shall Execute And Sign A Confidentiality And Non-disclosure Undertaking Upon Receipt Of Notice Of Award __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Financial Offer Photocopier Rental And Related Services Approved Budget For The Contract (abc) (2025) Product Offered Quotation/per Print (photocopy) Two Hundred Thirty-eight Thousand Pesos Only (₱238,000.00) Standard/monochrome A3/colored Responsibilities Of The Service Provider Provide The Following During The Duration Of The Contract: 1. Photocopying Machines To Be Installed At The Designated Offices As Indicated Above Must Be Of The Same Brand And Model Number; 2. Ensure That The One (1) Unit Of A3/colored Machine Is Brand New And The Remaining Three (3) Unites Are Certified Refurbished. The Service Provider Is Required To Submit A Manufacturer’s Letter Or Equivalent For Brand New A3/colored Capable Unit And Certification Or Equivalent Proof That The Units Are Renewed/refurbished For The Rest Of The Machines, Which Shall Be Validated By The Supplier Officer; 3. All Cost Relative To Installation Shall Be For The Account Of The Service Provider; 4. Free Monthly Maintenance, Service, Spare Parts And Consumables (supply Of Paper Is For The Account Of The Bureau Of Customs, Sub-port Of Mactan (boc Mactan); 5. Free Comprehensive Key Operator Training Rental Scheme. No Cash Outlay; 6. Provide Available Technical Support 8 Hours A Day, 5 Days A Week Within The Contract Period. Any Issues Must Be Resolved Within One (1) Business Day Upon The Receipt Of The Report; 7. Continuous Improvement Of Rental System: With Model Upgrading, Availment Of A Back-up Unit And/or Services At No Extra Cost To Boc Mactan; 8. All Toner And Other Consumables Provided Must Be Brand New And Original; 9. Minimum One Percent (1%) Allowance On Gross Copies For Spoilage; 10. Provide At Least Three (3) Sets Of Consumables To Be Replenished Within Forty-eight (48) Hours Upon Consumption, Such As But Not Limited To Toners And Cartridges, Which Shall Be Stored For Safekeeping And Monitoring At The Supply Section. The Delivery Time Of These Items Shall Be Within Thirty Days (30) After The Delivery Of The Photocopy Machine Units; 11. Provide One (1) Back-up Service Unit To Be Stored At The Supply Section For Safekeeping. This Unit Must Be Regularly Maintained And Replaced If Necessary; 12. Conduct Regular Monthly Meter Readings, Which Shall Be Accompanied By An Authorized Administrative/or Supply Officer. In Addition, The Service Provider Shall Submit A Monthly Report To The Supply/or Administrative Officer Providing The Exact Number Of Copies And Cost Per Machine; 13. Conduct Training To A Least One (1) Boc Mactan Personnel (per Designated Office) Subject To The Schedule Agreed Upon During Contract Implementation; Other Conditions 1. In The Event That Excess Copies Are Produced Beyond The Estimated Copy Volume Per Year, They Shall Be Charged With The Same Price As Stated In The Bid Price; 2. In Case Of Violation Of Any Terms And Condition Of The Contract, The Aggrieved Party May Outright Terminate The Contract Within One (1) Month Upon Receipt Of A Written Notice. Documentary Requirements For Processing Of Payment Provide The Following During The Duration Of The Contract: 1. Statement Of Account Showing Actual Copies Within Estimated Copy Volume For Contract And Additional Copies In Excess Of Ecv; 2. Meter Reading Ticket (or Equivalent Document) Received By Each Office/end-user And An Authorized Administrative/supply Officer. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A) ⬜ Valid Philgeps Registration Certificate (platinum Membership If Public Bidding) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) ☐ Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And C) ☐ Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D) ☐ Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents E) ⬜ Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And F) ☐ Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And G) ☐ Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And H) ☐ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And I) ☐ Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents J) ☐ The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And K) ☐ The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents L) ☐ If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope M) ☐ Original Of Duly Signed And Accomplished Financial Bid Form; And N) ☐ Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) O) ⬜ [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. P) ⬜ Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date21 Jan 2025
Tender AmountPHP 238 K (USD 4 K)
DEPT OF THE NAVY USA Tender
Others...+2Machinery and Tools, Electrical and Electronics
United States
Details: Sole Source Notice -- Diving Chiller Replacement
(redacted)
subj: Sole Source Memorandum To Acquire Hyperbaric Chamber Heating And Cooling System From Engineered Cooling Services (redacted)
1. Identification Of The Agency And The Contracting Activity, And Specific Identification Of The Document As A “sole Source Justification.”
this Is A Sole Source Justification. Contracting Activity Is The Naval Sea Systems Command, Naval Surface Warfare Center, Panama City Division (nswc Pcd), 110 Vernon Avenue, Panama City, Fl 32407-7001 (contracts Department Code 02).
2. Nature And/or Description Of The Action Being Approved.
this Action Will Award A Firm Fixed Price Purchase Order, On A Sole Source Basis, To Engineered Cooling Services (ecs), Cage (3cbk2), 2801 N. Davis Hwy,
pensacola, Fl 32503, To Provide Hyperbaric Chamber Test Bath Heating And Cooling System In Support Of Unmanned And Manned Diving Operations, Inside The Experimental Diving Facility Hyperbaric Chambers At Nedu.
3. A Description Of The Supplies Or Services Required To Meet The Agency’s Needs. (including The Estimated Value). The Contract Effort Is To Acquire The Following:
this Action Will Award A Firm Fixed Price Purchase Order To Engineered Cooling Services To Provide Experimental Diving Facility (edf) Hyperbaric Chamber Test Bath Heating And Cooling System Removal And Replacement, To Include Two 12.5-ton Air Cooled Chillers And Inline Heating Systems For The Alpha And Bravo Hyperbaric Chamber Test Baths.
complete On-site Meeting With Facility Personal To Review Proposed Work
demo Out Existing Chill Water Piping And Dispose Of Offsite Or In Selected Area Provided By Base
install New Chiller – Model# Agz002f
all New Pressure Gauges, Pressure Taps, And Temperature Gauges Will Be Provided And Installed
remove And Replace Chill Water Pumps
install New Change Over Valves To Operate Each Chiller To Each Loop If Necessary
install New Inline Electrical Heaters For Temperature Controls
demo And Remove Qty. 2 Existing Inline Heaters For Chillers A & B
install Qty. 2 Like In Kind Inline Heaters For Chillers A & B
connect Electrical To Both Heaters
all Associated Controls Will Be Replaced
pressurize And Leak Check All New Piping
charge Water Systems With The Appropriate Glycol Mixture For Desired Temperature
new Insulation To Be 2” Thick Cellular Glass On Piping, Valves And Equipment To Be Insulated With 1” Thick Flexible Elastomeric
insulate And Jacket The Piping Indoors And Outdoors Pvc Jacket Indoors (blue) And Aluminum Jacket Outdoors
modify Existing Electrical Service To Support New Amp Ratings For Selected Chillers
provide And Install Two New 12.5-ton Air Cooled Chillers
connect To New Controls System
provide A Factory Start Up And Check Performance Data
provide All Close Out Documents And Warranty Information On All Equipment
provide Owner And Operating Training On New Equipment And Controls System
install Bacnet Ddc Controls For Two (2) Existing Chillers Serving Ark- A, B
install Additional Control For Ark-a, B Temperature Controls Loop
install Additional Monitoring/integration For One (1) Existing Chiller Serving Edf
install Tridium N4 Graphical Webserver And Touchscreen Display
provide As-built Control Drawings
(redacted) The Government’s Minimum Needs Have Been Verified By The Certifying Technical And Requirements Personnel. This Memo Does Not Authorize Acquisition For Other Requirements. (redacted)
4. Identification Of The Justification Rationale And, If Applicable, A Demonstration Of The Proposed Contractor’s Unique Qualifications To Provide The Required Supply Or Service.
10 U.s.c. 2304(c)(1) [10 U.s.c. 3204(a)(1)], Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements, Far 6.302-1(a)(2)(iii).
maintenance Of The Nedu Hyperbaric Dive Chamber Heating And Chilling System And The Nedu Ocean Simulation Facility Hyperbaric Diving Chamber At Nedu, Is A Highly Specialized Service. Ecs Is The Current Vendor Providing For The Nedu Hyperbaric Diving Chamber Heating And Cooling Systems Maintenance Needs. Since Ecs Already Maintains Chillers And Associated Systems Critical To The Mission Of The Nedu Experimental Diving Facility (edf), Using This Contractor Will Decrease Risk Of Unacceptable Delays In Fulfilling Nedu’s Requirements, Because They Are Familiar With The Unique Requirements Of Nedu’s Critical Chiller Systems Which Are Essential To The Qualification Of Diver’s Life Support Equipment For The U.s. Navy. To Use Another Company Unfamiliar With The Unique Requirements For The System Capabilities To Include Size, Piping, Speed Of Heating And Cooling, Maintaining Of Temperatures, And Specialized Control Systems Needed Of These Heating And Cooling Systems For Providing Certification Information To Navsea 00c Regarding Diving And Evaluation Of Diver’s Life Support Equipment Will Compromise Overall Performance Under The Demands Of The Systems To Support Critical Testing Protocols On Equipment For Fleet Divers. Use Of Another Vendor May Change Or Introduce New Parameters Such As Decrease In Capability, Incompatible Components To The Current Piping Systems And Hyperbaric Chambers That May Damage Sensitive Pressurized Equipment, That May Be Harmful To All Diving Systems Tested And Maintained At Nedu, And Negatively Affect The Diving And Life Support Systems These Instruments Are Vital Components Thereof.
additionally, Use Of Another Vendor Will Likely Compromise The Integrity Of The Integration And Compatibility Of Existing Systems; Since Ecs Is Responsible For Service And Maintenance Currently Under Contract N61331-22-p-0178, They Are Intimately Familiar With The Requirements To Maintain Compatibility With Current Systems So As Not To Compromise Performance. Ecs Developed The Digital Control System And Interface For Nedu’s Ocean Simulation Facility (osf) Hyperbaric Chambers. Ecs Will Build Off These Already-completed Controls And Interface, The Edf Systems Will Have Matching Software And Interfaces Which Reduces System Complexity In An Effort To Eliminate The Chance Of User Error And Allows For Modularity Between Systems Throughout The Command. Furthermore, Current Manuals And Sops Can Be Leveraged By Operators; Avoiding Additional Costs To Generate, Test, And Maintain Additional Documentation That Would Be Developed By An Alternate Vendor – A Single System Type, Control System, And Interface Is Required For Nedu Systems To Achieve Continuity Across All Hyperbaric Chambers Installed Therein. Therefore, It Is Imperative That This Particular Vendor Be Used To Limit The Risk To Life And Health Of The Us Navy Divers Who Depend On This System.
as Such, The Government Does Not Expect Significant Savings Through Competition, Due To The Additional Cost Of Creating, Testing, And Maintaining New Procedures And Manuals, And Does Expects Significant And Unacceptable Delays That Will Negatively Impact This Requirement. Therefore, It Is In The Government’s Best Interest To Award On A Sole Source Basis To Ecs.
5. A Determination By The Ordering Activity Contracting Officer That The Order Represents The Best Value Consistent With Far 13.106-1(b).
the Contracting Officer Has Determined That The Order Represents The Best Value And Results In The Lowest Overall Cost Alternative (considering Price, Special Features, Administrative Costs, Etc.) To Meet The Government’s Needs.
6. A Description Of The Market Research Conducted Among Schedule Holders And The Results Or A Statement Of The Reason Market Research Was Not Conducted.
for The Reasons Specified In Paragraph 4 Above, Ecs Is The Only Source That Can Meet The Government’s Needs. (redacted)
7. Any Other Facts Supporting The Justification.
none
8. A Statement Of The Actions, If Any, The Agency May Take To Remove Or Overcome Any Barriers That Led To The Restricted Consideration Before Any Subsequent Acquisition For The Supplies Or Services Is Made.
as Stated In Paragraph 4 Above, Ecs Is The Only Source That Can Meet The Government’s Needs.
section F - Deliveries Or Performance
f.o.b.
52.247-34 Fob Destination (nov 1991)
section G
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018)
252.232-7006 Wide Area Workflow Payment Instructions (jan 2023)
section I – Contract Clauses
52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020)
52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017)
52.204-13 System For Award Management Maintenance (oct 2018)
52.204-19 Incorporation By Reference Of Representations And Certifications (dec 2014)
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
52.204-27 Prohibition On A Bytedancecovered Application(jun2023)
52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021)
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015)
52.211-15 Defense Priority And Allocation Requirements (apr 2008)
52.212-4 Contract Terms And Conditions -- Commercial Items (nov 2023)
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items
preselected:
52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statement (jan 2017)
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015)
52.233-3 Protest After Award (aug 1996)
52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004)
required:
52.222-21 Prohibition Of Segregated Facilities (apr 2015)
52.222-26 Equal Opportunity (sept 2016)
52.222-50 Combatting Trafficking In Persons (nov 2021)
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (june 2020)
52.232-33 Payment By Electronic Funds Transfer--system For Award Management (oct 2018)
52.222-41 Service Contract Labor Standards (aug 2018)
52.222-51 Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment – Requirements (may 2014)
52.222-53 Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services--requirements (may 2014)
52.217-7 Option For Increased Quantity-separately Priced Line Item (mar 1989)
52.217-8 Option To Extend Services (nov 1999)
52.217-9 Option To Extend The Term Of The Contract (mar 2000)
52.225-13 Restrictions On Certain Foreign Purchases (feb 2021)
52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran- Representation And Certifications (jun 2020)
52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013)
52.244-6 Subcontracts For Commercial Products And Commercial Services (feb 2024)
52.246-4 Inspection Of Services (aug 1996)
52.252-6 Authorized Deviations In Clauses (nov 2020)
52.245-1 Government Property (sep 2021) (gfp)
52.245-9 Use And Charges (apr 2012) (gfp)
52.246-4 Inspection Of Services
52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013)
52.232-40 Providing Accelerated Payments To Small Business Subcontractors (nov 2021)
52.246-4 Inspection Of Services-fixed-price (aug 1996) (include If We Pay For Shipping; Origin)
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011)
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022)
252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022)
252.204-7003 Control Of Government Work Product (apr 1992)
252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information (oct 2016)
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (dec 2019)
252.204-7015 Notice Of Authorized Disclosure Of Information By Litigation Support (jan 2023)
252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation (dec 2019)
252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021)
252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023)
252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements (mar 2022)
252.204-7020 Nist Sp 800-171 Dod Assessment Requirements (jan 2023)
252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors (jan 2023)
252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023)
252.225-7001 Buy American And Balance Of Payments Program (feb 2024)
252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022)
252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023)
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023)
252.225-7048 Export Controlled Items (jun 2013)
252.232-7010 Levies On Contract Payments (dec 2006)
252.232-7017 Accelerating Payments To Small Business Subcontractors—prohibition On Fees And Consideration (apr 2020)
252.244-7000 Subcontracts For Commercial Products And Commercial Services (jan 2023)
252.245-7003 Contractor Property Management System Administration (apr 2012) (gfp)
252.245-7005 Management And Reporting Of Government Property (jan 2024) (gfp)
252.246-7007 Contractor Counterfeit Electronic Part Detection And Avoidance System (aug 2016)
252.246-7008 Sources Of Electronic Parts (may 2018)
252.247-7023 Transportation Of Supplies By Sea (feb 2019)
52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998)
52.252-2 Clauses Incorporated By Reference (feb 1998)
section K – Representations
2.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements--representation (jan 2017)
52.204-19 Incorporation By Reference Of Representations And Certifications (dec 2014)
52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (nov 2021)
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)
52.204-26 Covered Telecommunications Equipment Or Services-representation (oct 2020)
52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction (feb 2016)
52.212-3 Alt 1 Offeror Representations And Certifications-commercial Items (may 2022)
52.222-52 Exemption From Service Contract Labor Standards (may 2014)
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016)
section L - Instructions Conditions And Notices To Bidders
52.212-1 Instructions To Offerors—commercial Items (nov 2021)
52.204-7 System For Award Management (oct 2018)
52.204-13 System For Award Management Maintenance (oct 2018)
52.204-22 Alternative Line Item Proposal (jan 2017)
52.211-14 Notice Of Priority Rating (apr 2008)
52.217-5 Evaluation Of Options (july 1990)
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations (sep 2019)
section M – Evaluation Factors For Award
52.212-2 Evaluation Commercial Items (nov 2021)
far Part 13 Best Value, Sprs Past Performance Ratings, Price And Delivery Terms
g-232-h005 Supplemental Instructions Regarding Invoicing (navsea) (jan 2019)
(a) For Other Than Firm Fixed Priced Contract Line Item Numbers (clins), The Contractor Agrees To Segregate Costs Incurred Under This Contract/task Order (to), As Applicable, At The Lowest Level Of Performance, Either At The Sub Line Item Number (slin) Or Clin Level, Rather Than At The Total Contract/to Level, And To Submit Invoices Reflecting Costs Incurred At That Level. Supporting Documentation In Wide Area Workflow (wawf) For Invoices Shall Include Summaries Of Work Charged During The Period Covered As Well As Overall Cumulative Summaries By Individual Labor Categories, Rates, And Hours (both Straight Time And Overtime) Invoiced; As Well As, A Cost Breakdown Of Other Direct Costs (odcs), Materials, And Travel, By Technical Instruction (ti), Slin, Or Clin Level. For Other Than Firm Fixed Price Subcontracts, Subcontractors Are Also Required To Provide Labor Categories, Rates, And Hours (both Straight Time And Overtime) Invoiced; As Well As, A Cost Breakdown Of Odcs, Materials, And Travel Invoiced. Supporting Documentation May Be Encrypted Before Submission To The Prime Contractor For Wawf Invoice Submittal. Subcontractors May Email Encryption Code Information Directly To The Contracting Officer And Contracting Officer Representative (cor). Should The Subcontractor Lack Encryption Capability, The Subcontractor May Also Email Detailed Supporting Cost Information Directly To The Contracting Officer And Cor; Or Other Method As Agreed To By The Contracting Officer.
(b) Contractors Submitting Payment Requests And Receiving Reports To Wawf Using Either Electronic Data Interchange (edi) Or Secure File Transfer Protocol (sftp) Shall Separately Send An Email Notification To The Cor And Contracting Officer On The Same Date They Submit The Invoice In Wawf. No Payments Shall Be Due If The Contractor Does Not Provide The Cor And Contracting Officer Email Notification As Required Herein.
(end Of Text)
g-242-h001 Government Contract Administration Points-of-contact And Responsibilities (navsea) (oct 2018)
(a) The Government Reserves The Right To Administratively Substitute Any Of The Points Of Contact Listed Below At Any Time.
(b) The Contracting Officer Is The Only Person Authorized To Change This Contract Or Orders Issued Thereunder. The Contractor Shall Not Comply With Any Order, Direction Or Request Of Government Personnel - That Would Constitute A Change - Unless It Is Issued In Writing And Signed By The Contracting Officer Or Is Pursuant To Specific Authority Otherwise Included As Part Of This Contract. If, In The Opinion Of The Contractor, An Effort Outside The Existing Scope Of This Contract Is Requested, The Contractor Shall Promptly Comply With The Notification Of Changes Clause Of This Contract.
(c) The Points Of Contact Are As Follows:
(i) The Procuring Contracting Officer (pco) Is:
See Page 1, Block 24
(ii) The Contract Specialist Is:
name: Alan Tyler Bounds
E-mail: Alan.t.bounds.civ@us.navy.mil
Phone: (850) 625-1117
the Administrative Contracting Officer (aco) Is:
not Applicable
(d) The Contracting Officer’s Representative (cor) Is The Contracting Officer’s Appointed Representative For Technical Matters. The Cor Is Not A Contracting Officer And Does Not Have The Authority To Direct The Accomplishment Of Effort Which Is Beyond The Scope Of The Contract Or To Otherwise Change Any Contract Requirements. An Informational Copy Of The Cor Appointment Letter, Which Provides A Delineation Of Cor Authority And Responsibilities, Will Be Provided Upon Award Of This Contract.
the Contracting Officer’s Representative (cor) Is:
not Applicable
(e) The Alternate Contracting Officer’s Representative (acor) Is Responsible For Cor Responsibilities And Functions In The Event That The Cor Is Unavailable Due To Leave, Illness, Or Other Official Business. The Acor Is Appointed By The Contracting Officer; A Copy Of The Acor Appointment Will Be Provided Upon Award Of This Contract.
the Alternate Contracting Officer’s Representative (acor) Is:
not Applicable
(f) The Technical Point Of Contact (tpoc) Is The Contracting Officer’s Representative For Technical Matters When A Cor Is Not Appointed. The Tpoc Is Responsible For Technical Issues Of Contract Administration, Such As Providing All Items Of Government Furnished Information (gfi), Government Furnished Material (gfm) And Government Furnished Equipment (gfe) If Specified In The Contract As Well As The Inspection And Acceptance Of All Contract Deliverables.
the Technical Point Of Contact (tpoc) Is:
name:
email:
(g) The Alternate Technical Point Of Contact (atpoc) Is Responsible For Tpoc Responsibilities And Functions In The Event That The Tpoc Is Unavailable Due To Leave, Illness, Or Other Official Business.
the Alternate Technical Point Of Contact (atpoc) Is:
not Applicable
(h) The Ombudsman Will Review Complaints From The Contractors And Ensure That All Contractors Are Afforded A Fair Opportunity To Be Considered, Consistent With The Procedures In The Contract.
the Ombudsman Is:
not Applicable
(i) The Authorized Ordering Person(s) For Per-call Maintenance Is Responsible For Issuing And Maintaining Records For Any Per-call Orders For Remedial Maintenance Placed Under This Contract. No Per-call Order Shall Be Placed Outside The Scope Of This Contract And The Cumulative Total Of All Orders Shall Not Be In Excess Of Any Not-to-exceed Amount Specified In The Contract. Per-call Orders Shall Not, In Any Way, Modify Any Terms And Conditions Of The Contract.
(j) The Authorized Ordering Person(s) For Per-call Maintenance Is:
person(s) Listed In (f) With Approval From Persons Listed In ( C ) (i) And (ii).
(k) The Contractor's Point Of Contact For Performance Under This Contract Is:
name:
e-mail:
address: See Block 9
phone
(end Of Text)
g-242-h002 Hours Of Operation And Holiday Schedule (navsea) (jul 2021)
(a) The Policy Of This Activity Is To Schedule Periods Of Reduced Operations Or Shutdown During Holiday Periods. Deliveries Will Not Be Accepted On Saturdays, Sundays Or Holidays Except As Specifically Requested By The [insert Activity Name]. All Goods Or Services Attempted To Be Delivered On A Saturday, Sunday Or Holiday Without Specific Instructions From The Contracting Officer Or His Duly Appointed Representative Will Be Returned To The Contractor At The Contractor’s Expense With No Cost Or Liability To The U.s. Government.
(b) The Federal Government Observes Public Holidays That Have Been Established Under 5 U.s.c. 6103. The Actual Date Of Observance For Each Of The Holidays, For A Specific Calendar Year, May Be Obtained From The Opm Website At Opm.gov Or By Using The Following Direct Link:
https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/.
(c) Delayed Opening, Early Dismissal And Closure Of Government Facilities. When A Government Facility Has A Delayed Opening, Is Closed Or Federal Employees Are Dismissed Early (due To Severe Weather, Security Threat, Security Exercise, Or A Facility Related Problem) That Prevents Personnel From Working, Onsite Contractor Personnel Regularly Assigned To Work At That Facility Shall Follow The Same Reporting And/or Departure Directions Given To Government Personnel. The Contractor Shall Not Direct Charge To The Contract For Such Time Off, But Shall Follow Parent Company Policies Regarding Taking Leave (administrative Or Other). Non-essential Contractor Personnel, Who Are Not Required To Remain At Or Report To The Facility, Shall Follow Their Parent Company Policy Regarding Whether They Should Go/stay Home Or Report To Another Company Facility. Subsequent To An Early Dismissal, Delayed Opening, Or During Periods Of Inclement Weather, Onsite Contractors Should Monitor The Opm Website As Well As Radio And Television Announcements Before Departing For Work To Determine If The Facility Is Closed Or Operating On A Delayed Arrival Basis.
(d) When Federal Employees Are Excused From Work Due To A Holiday Or A Special Event (that Is Unrelated To Severe Weather, A Security Threat, Or A Facility Related Problem), On Site Contractors Shall Continue Working Established Work Hours Or Take Leave In Accordance With Parent Company Policy. Those Contractor Employees Who Take Leave Shall Not Direct Charge The Non-working Hours To The Contract. Contractors Are Responsible For Predetermining And Disclosing Their Charging Practices For Early Dismissal, Delayed Openings, Or Closings In Accordance With The Far, Applicable Cost Accounting Standards, And The Company’s Established Policy And Procedures. Contractors Shall Follow Their Disclosed Charging Practices During The Contract Period Of Performance, And Shall Not Follow Any Verbal Directions To The Contrary. The Contracting Officer Will Make The Determination Of Cost Allowability For Time Lost Due To Facility Closure In Accordance With Far, Applicable Cost Accounting Standards, And The Contractor's Established Accounting Policy And Procedures.
(e) If You Intend To Visit The Contracts Office, It Is Advised That You Call For An Appointment At Least 24 Hours In Advance.
(f) The Hours Of Operation Are As Follows:
Area From To
nswc-pcd And/or Nedu 0700 1600*
(g) All Deliveries To The Receiving Officer, (see Delivery Schedule, Section F), Shall Be Made Monday Through Friday From 0700 To 1600 Local Time, Unless Otherwise Specified. Deliveries Will Not Be Accepted After 1600. No Deliveries Will Be Accepted On Federal Government Holidays.
***note*** Trucks Must Gain Access To The Base Prior To 1430.
(end Of Text)
g-242-w001 Contract Administration Functions (navsea) (oct 2018)
(a) In Accordance With Far 42.302(a) All Functions Listed Are Delegated To The Aco Except The Following Items To Be Retained By The Pco:
all Functions Listed Will Be Retained By The Pco.
(b) In Accordance With Far 42.302(b), The Following Additional Functions Are Delegated To The Aco: None
(end Of Text)
l-204-h003 Notification Of Use Of Navy Support Contractors For Official Contract Files (navsea) (apr 2019)
(a)navsea May Use A Contractor To Manage Official Contract Files Hereinafter Referred To As "the Support Contractor", Including The Official File Supporting This Procurement. These Official Files May Contain Information That Is Considered A Trade Secret, Proprietary, Business Sensitive Or Otherwise Protected Pursuant To Law Or Regulation, Hereinafter Referred To As “protected Information”. File Management Services Consist Of Any Of The Following: Secretarial Or Clerical Support; Data Entry; Document Reproduction, Scanning, Imaging, Or Destruction; Operation, Management, Or Maintenance Of Paper-based Or Electronic Mail Rooms, File Rooms, Or Libraries; And Supervision In Connection With Functions Listed Herein.
(b)the Cognizant Contracting Officer Will Ensure That Any Navsea Contract Under Which These File Management Services Are Acquired Will Contain A Requirement That
(1) The Support Contractor Not Disclose Any Information;
(2) Individual Employees Are To Be Instructed By The Support Contractor Regarding The Sensitivity Of The Official Contract Files;
(3)the Support Contractor Performing These Services Be Barred From Providing Any Other Supplies And/or Services, Or Competing To Do So, To Navsea For The Period Of Performance Of Its Contract And For An Additional Three Years Thereafter Unless Otherwise Provided By Law Or Regulation; And,
(4)in Addition To Any Other Rights The Offeror May Have, It Is A Third Party Beneficiary Who Has The Right Of Direct Action Against The Support Contractor, Or Any Person To Whom The Support Contractor Has Released Or Disclosed Protected Information, For The Unauthorized Duplication, Release, Or Disclosure Of Such Protected Information.
(c)submission Of A Proposal Will Be Considered As Consent To Navsea's Permitting Access To Any Information, Irrespective Of Restrictive Markings Or The Nature Of The Information Submitted, By Its File Management Support Contractor For The Limited Purpose Of Executing Its File Support Contract Responsibilities.
(d)navsea May, Without Further Notice, Enter Into Contracts With Other Contractors For These Services. Offerors Are Free To Enter Into Separate Non-disclosure Agreements With The File Support Contractor. Contact The Procuring Contracting Officer For Contractor Specifics. However, Any Such Agreement Will Not Be Considered A Prerequisite Before Information Submitted Is Stored In The Files Or Otherwise Encumber The Government.
(end Of Provision)
---------------------------------------------------------------------------
all Quotes Submitted In Response To This Announcement Shall Be Reviewed If Submitted By The Close Date. Rfq Must Include Supporting Documents: Capabilities Statement, Proof Of Past Performance For Similar Work, And Cage Code.
email Subject Line Must Include Solicitation Number, Vendor Name, And Cage At Beginning Of Subject Line
award Will Be Based On The Best Value To The Government Considering Price, Delivery, Quality, And Past Performance
email Quotes To Alan.t.bounds.civ@us.navy.mil On Or Before The Closing Date And Time Stated Above.
the Government Will Not Accept Late Quotes.
the Government Will Not Accept Quotes That Are Partial Or Incomplete
provide Cage Code And Lead Time On Your Quote.
vendors Must Be Able To Invoice Through Wide Area Workflow (wawf).
if Shipping Is Not Included In The Price Include A Line Item For Shipping.
vendors Must Ensure That They Have Received A Response Within 2 Business Days After Quote Has Been Submitted To Remain Competitive. If No Response Is Received Please Call Primary And Leave A Message.
**review All Attachments Posted Prior To Submission Of Quote**
Closing Date29 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Inspection Of Supplies--fixed-price (aug 1996)|2||| Time Of Delivery (june 1997)|20|0001aa|100|90|0002aa|90|124||||||||||||||| Stop-work Order (aug 1989)|1|| Wide Area Workflow Payment Instructions (jan 2023)|16|tbd|tbd|tbd|n00104|tbd|tbd|see Schedule Page|tbd|tbd|tbd|tbd|||||| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| Value Engineering (jun 2020)|3|||| Equal Opportunity (sep 2016)|2||| Small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2||| Integrity Of Unit Prices (nov 2021)|1|| Equal Opportunity For Veterans (jun 2020)|4||||| Warranty Of Data--basic (mar 2014)|2||| Small Business Subcontracting Plan (sep 2023)|4||||| Safeguarding Sensitive Conventional Arms, Ammunition, And Explosives (nov 2023))|9|||||||||| Equal Opportunity For Workers With Disabilities (jun 2020)|2||| Transportation Of Supplies By Sea (oct 2024)|2||| Limitations On Pass-through Charges (jun 2020)|1|| List Of Award Attachments|5|||||| Alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| Buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| Annual Representations And Certifications (may 2024)|13|333914|750|||||||||||| Cost Accounting Standards Notices And Certification (deviation 2018-o0015)(may 2018))|1|| Instructions To Offerors -- Competitive Acquisition (nov 2021)|2||| Requirements For Submission Of Proposals Via Electronic Media (jan 2018)|1|email| Type Of Contract (apr 1984)|1|firm-fixed-price| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| All Pricing Is Firm. Please Consider The Following When Providing Price: Include Repair Price With All Costs Associated With Receipt And Complete Repair Of Material That May Be In Unwhole Condition, Missing Hardware, Damaged, Handling Damage, Missing Parts And Wear Damage. Due To System Limitations Section L: Instructions, Conditions, And Notices To Offerors Or Quoters And Section M: Evaluation Factors For Award Are Provided As Enclosures To The Solicitation. All Offerors Are Advised To Closely Read And Comply With Submission Requirements. Casrep Accelerated Delivery Is Encouraged And Accepted At No Additional Cost To Government. Your Proposal Should Include The Following Information: Unit Price:__________ Total Price:__________ Repair Turnaround Time (rtat): _______ Days If Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints? T&e Fee/price (if Asset Is Determined Br): If An Item Is Determined Beyond Physical Repair And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to Exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment. Awardee Cage:_________ Inspection Cage:_______ Acceptance Cage:_________ Important Note: Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late - Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If A Price Reduction Is Required Due To Unexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A "reconciliation Modification" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section Shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default. In Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________ Per Unit. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Pump,centrifugal . 1.2 ;perform In Accordance With This Technical Data Package And External Documents.; 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2 ;this Technical Data Package Has External Documents, That Are Required To Perform The Necessary Requirements And Repairs For This Item. The Below Document References Are Sections Listed In Publication S9261-a2-tmm-072 Lcac Fuel Service And Transfer System Technical Manual Rev. 04 Issue Date 31oct2018 Below Documents Are Required To Assist In The Performance Of Repairs. Request For The Below Documents, Shall Be Sent To: Nswc Panama City Division, Lcac Support, Poc: Len Barron, Leonard.d.barron.civ@us.navy.mil, Phone: 760-815-8761 Fuel Transfer Pump 2525-1 And 2526-2 Refurb Procedures Rev. 03 23 June 2022 Figure 8-60 Transfer Pump Ipb Figure 8-68 Service Pump Ipb Table 6-3 Materials Table 6-32 Main Fuel Boost Pump Test Equipment And Material List 3. Requirements 3.1 Part/reference Number Items - The Pump,centrifugal Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements Of This Specification Tdp And Part Number(s) Listed Below. All Repair Work Shall Be Performed In Accordance With This Repair/overhaul Specification Tdp, Practices, Manuals, Directives, And External Technical Documents. But Not Limited To Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other Contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures. Cage___ref. No. ;2526-2 H2526-2; 3.2 ;perform In Accordance With This Technical Data Package And External Documents. This Repair Requirement Is For Nsn 4320 013186355 Part Number 2526-2. All Requirements And Procedures Shall Be Followed, And Those That Are Specific For Part Number 2526-2. Requirements And Procedures That Are Specific To Part Number 2525-1 May Be Omitted.; 3.3 ;the Following Procedures Are Minimum Requirements For Complete Disassembly, Cleaning, Inspection, Refurbishment And Repair Of The 2525-1 And 2526-2 Lcac Fuel Pumps. Procedural Order Can Be Altered To Improve Workflow. 6-5.2.3 Disassembly: A. Conduct Preliminary Motor Winding Insulation Resistance Test. Grouped Pins A,b,c,d (2525-1) And J,k,l,m On 2526-2. Any Reading Less Than 1000 Mega-ohms Will Require A New Motor Assy As Part Of The Repair. B. Remove Throat (5, Figure 8-60 / 8-68) Flange By Removing Three Attaching Screws (6). Remove And Discard O-rings (7 And 8). C. Remove Impeller Screw (9) And Impeller (10). D. Remove Shaft Key (11) And, If Used, Shims (12 And 13). E. Remove Electrical Receptacle (2) With Four Attaching Screws (1). F. Remove Wires From Back Of Receptacle To Facilitate Removing Stator Assembly.mark All Wire Pin Locations For Reference During Reassembly. G. Remove Terminal Lug Wire (18) With Screw (19). Remove And Discard O-ring (3) H. Remove Cover Assembly (14) With Four Attaching Screws (15) And Washers (16).remove And Discard O-ring (17) From Cover (14). I. Remove Sleeve (20). J. Remove Rotor Assembly (22) From Housing Assembly (31). K. Extract Stator Assembly (23) From Housing (31) By Heating Housing (31) To 250 +/- 10 �f L. Remove Dowel (21) From Stator Assembly (23). 6-5.2.4 Cleaning: A. Refer To Table 6-3 And Table 6-6 For Recommended Cleaning Materials. Equivalent Cleaning Materials May Be Substituted For The Items Listed. B. Clean All Nonmetallic Parts By Wiping With Clean, Lint-free Tissues Or Cloth Slightly Moistened With Isopropyl Alcohol. C. Immerse All Nonelectrical Components In Cleaning Solvent Or Detergent. Dip Components In And Out Of Solvent To Clean All Passages. D. Using A Stiff, Nonmetallic Brush Moistened With Cleaning Solvent, Clean All Machined Surfaces To Remove Accumulations Of Foreign Matter. Pump Housing May Require Media Blast Cleaning To Remove All Corrosion And Provide Proper Surface Preparation For New Anodize (clear Or Red) Coating. E. If Detergent Is Used, Clean Parts With Water. Dry All Parts Using Lint-free, Clean Cloth And/or Clean Compressed Air At 15 Psig Maximum. F. Clean Electrical Receptacle And Stator Assembly With A Clean, Lintfree Cloth Slightly Moistened With Cleaning Solvent. G. Dry All Parts Using A Lint-free Cloth And/or Clean Compressed Air At 15 Psig. 6-5.2.5 Repair Or Replacement: A. Refer To Table 6-3 And Table 6-6 For Recommended Repair Materials Materials(not An All Inclusive List). Equivalent Repair Materials May Be Substituted. B. Remove And Polish Out Minor Burrs, Nicks, And Scratches On Metal Parts. Use Crocus Cloth For Steel Parts And Aluminum Oxide-abrasive Cloth For Aluminum Parts. Glass Bead Blasting For Larger Exterior Surface Prep. C. Apply A Protective Chemical Film To Repair A Worn Anodized Finish Or To Protect An Aluminum Surface Finish. Exterior Pump Housing Surfaces Shall Receive All New Anodize Coating (clear Or Red). D. Repair Threaded Parts, If Damage To One Thread Is 50 Percent Or Less, By Chasing Threads With Appropriate Tap Or Die. Replace All Threaded Parts With Greater Than One Thread/50% Loss Damage. E. When Disconnecting An Electrical Lead From A Connector, Mark The Pin Position Of The Lead To Aid In Reassembly. F. Prepare Ends Of A Lead For Terminal Or Pin Connection By Removing 1/4 Inch Of Insulation From Ends Of Lead. G. Solder Leads To Connector Pin Or Terminal Using Solder Per Mil-std-454. H. Shrink All Heat-shrink Tubing In Place Using A Thermogun. I. Make A Replacement Lead Using The Appropriate Wire And The Removed Lead As A Template. J. Replace All O-rings Regardless Of Condition.c 6-5.2.6 Inspection: Note: Replace Any Part That Fails To Meet The Requirements Of The Inspections With A Serviceable Part.; 3.4 Marking - This Item Shall Be Physically Identified In Accordance With ;mil-std-130, Rev N, 16 Nov 2012; . 3.5 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And Approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The Substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government Evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: Code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. Code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. Code 3: Part Not Furnished Separately - Use Assembly. Code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. Code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. Code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 ;perform In Accordance With This Technical Data Package And External Documents. ; 4.2 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.3 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.4 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.5 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings. 4.6 ;upon Completion Of Testing Each Pump Will Be Packaged With An Acceptance Test Data Sheet Listing Actual Recorded Parameters For All Test Steps Listed Above. Any Substitution, Reduction Or Modification In Scope/criteria Of This Procedure Must Be Approved By The Government.; 4.7 ;repair Activity Will Submit Proposed Repair Practices, Procedures, And Acceptance Test Procedures For Both The 2525-1 And 2526-2 Lcac Fuel Pumps For Government Approval Prior To Conducting Any Repair Work. Repair Activity Shall Submit Proposed Repair Practices, Procedures, And Acceptance Test Procedures To Navsup Wss Technical, Via Navsup Wss Contracting Officer. Navsup Technical Will Submit Documents To The In-service Engineering Activity (isea) For Review And Approval. Isea Will Need 10 Working Days For Review And Approval. If Submission Is Returned Back To Repair Activity For Additional Comments Or Updates, Repair Activity Will Have 10 Working Days To Submit For Final Approval.; 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information Contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: A... Approved For Public Release; Distribution Is Unlimited. B... Distribution Authorized To Us Governments Agencies Only. C... Distribution Authorized To Us Government Agencies And Their Contractors. D... Distribution Authorized To Dod And Dod Contractors Only. E... Distribution Authorized To Dod Components Only. F... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. X... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.2 ;perform In Accordance With This Technical Data Package And External Documents. ; Date Of First Submission=asreq Block 10, 12 - Submit One Copy Of The Repair Procedure Prior To Performing Any Repair Work. Repair Activity Will Submit Proposed Repair Practices, Procedures, And Acceptance Test Procedures For Both The 2525-1 And 2526-2 Lcac Fuel Pumps For Government Approval Prior To Conducting Any Repair Work. Repair Activity Shall Submit Proposed Repair Practices, Procedures, And Acceptance Test Procedures To Navsup Wss Technical, Via Navsup Wss Contracting Officer. Navsup Technical Will Submit Documents To The In-service Engineering Activity (isea) For Review And Approval. Isea Will Need 10 Working Days For Review And Approval. If Submission Is Returned Back To Repair Activity For Additional Comments Or Updates, Repair Activity Will Have 10 Working Days To Submit For Final Approval. Repair Activity Shall Provide Documentation In Adobe Acrobat Version, 7.0 Or Later. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Pump,centrifugal . 1.2 ;perform In Accordance With This Technical Data Package And External Documents.; 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2 ;this Technical Data Package Has External Documents, That Are Required To Perform The Necessary Requirements And Repairs For This Item. The Below Document References Are Sections Listed In Publication S9261-a2-tmm-072 Lcac Fuel Service And Transfer System Technical Manual Rev. 04 Issue Date 31oct2018 Below Documents Are Required To Assist In The Performance Of Repairs. Request For The Below Documents, Shall Be Sent To: Nswc Panama City Division, Lcac Support, Poc: Len Barron, Leonard.d.barron.civ@us.navy.mil, Phone: 760-815-8761 Fuel Transfer Pump 2525-1 And 2526-2 Refurb Procedures Rev. 03 23 June 2022 Figure 8-60 Transfer Pump Ipb Figure 8-68 Service Pump Ipb Table 6-3 Materials Table 6-32 Main Fuel Boost Pump Test Equipment And Material List 3. Requirements 3.1 Part/reference Number Items - The Pump,centrifugal Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements Of This Specification Tdp And Part Number(s) Listed Below. All Repair Work Shall Be Performed In Accordance With This Repair/overhaul Specification Tdp, Practices, Manuals, Directives, And External Technical Documents. But Not Limited To Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other Contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures. Cage___ref. No. ;2525-1 H2525-1; 3.2 ;perform In Accordance With This Technical Data Package And External Documents. This Repair Requirement Is For Nsn 4320 013311678 Part Number 2525-1. All Requirements And Procedures Shall Be Followed, And Those That Are Specific For Part Number 2525-1. Requirements And Procedures That Are Specific To Part Number 2526-2 May Be Omitted.; 3.3 ;the Following Procedures Are Minimum Requirements For Complete Disassembly, Cleaning, Inspection, Refurbishment And Repair Of The 2525-1 And 2526-2 Lcac Fuel Pumps. Procedural Order Can Be Altered To Improve Workflow. 6-5.2.3 Disassembly: A. Conduct Preliminary Motor Winding Insulation Resistance Test. Grouped Pins A,b,c,d (2525-1) And J,k,l,m On 2526-2. Any Reading Less Than 1000 Mega-ohms Will Require A New Motor Assy As Part Of The Repair. B. Remove Throat (5, Figure 8-60 / 8-68) Flange By Removing Three Attaching Screws (6). Remove And Discard O-rings (7 And 8). C. Remove Impeller Screw (9) And Impeller (10). D. Remove Shaft Key (11) And, If Used, Shims (12 And 13). E. Remove Electrical Receptacle (2) With Four Attaching Screws (1). F. Remove Wires From Back Of Receptacle To Facilitate Removing Stator Assembly.mark All Wire Pin Locations For Reference During Reassembly. G. Remove Terminal Lug Wire (18) With Screw (19). Remove And Discard O-ring (3) H. Remove Cover Assembly (14) With Four Attaching Screws (15) And Washers (16).remove And Discard O-ring (17) From Cover (14). I. Remove Sleeve (20). J. Remove Rotor Assembly (22) From Housing Assembly (31). K. Extract Stator Assembly (23) From Housing (31) By Heating Housing (31) To 250 +/- 10 �f L. Remove Dowel (21) From Stator Assembly (23). 6-5.2.4 Cleaning: A. Refer To Table 6-3 And Table 6-6 For Recommended Cleaning Materials. Equivalent Cleaning Materials May Be Substituted For The Items Listed. B. Clean All Nonmetallic Parts By Wiping With Clean, Lint-free Tissues Or Cloth Slightly Moistened With Isopropyl Alcohol. C. Immerse All Nonelectrical Components In Cleaning Solvent Or Detergent. Dip Components In And Out Of Solvent To Clean All Passages. D. Using A Stiff, Nonmetallic Brush Moistened With Cleaning Solvent, Clean All Machined Surfaces To Remove Accumulations Of Foreign Matter. Pump Housing May Require Media Blast Cleaning To Remove All Corrosion And Provide Proper Surface Preparation For New Anodize (clear Or Red) Coating. E. If Detergent Is Used, Clean Parts With Water. Dry All Parts Using Lint-free, Clean Cloth And/or Clean Compressed Air At 15 Psig Maximum. F. Clean Electrical Receptacle And Stator Assembly With A Clean, Lintfree Cloth Slightly Moistened With Cleaning Solvent. G. Dry All Parts Using A Lint-free Cloth And/or Clean Compressed Air At 15 Psig. 6-5.2.5 Repair Or Replacement: A. Refer To Table 6-3 And Table 6-6 For Recommended Repair Materials Materials(not An All Inclusive List). Equivalent Repair Materials May Be Substituted. B. Remove And Polish Out Minor Burrs, Nicks, And Scratches On Metal Parts. Use Crocus Cloth For Steel Parts And Aluminum Oxide-abrasive Cloth For Aluminum Parts. Glass Bead Blasting For Larger Exterior Surface Prep. C. Apply A Protective Chemical Film To Repair A Worn Anodized Finish Or To Protect An Aluminum Surface Finish. Exterior Pump Housing Surfaces Shall Receive All New Anodize Coating (clear Or Red). D. Repair Threaded Parts, If Damage To One Thread Is 50 Percent Or Less, By Chasing Threads With Appropriate Tap Or Die. Replace All Threaded Parts With Greater Than One Thread/50% Loss Damage. E. When Disconnecting An Electrical Lead From A Connector, Mark The Pin Position Of The Lead To Aid In Reassembly. F. Prepare Ends Of A Lead For Terminal Or Pin Connection By Removing 1/4 Inch Of Insulation From Ends Of Lead. G. Solder Leads To Connector Pin Or Terminal Using Solder Per Mil-std-454. H. Shrink All Heat-shrink Tubing In Place Using A Thermogun. I. Make A Replacement Lead Using The Appropriate Wire And The Removed Lead As A Template. J. Replace All O-rings Regardless Of Condition.c 6-5.2.6 Inspection: Note: Replace Any Part That Fails To Meet The Requirements Of The Inspections With A Serviceable Part.; 3.4 Marking - This Item Shall Be Physically Identified In Accordance With ;mil-std-130, Rev N, 16 Nov 2012; . 3.5 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And Approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The Substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government Evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: Code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. Code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. Code 3: Part Not Furnished Separately - Use Assembly. Code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. Code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. Code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 ;perform In Accordance With This Technical Data Package And External Documents. ; 4.2 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.3 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.4 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.5 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings. 4.6 ;upon Completion Of Testing Each Pump Will Be Packaged With An Acceptance Test Data Sheet Listing Actual Recorded Parameters For All Test Steps Listed. Any Substitution, Reduction Or Modification In Scope/criteria Of This Procedure Must Be Approved By The Government. 4.7 ;repair Activity Will Submit Proposed Repair Practices, Procedures, And Acceptance Test Procedures For Both The 2525-1 And 2526-2 Lcac Fuel Pumps For Government Approval Prior To Conducting Any Repair Work. Repair Activity Shall Submit Proposed Repair Practices, Procedures, And Acceptance Test Procedures To Navsup Wss Technical, Via Navsup Wss Contracting Officer. Navsup Technical Will Submit Documents To The In-service Engineering Activity (isea) For Review And Approval. Isea Will Need 10 Working Days For Review And Approval. If Submission Is Returned Back To Repair Activity For Additional Comments Or Updates, Repair Activity Will Have 10 Working Days To Submit For Final Approval.; 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information Contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: A... Approved For Public Release; Distribution Is Unlimited. B... Distribution Authorized To Us Governments Agencies Only. C... Distribution Authorized To Us Government Agencies And Their Contractors. D... Distribution Authorized To Dod And Dod Contractors Only. E... Distribution Authorized To Dod Components Only. F... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. X... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.2 ;perform In Accordance With This Technical Data Package And External Documents. ; Date Of First Submission=asreq Block 10, 12 - Submit One Copy Of The Repair Procedure Prior To Performing Any Repair Work. Repair Activity Will Submit Proposed Repair Practices, Procedures, And Acceptance Test Procedures For Both The 2525-1 And 2526-2 Lcac Fuel Pumps For Government Approval Prior To Conducting Any Repair Work. Repair Activity Shall Submit Proposed Repair Practices, Procedures, And Acceptance Test Procedures To Navsup Wss Technical, Via Navsup Wss Contracting Officer. Navsup Technical Will Submit Documents To The In-service Engineering Activity (isea) For Review And Approval. Isea Will Need 10 Working Days For Review And Approval. If Submission Is Returned Back To Repair Activity For Additional Comments Or Updates, Repair Activity Will Have 10 Working Days To Submit For Final Approval. Repair Activity Shall Provide Documentation In Adobe Acrobat Version, 7.0 Or Later.
Closing Date24 Jan 2025
Tender AmountRefer Documents
4791-4800 of 4823 archived Tenders