Transportation Tenders

Transportation Tenders

City Of El Salvador Tender

Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Purchase Of 1 Unit 4x4 Pick-up Itb No. 2025-01-012 The Lgu-el Salvador City, Misamis Oriental, Through Its Bids And Awards Committee (bac), Invites Interested Suppliers, To Apply For Eligibility And If Found Eligible, To Bid For The Contract: 1. Invitation To Bid No. : 2025-01-012 Brief Description : Transportation Equipment Approved Budget For The Contract : P 1,567,000.00 Delivery Period : 30 Cd Upon Received Po And Ntp Source Of Fund : Capital Outlay Annual Budget Fy 2024 Item No. Quantity Unit Description 1 1 Unit Pick Up 2.4 Gl 4x4gmt Dimension (lxwxh)mm 5265x186x 1775 Ground Clearance 203mm Water Wading 800 Mm Engine Type 2.4l Turbo Diesel Transmission 6 Speed Manual Tire Size : 205/k116c Spr Terms And Condition: 1. Lto Registration, 2. Gsis Comprehensive Insurance 3. Sticker (a. Logo Office, B. For Official Use Only.), 4. Warranty, 5. Color ( White) X-x-x-x-x-x-x-x Procurement Will Be Conducted Through Open Competitive Bidding Procedures In Accordance With R.a. 9184 And Its Revised Implementing Rules And Regulations. To Bid For This Contract, A Bidder Must Purchase Bid Documents And Should Have Experienced In Undertaking Similar Project Within The Last Two (2) Years With An Amount Of At Least Fifty Percent (50%) Of The Proposed Project For Bidding. The Eligibility Check As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary Pass/fail Criteria. The Significant Time And Deadlines For Procurement Activities Are Shown Below: Activity Date Time 1. Issuance Of Bid Documents From January 30, 2025 To February 11, 2025 8:00 A.m. – 5:00 A.m. During Office Hours Only 2. Pre-bid Conference January 30, 2025 9:30 O’clock In The Morning 3. Receipts Of Bids February 13, 2025 Deadline Until 9:00 O’clock In The Morning 4. Opening Of Bids February 13, 2025 9:00 O’clock In The Morning Xxxxxxxxxxxxxxxxxxxx The Bac Will Issue Hard Copies Of Bidding Documents At The City Hall Building Of El Salvador, Misamis Oriental, Upon Payment Of A Non-refundable Fee Of Five Thousand Pesos (php 5,000.00) Only To The Treasurer’s Office. Bids Must Accompanied By A Bid Security, In The Amount And Acceptable Form, As Stated In Section 27.2 Of The Revised Irr. Prospective Bidders Shall Submit Their Duly Accomplished Forms As Specified In The Bds In Two (2) Separate Sealed Envelopes To The Bac Chairman. The First Envelope Shall Contain The Technical Component Of The Bid Including The Eligibility Requirements. The Second Envelope Shall Contain The Financial Component Of The Bid. Contract Will Be Awarded To The Lowest Calculated Responsive Bid As Determined In The Bid Evaluation And Post-qualification. The Lgu-el Salvador Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process Any Time Before Contract Award And Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. For Further Information, Please Refer To: Nancy A. Macalaguing Head, Bac Secretariat Bac Bidding Room, 3rd Floor Executive Building, El Salvador City Hall Poblacion, El Salvador City Bac Cell No. 09973085718 Email: Bac.elsalvadorcity@gmail.com Approved By: [sgd]nolly Adrian B. Gabule City Agriculturist Bac Chairperson Noted By: [sgd]hon. Edgar S. Lignes City Mayor Head Of Procuring Entity Date Published: January 22, 2025 Posted In Conspicuous Place, City Hall Premises Website: Https://www.philgeps.gov.ph Bids And Awards Committee 9017 Población, El Salvador City Misamis Oriental Invitation To Bid For The Purchase Of 1 Unit 4x4 Pick-up Itb No. 2025-01-012 1. The Lgu-el Salvador City, Misamis Oriental, Through Annual Budget Fy 2024 – Capital Outlay – Vice Mayor Intends To Apply The Sum Of One Million Five Hundred Sixty-seven Pesos And 00/100 Only. (₱ 1,567,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Capital Outlay – Transportation Equipment – Pick-up 4x4 – City Vice Mayor Office. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu – El Salvador City Now Invites Bids For The Above Procurement Project. Delivery Of Goods Is Required As Per Advice By The Entity. 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. Instruction 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,. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From Lgu – El Salvador City And Inspect The Bidding Documents At The Address Given Below During 9:00 A.m. To 4:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 30, 2025 To February 11, 2025 From The Given 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 Five Thousand Pesos (₱5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronics Means. 6. The Local Government Unit Of El Salvador Will Hold A Pre-bid Conference On January 30, 2025 At 9:30 A.m. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before February 13, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 13, 2025 At 9:00 A.m. At The Given Address Below And/or Via [insert Website, Application Or Technology] Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend Activity. 10. The Lgu-el Salvador City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Nancy A. Macalaguing Head, Bac Secretariat Bac Bidding Room, 3rd Floor Executive Building, El Salvador City Hall Poblacion, El Salvador City Bac Cell No. 09973085718 Email: Bac.elsalvadorcity@gmail.com Approved By: [sgd]nolly Adrian B. Gabule Bac Chairperson City Agriculturist Noted By: [sgd]edgar S. Lignes Head Of Procuring Entity City Mayor Date Posted January 22, 2025 To February 13, 2025 Posted In Conspicuous Place, City Hall Premises Website: Https://www.philgeps.gov.ph Nabl/app
Closing Date13 Feb 2025
Tender AmountPHP 1.5 Million (USD 27 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Bridge Construction
United States
Details: This Notice Is Provided For Information Purposes Only To Announce An Industry Day For Port Of Nome Modification Phase 1a As Follows: u.s. Army Corps Of Engineers, Alaska District Will Conduct An Industry Day To Improve The Industry's Understanding Of Usace's Port Of Nome Modification Phase 1a Design Bid Build, Construction Project. The Phase 1a Requirements Include A 1,200-foot Causeway Extension Consisting Of A Layered Aggregate And Rock Embankment Protected By 18-ton Armor Stone. The Causeway Extension Incorporates A 30-foot Wide Road Surface And Includes A 600-foot Long Opencell™ Sheet Pile Dock. This Project Includes Removal Of The 250-foot Long Spur Breakwater And Existing 22-ton Armor Stone And B Rock Underlayer At The Nose Of The Causeway. Construction Of The Armor Protection Includes Excavation Of Seabed Material Which Will Be Placed Upland Or In A Nearby Nearshore Placement Zone To The East Of The Harbor At The Port On Nome In Nome, Alaska. The Alaksa District Will Answer Questions On The Phase 1a Project And Gain An Understanding Of How The Contractor Community Can Support This Project. the Goals Of This Industry Day Are To: 1) Familiarize The Industry With The Phase 1a Requirements At Nome, Alaska. 2) Receive Feedback From Industry. the Industry Day Presentation Will Be Held On Thursday, January 16, 2024, From 10:00 – 11:00 Am (alaska Standard Time) At The Old St. Joe’s Hall Located At 407 Bering St., Nome, Ak 99762. or You May Attend Virtually Through Microsoft Teams: join The Meeting Now meeting Id: 993 315 232 541 passcode: Cc9e76cj dial In By Phone +1 503-207-9433,,608302610# United States, Beaverton find A Local Number phone Conference Id: 608 302 610# for Organizers: Meeting Options | Reset Dial-in Pin one-on-one Consultation With The Government Will Follow The Presentation With Contractors In Attendance That Wish To Participate In These Discussions. Items Conversed Will Not Be Made Public. Limited Time Slots Exist From 12:00-15:00 - Sign Up Will Be Provided At The Site. it Is Anticipated That A Draft Solicitation Will Be Released Prior To The Industry Day. each Participant Is Required To Submit The Following Information In Advance Of The Industry Day: (1) First And Last Name. (2) Company submit The Required Information To Tammy.davis@usace.army.mil, Pamela.iverson@usace.army.mil And Michelle.r.mandel@usace.army.mil By January 14, 2025, 14:00 Alaska Time. attendance At The Industry Day Is Voluntary And Is Not Required To Participate In The Proposed Acquisition. Contractors Are Required To Secure Their Own Lodging And Transportation To This Event. port Of Nome Modification Phase 1a Requirement: requirement: phase 1a – West Causeway Extension construction Of Approximately 1,200 Linear Feet, Quarry Stone, Causeway. The Causeway Extension Cross Sections Will Be Like The Existing West Causeway. The Causeway Extension Will Consist Of 18-ton A1 Rock, 3600 Lbs. B1 Rock, 180 Lbs. C1 Rock, 12.25 Ton A2 Rock, 2450 Lbs. B2 Rock, 130 Lbs. C2 Rock, Filter Material, And E And F Fill. Rocks And Material Placement Equipment Will Need To Be Capable Of Accurate Placement To-35 Feet Mllw. Mechanical Dredge Equipment Will Need To Be Capable Of Fine And Coarse Grain Sediment Removal, Including Cobbles And Boulders, To Depths Of -35 Feet Mllw. construction Of 600 Linear Feet Of Driven Sheet Pile Docks. new High Mast Lighting Concrete Foundations. existing Stub Breakwater Removal. construction Contract Award Anticipated For 4q Fy25. feedback From The Industry Day Participants On The Following Areas Is requested: feedback On Construction Schedule And Sequencing. feedback On Site Access And Traffic Control. feedback On Unionized Labor Agreement.
Closing Date16 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Chemical Products
United States
Details: This Notice Is Being Published In Accordance With Federal Acquisition Regulation (far) Part 5.101(a)(2) Requiring The Dissemination Of Information On Proposed Contract Actions. This Is A Notice Of Intent To Award A Sole-source Contract Pursuant To 10 U.s.c 2304 (c)(1), As Implemented By Far 6.302-1(a)(2) And 6.301-1(c), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements And Brand-name Descriptions. the Department Of Veterans Affairs Medical Center Located At Va Connecticut Healthcare System, West Haven Va Medical Center, 950 Campbell Avenue, West Haven, Ct 06516, Has A Requirement As Described In The Attached Statement Of Work. the Government Intends To Award Stryker Sales, Llc, A Firm-fixed-price Sole Source Contract. a Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. This Notice Of Intent Is Not A Request For Competitive Proposals. This Is A Written Notice To Inform The Public Of The Governments Intent To Award On A Sole Source Basis. interested Parties May Identify Their Interest And Capability To Respond To The Requirement. Any Response To This Notice Must Show Clear And Convincing Evidence That Competition Will Be Advantageous To The Government. please Contact Manases Cabrera, Contracting Specialist, With The Responses Or Questions Regarding This Requirement At Manases.cabrera@va.gov. this Notice Will Close On February 10, 2025, At 4:30 Pm Eastern Standard Time (est) statement Of Work For Preventative And Corrective Maintenance Service Of Stryker Neptune Rovers And Docking Stations general: The Contractor Shall Furnish All Labor, Travel, Materials, Support, And Service Necessary To Provide Preventative Maintenance (pm) And Corrective Maintenance Services On All Stryker Neptune Waste Management Equipment At The Va Connecticut Hcs In West Haven, Ct. equipment Identification: manufacturer model serial Number asset Tag location stryker Corporation neptune 3 Rover 2028227043 127940 3227-1-w-689 stryker Corporation neptune 3 Rover 2030002513 127939 3227-1-w-689 stryker Corporation neptune 3 Rover 2028700903 127938 3226-1-w-689 stryker Corporation neptune 3 Rover 2019500343 127937 3246-1-w-689 stryker Corporation neptune 3 Rover 2019501313 127936 3244-1-w-689 stryker Corporation neptune 3 Rover 2021015143 127935 3246-1-w-689 stryker Corporation neptune 3 Rover 2028227533 127934 3244-1-w-689 stryker Corporation neptune 3 Rover 2030002013 127933 3244-1-w-689 stryker Corporation neptune Docker 2034900093 127932 3226-1-w-689 stryker Corporation neptune Docker 2033705023 127931 3226-1-w-689 table 1. Manufacturer, Model, Serial Number, Equipment Entry Number And Location Of Equipment period Of Performance: this Agreement Will Include A Base Year Plus Four Option Years. base Year: 03/01/2025-02/28/2026 option Year 1: 03/01/2026-02/28/2027 option Year 2: 03/01/2027-02/29/2028 option Year 3: 03/01/2028-02/28/2029 option Year 4: 03/01/2029-02/28/2030 dates As Specified Unless Contract Award Passes These Dates. Then The First Date Of Performance Will Start The Day Of Award. description Of Work: The Contractor Shall Provide All Required Service Including Emergency Service, Repairs, Preventative And Corrective Maintenance, Labor, Travel, Original Equipment Manufacturer (oem) Replacement And Repair Parts, And Technical Support For The Neptune 3 Rover Systems. All Services Performed Shall Be In Accordance With The (oem) Specifications. Field Service Engineers Must Be Licensed Or Contracted With The Original Manufacturer To Work On The Equipment. All Parts And Software Must Be Certified New From The Original Manufacturer. hours Of Performance: Normal Hours Of Coverage Are Monday Through Friday 8:00 Am To 6:00 Pm Est Excluding Federal Holidays. a. All Service/repairs Will Be Performed During Normal Hours Of Coverage Unless Requested Or Approved By The Contracting Officer S Representative (cor). b. Preventative Periodic Maintenance Will Be Performed Monday Through Friday 8:00 Am To 6:00 Pm Est Or As Agreed To By The User And The Cor In Accordance With Manufacturer S Recommendations. c. There Will Be 24/7 Telephone Support Coverage And 24/7 On-site Support Coverage. d. Federal Holidays Observed By The Vamc Are: New Year S Day Labor Day Martin Luther King Day Columbus/indigenous People S Day Presidents Day Veterans Day Memorial Day Christmas Day thanksgiving Day juneteenth Day independence Day note: Hardware/software Update/upgrade Installations Will Be Scheduled And Performed At A Mutually Agreed Upon Time At No Additional Charge To The Government (unless It Would Be Detrimental To Equipment Up-time; To Be Determined By The Cor Or Designated Representatives. Government Provides Software/hardware Upgrade/update. There Shall Be No Additional Charge For Time Spent At The Site During Or After The Normal Hours Of Coverage Awaiting The Arrival Of Additional Fse And/or Delivery Of Parts. conformance Standards: Contractor Shall Provide Service And Ensure That The Equipment Functions In Accordance With The Equipment Manufacturer S Technical Performance Specifications. Contractor Shall Conform To All Regulations To Include But Not Be Limited To Federal, State, And Local Governing Any Chemicals, Equipment Or Work Which May Be Used Or Performed In The Work Under This Contract. operational Uptime Requirements: The Medical Equipment/system Shall Be Operable And Available For Use 96% Of The Normal Operating Hours Of The Equipment. Downtime Will Be Computed From Notification Of Problem During Normal Work Hours. guaranteed Response Time: The Oem Certified Field Service Engineer (fse) Will Use Commercially Reasonable Efforts To Respond To Customer S Requests Within 24 Hours Of Notification To The Vendor S Service Support Team. live Phone Support: Service Shall Include Phone Support With Vendor Technical Support Engineers 24 Hours, 7 Days A Week. after Hours Phone Support: Service For After Hour Phone Support Shall Include 24 Hours, 7 Days A Week, And 365 Days A Year For Technical Assistance When Required. preventative Maintenance: Perform System Scheduled Maintenance Inspections As Outlined In The User S Manual Developed By The Manufacturer. parts: All Needed Parts For Wear And Tear, Repairs, And Maintenance Conducted Are Covered. parts Exchange And Protection: All Parts Required For The Repair Of The System (excludes Instruments And Accessories) Are Covered. Preferred Pricing On Repairs Or Replacement Due To Accidental Damage. unscheduled Maintenance (emergency Repair Service): a. Contractor Shall Maintain The Equipment In Accordance With The Manufacturer S Specifications. The Contractor Shall Provide Repair Service Which May Consist Of Calibration, Cleaning, Oiling, Adjusting, Replacing Parts, And Maintaining The Equipment, Including All Intervening Calls Necessary Between Regular Services And Calibrations. All Required Parts Shall Be Furnished. b. The Cor Or Government Designated Representatives Are Authorized To Request And Approve Service Calls From The Contractor. c. Response Time: Contractor's Fse Must Respond With A Phone Call To The Cor Or Designated Representative Within 1 Hour After Receipt Of Telephoned Notification During Normal Hours Of Coverage. scheduled Maintenance: All Labor And Travel Conducted During Normal Business Hours: Monday Through Friday, 8:00 Am To 6:00pm Est (excludes Vendor Company Holidays) Are Covered. labor And Travel Expenses: All Labor And Travel Conducted During Normal Business Hours: Monday Through Friday, 8:00 Am To 6:00pm Est (excludes Vendor Company Holidays) Are Covered. service Manuals/tools/equipment: All Required Manuals, Tools, And Equipment For Repairs And Maintenance Conducted Are Covered And Are The Responsibility Of The Vendor. certified Trained Technicians And Key Personnel: The Scheduled Maintenance And Service Calls Shall Be Performed By Oem Trained Personnel In Accordance With The Agreement. Technicians Shall Include Fully Qualified Facility Service Engineers (fse) And A Fully Qualified Fse Who Will Serve As The Backup And Show Proof Of Competency, As Shown By Training Conducted On Said System. "fully Qualified" Is Based Upon Training And On Experience In The Field. For Training, The Fse(s) Has Successfully Completed A Formalized Training Program, For The Equipment Identified In This Statement Of Work. For Field Experience, The Fse(s) Has A Minimum Of Two Years Of Experience (except For Equipment Newly On The Market) With Respect To Scheduled And Unscheduled Preventive And Remedial Maintenance. Proof Of Training Shall Be Provided Upon Demand And Be Immediately Sent Via Fax, Upon Demand To The Cor. All Fse S And Technicians Shall Be Authorized By The Contractor To Perform The Maintenance Services. All Work Shall Be Performed By "fully Qualified" Competent Fse's. The Cor And/or Designated Representative Specifically Reserve The Right To Reject Any Of The Contractor's Personnel And Refuse Them Permission To Work On The Vamc Equipment. It Is Anticipated That Any Hospital Regulatory Inspections (tjc, Etc.) Will Have The Vendor Providing Proof That They Meet Industry Standards Of Quality, And Traceable Standards, As Used To Calibrate This Device- System, At The Time Of The Maintenance Event. check In Requirements: The Field Service Engineer Or Technicians Must Report To The Biomedical Engineering Department To Obtain A Badge And Sign In With The Biomedical Engineering Service Before Work Begins. Submit Any Mobile Media Devices That Would Be Used On The System To A Virus Scan. Upon Completion Of Work, The Field Service Engineer Must Report To The Biomedical Engineering Service To Sign Out And Brief Biomedical Staff Or Supervisor If Biomedical Staff Is Unavailable Concerning Completion Of Service. At The End Of Briefing Field Service Engineer Will Return The Badge And Sign Out In The Biomedical Engineering Department. documentation: Contractor Shall Furnish A Detailed Field Service Report Upon Completion Of Work To Biomedical Staff In The Biomed Department. Payment Will Not Be Processed Until A Properly Completed Service Report Is Received. The Service Report Shall Contain, At A Minimum, The Following Information: identification Of Equipment To Be Serviced: va Ee Number vendor Inventory Id Number manufacturer Name device Name model Number serial Number system Id name Of Contractor And Contract Number name Of Fse Who Performed Services contractor Service Esr Number/log Number date, Time (starting And Ending), Equipment Downtime And Hours On-site For Service Call va Purchase Order Number(s) Covering The Call If Outside Normal Working Hours total Time Spent Performing Maintenance. detailed Narrative And Itemized Description Of The Services Required And Performed Including: labor And Travel parts (with Part Numbers) materials location corrective Action copies Of All Test Reports complete List Of Parts Replaced (when Applicable) date And Time The Repair/support Was Completed total Cost To Be Billed (if Applicable I.e., Part(s) Not Covered, Or Service Rendered After Normal Hours Of Coverage). signatures: fse Performing Services Described authorized Va Employee Who Witnessed Service Described note: - Any Additional Charges Claimed Must Be Approved By The Cor Or Designated Representative Before Service Is Completed! the Service Report Shall Itemize Every Item In The Specification. Each Item Shall State The "as Found" Condition Or Values, The "calibrated To" Or "adjusted To" Values, The Factory Design Tolerances, And A Complete Description Of All Work Performed Concerning The Items. Included Will Be A List Of New Parts Used And Recommended Future Repairs. reporting Requirements: The Contractor Shall Be Required To Report To The Clinical Engineering Department To Log In. This Check- In Is Mandatory. When The Service Is Completed, The Fse Shall Document Services Rendered On A Legible Esr(s). The Fse Shall Be Required To Log Out With Biomedical Engineering And Submit The Esr(s) To The Cor Or Designated Representative. All Esrs Shall Be Submitted To The Equipment User For An "acceptance Signature" And To The Cor Or Designated Representative For An "authorization Signature". If Cor Or Designated Representative Is Unavailable, A Signed, Authorized Copy Of The Esr Will Be Left With The User. place Of Performance: va Connecticut Healthcare System west Haven Va Medical Center 950 Campbell Avenue west Haven, Ct 06516 contracting Officer Representatives: Prior To Contract Award, The Contracting Officer Shall Designate A Va Medical Center Employee As The Cor. All Work Coordination Shall Be Made Through The Cor. The Contractor Shall Be Provided A Copy Of The Letter Of Delegation Authorizing The Cor At The Commencement Of The Term Of The Contract. No Other Person Shall Be Authorized To Act In Such Capacity Unless Appointed In Writing By The Contracting Officer. safety Requirements: In The Performance Of This Contract, The Contractor Shall Take Such Safety Precautions As The Contracting Officer May Determine To Be Reasonably Necessary To Protect The Lives And Health Of Occupants Of The Building. The Contracting Officer Shall Notify The Contractor Of Any Safety Issues And The Action Necessary To Correct These Issues. Such Notice, When Served To The Contractor Or His Representative At The Work Site Shall Be Deemed Sufficient For The Corrective Actions To Be Taken. If The Contractor Fails Or Refuses To Comply Promptly, The Contracting Officer May Issue An Order Stopping All Or Part Of The Work And Hold The Contractor In Default. invoicing: Payment To Be Made Monthly In Arrears By Certified Invoices And Must Contain The Contract Number In Addition To The Requirements Detailed In 52.212-4 (g) To Be Considered Valid. All Invoices Shall Be Submitted To The Va Financial Service Center And Emailed To The Cotr. All Invoices Will Reference The Purchase Order Number Assigned To The Contract. additional Charges: There Shall Be No Additional Charge For Time Spent At The Site (during, Or After The Normal Hours Of Coverage) Awaiting The Arrival Of Additional Fse And/or Delivery Of Parts. transportation Charges: All Costs Associated With Transportation, From Shipping Point To The Destination Specified Above, And All Costs Of Removal After Contract Completion, Shall Be Paid By The Contractor And Incorporated In The Price Proposal. The Contractor Shall Be Responsible For All Damage In Transit Including Any Transportation Costs For Replacement. reporting Required Services Beyond The Contract Scope: The Contractor Shall Immediately, But No Later Than 24 (twenty-four) Consecutive Hours After Discovery, Notify The Cor And/or Designated Representative (in Writing) Of The Existence Or The Development Of Any Defects In, Or Repairs Required, To The Scheduled Equipment Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract. The Contractor Shall Furnish To The Cor Or Designated Representative A Written Estimate Of The Cost To Make Necessary Repairs. condition Of Equipment: The Contractor Shall Accept Responsibility For The Equipment. Failure To Inspect The Equipment Prior To Contract Award Will Not Relieve The Contractor From Performance Of The Requirements Of This Contract. test Equipment: Prior To Commencement Of Work On This Contract, The Contractor Shall Provide The Vamc With A Copy Of The Current Calibration Certification Of All Test Equipment Which Is To Be Used By The Contractor On Vamc's Equipment. This Certification Shall Also Be Provided On A Periodic Basis When Requested By The Vamc. Test Equipment Calibration Shall Be Traceable To The Original Equipment Manufacture S Standard. identification, Parking, Smoking, And Va Regualtions: The Contractor's Fse's Shall Always Wear Visible Identification While On The Premises Of The Vamc. The Contractor Shall Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From The Va Police Section. The Vamc Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. Smoking Is Prohibited Inside Any Buildings At The Vamc. Possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. training: The Contractor Shall Provide First Call Clinical Engineering Training For Current Qualified Technicians At The Vamc, Ct During Regular Service Hours Of Monday Through Friday From 8:00am 6:00 Pm Est. This Is Not An Ongoing Training And Will Only Be Provided On An Annual Basis As Required. All Training For Upgrades To Equipment Shall Be Considered Within Scope Throughout The Life Of The Contract. All Service And Repairs Are Performed By Oem Factory Certified Technicians. transportation Charges: All Costs Associated With Transportation, From Shipping Point To The Destination Specified Above, And All Costs Of Removal After Contract Completion, Shall Be Paid By The Contractor And Incorporated In The Price Proposal. The Contractor Shall Be Responsible For All Damage In Transit Including Any Transportation Costs For Replacement. complaince With Osha Bloodborne Pathogens Standard: The Contractor Shall Comply With The Federal/california Osha Bloodborne Pathogens Standard. The Contractor Shall: a. Have Methods By Which All Employees Are Educated As To Risks Associated With Bloodborne Pathogens. b. Have Policies And Procedures Which Reduce The Risk Of Employee Exposure To Bloodborne Pathogens. c. Have Mechanisms For Employee Counseling And Treatment Following Exposure To Bloodborne Pathogens. d. Provide Appropriate Personal Protective Equipment/clothing Such As Gloves, Gowns, Masks, Protective Eyewear, Mouthpieces For The Employee During Performance Of The Contract. miscellaneous: Additional Equipment May Be Added And/or Removed Throughout The Life Of This Contract And Shall Be Considered Within Scope. contractor Personnel Security Requirements: All Contractor Personnel Shall Obtain A Short-term Identification Badge Issued By The Cor Or Government Designated Representative. Such Badge Shall Be Worn By The Individual And Prominently Always Displayed While On Va Property. No Employee Of The Contractor Shall Enter The Project Site Without A Valid Identification Badge Issued By The Va. To Obtain A Short-term Identification Badge, Contractor Personnel Shall Present To The Cor A Valid (non-expired) Photo Identification Issued By A Us Federal, State, Or Local Government Agency. Escort Will Be Provided As Required In Sensitive Work Areas. The C&a Requirements Do Not Apply, And The Security Accreditation Package Is Not Required. The Identified Sole Source Vendor Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In Standard Acquisition Guidelines. Per The Va Handbook 6500.6, No Va Sensitive Information Will Be Transferred, Shared, Or Stored With Vendor. As Such, No Additional Mechanisms Will Be Needed To Ensure The Protection Of Information. records Management Statement: a. Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion. b. In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation. c. In Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data. d. Va Medical Center West Haven And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of The Va Medical Center West Haven Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Va Medical Center West Haven. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230. e. The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Va Medical Center West Haven Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4). f. The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Va Medical Center West Haven Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information. g. The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Va Medical Center West Haven Policy. h. The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Va Medical Center West Haven Information That Are Not Specifically Tied To Or Authorized By The Contract. i. The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act. j. The Va Medical Center West Haven Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Va Medical Center West Haven Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20. k. Training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Vha-provided Records Management Training, Talent Management System (tms) Item #3873736, Records Management For Records Officers And Liaisons. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training. vha Supplemental Contract Requirements For Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors: contractor Employees Who Work In Or Travel To Vha Locations Must Comply With The Following: documentation Requirements: If Fully Vaccinated, Shall Show Proof Of Vaccination note: Acceptable Proof Of Vaccination Includes A Signed Record Of Immunization From A Health Care Provider Or Pharmacy, A Copy Of The Covid-19 Vaccination Record Card (cdc Form Mls-319813_r, Published On September 3, 2020), Or A Copy Of Medical Records Documenting The Vaccination if Unvaccinated And Granted A Medical Or Religious Exception, Shall Show Negative Covid-19 Test Results Dated Within Three Calendar Days Prior To Desired Entry Date. Test Must Be Approved By The Food And Drug Administration (fda) For Emergency Use Or Full Approval. This Includes Tests Available By A Doctor S Order Or An Fda Approved Over-the-counter Test. documentation Cited In This Section Shall Be Digitally Or Physically Maintained On Each Contractor Employee While In A Va Facility And Is Subject To Inspection Prior To Entry To Va Facilities And After Entry For Spot Inspections By Contracting Officer Representatives (cors) Or Other Hospital Personnel. Documentation Will Not Be Collected By The Va; Contractors Shall, At All Times, Adhere To And Ensure Compliance With Federal Laws Designed To Protect Contractor Employee Health Information And Personally Identifiable Information. contractor Employees Are Subject To Daily Screening For Covid-19 And May Be Denied Entry To Va Facilities If They Fail To Pass Screening Protocols. As Part Of The Screening Process Contractors May Be Asked Screening Questions Found On The Following Website: Covid-19 Screening Tool. Regularly Check The Website For Updates. contractor Employees Who Work Away From Va Locations, But Who Will Have Direct Patient Contact With Va Patients Shall Self-screen Utilizing The Covid-19 Screening Tool, In Advance Each Day That They Will Have Direct Patient Contact And In Accordance With Their Person Or Persons Who Coordinate Covid-19 Workplace Safety Efforts At Covered Contractor Workplaces. Contractors Shall, At All Times, Adhere To And Ensure Compliance With Federal Laws Designed To Protect Contractor Employee Health Information And Personally Identifiable Information. contractor Must Immediately Notify Their Cor Or Contracting Officer If Contract Performance Is Jeopardized Due To Contractor Employees Being Denied Entry Into Va Facilities. option To Extend Services (nov 1999): The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 5 Days.
Closing Date10 Feb 2025
Tender AmountRefer Documents 

Department Of Tourism Tender

Other Consultancy Services...+1Consultancy Services
Philippines
Details: Description Technical Specifications I. Name Of Project: Procurement Of 2025 Asiantraveler Magazine Media Familiarization Tour In Palawan Ii. Implementation: February 20 – 28, 2025 Iii. Objectives: 1. To Strengthen Partnership With Private Media In The Promotion Of Emerging And Existing Tourism Destinations 2. To Market Palawan Alongside Other International Destinations 3. To Maximize The Use Of Digital And Printed Materials As A Tool To Market Tourism Products And Services 4. To Boost Local Tourism In Palawan Iv. Miminum Requirements: The Service Provider Should Be Able To Provide Transfers Within Palawan, Accommodation, Meals, And Exclusive Tours Of Three (3) Participants With The Following Specifications: 1. Service Provider Should Be A Dot-accredited Tour Operator/ Travel Agency 2. Inclusive Date: February 20 – 28 ,2025 3. Amenable To Send-bill Arrangement/government Procedure 4. Price Quotation Should Be Denominated In The Philippine Peso And Inclusive Of 12% Vat And All Other Applicable Taxes And Charges. Price Validity Shall Be For A Period Of One Hundred Twenty (120) Calendar Days. 5. Tour Operator Must Be Based In The Mimaropa Region Documentary Requirements: 1. Mayor’s/business Permit 2. Proof Of Philgeps Registration 3. Original/certified True Copy Of Omnibus Sworn Statement\ 4. Valid Dot Accreditation Certificate 5. Dti/sec Permit 6. Bir Certification And Updated Annual Itr Note: All Documentary Requirements And Proposals Shall Be Sent Via E-mail At: Dot4b.bacsecretariat@gmail.com V. Scope Of Work/deliverables: A. Transportation: Van Hire With Pick-up And Drop-off For The Following Itinerary Note: May Be Subject To Change February 20, 2025: Puerto Princesa International Airport To Bataraza Town Proper February 21, 2025: Bataraza Town Proper To Buliluyan Port February 22, 2025: Buliluyan Port To Quezon February 23, 2025: Quezon Town - Tabon Cave - Puerto Princesa City February 24, 2025: Tour Pick-up From Accommodation To Sabang Wharf (puerto Princesa Underground River Tour) Puerto Princesa City To El Nido (lio) February 26, 2025: Transfer From Coron Pier To Accomodation February 28, 2025: Transfer From Accommodation To Coron Airport Boat Fare February 21, 2025: Buliluyan Port To Balabac February 26, 2025: El Nido To Coron B. Accommodation February 20 – 21, 2025: Bataraza (2 Days, 1 Night) February 21 – 22, 2025: Balabac (2 Days, 1 Night) February 22 – 23, 2025: Quezon (2 Days, 1 Night) February 23 – 24, 2025: Puerto Princesa City (2 Days, 1 Night) February 26 – 28, 2025: Coron (3 Days, 2 Nights) C. Meals Should Be Able To Provide Full Board Meals For Three (3) Pax From February 20 To 28, 2025 D. Exclusive Tours February 21, 2025: Balabac Island Hopping Tour · Onok Island · Sebaring White Island · Pink Beach February 25, 2025: El Nido Island Hopping Tour B · Snake Island · Cathedral Cave · Cudognun Cave · Pinabuyutan Island · Entulala/tulpukan Beach February 27, 2025: Coron Island Hopping Tour · Kayangan Lake · Barracuda Lake · Banul Beach · Siete Pecados Marine Park · Cyc Beach Vi. Approved Budget For The Contract (abc): Total Budget Allocation Is One Hundred Twenty-three Thousand Two-hundred Pesos Only (₱123,200.00) Inclusive Of Taxes And Fees. The Winning Bid Shall Be Determined Based On The Proposal With The Most Advantageous Financial Package Cost, Provided That The Amount Of Bid Does Not Exceed The Above Total Budget. Vii. Payment Schemes: Terms Of Payment To The Winning Bidder Shall Be In Accordance With The Government Procedure (send Bill Arrangement). Failure To Comply With The Terms And Conditions Of The Contract Will Result In The Payment Of Corresponding Penalties And Liquidated Damages In The Amount Equal To Ten Percent (10%) Of The Contract Price By The Winning Bidder. Contact Person: Ms. Christine Joy L. Isidro Tourism Development Division, Dot Mimaropa 09673375875 Tdd.mimaropa@gmail.com
Closing Date18 Feb 2025
Tender AmountPHP 123.2 K (USD 2.1 K)

Don Emilio Del Valle Memorial Hospital Tender

Healthcare and Medicine
Philippines
Details: Description Laboratory Reagents And Supplies Items For Bidding No. Item Unit Quantity Unit Cost Total Cost " Immunohematology" 1 Ahg (fda Recommended; Polyclonal And Monoclonal Reagent; 10ml ) Vial 4 995.00 3,980.00 2 Anti-a Typing Sera (fda Recommended; Monoclonal; 10ml) Vial 90 455.00 40,950.00 3 Anti-b Typing Sera (fda Recommended; Monoclonal; 10ml) Vial 90 455.00 40,950.00 4 Anti-d (igm/igg) Typing Sera (fda Recommended; Monoclonal; 10ml) Vial 90 645.00 58,050.00 5 Liss Additive, 10ml Vial 4 900.00 3,600.00 Terms And Conditions: Winning Bidder Must Provide The Following: 1. Provide A Copy Of Valid Certificate Of Product Registration/ Certificate Of Exemption/license To Operate For Medical Device, Whichever Is Applicable. 2. Shelf Life: At Least 12 Months Upon Delivery 3. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 4. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 5. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. Microbiology-prepared Plated Culture Media 6 Agar, Chocolate Ppm - Prepared Plated Media, 10s Pack 40 720.00 28,800.00 7 Agar, Macconkey Ppm - Prepared Plated Media, 10s Pack 80 720.00 57,600.00 8 Agar, Trypticase Soy Blood Base (with Sheep's Blood) Ppm - Prepared Plated Media, 10s Pack 80 750.00 60,000.00 Terms And Conditions: Winning Bidder Must Provide The Following: 1. Shelf Life: At Least 2 Months From Date Of Delivery 2. Packaging: Sterile Packed 3. Size Of Plate: 90-100mm 4. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. Microbiology-dehydrated Culture Media 9 Agar, Bile Esculin, 500 G Bot 1 10,000.00 10,000.00 10 Agar With Necessary Supplement In Equal Ratio, For Culture Of Haemophilus Species, 500g Bot 1 20,000.00 20,000.00 11 Agar With Necessary Supplement In Equal Ratio, For Culture Of Neiserria Species, 500g Bot 1 20,000.00 20,000.00 12 Agar, Bactone Peptone Water, 500 G Bot 1 5,800.00 5,800.00 13 Agar, Lysine Iron, 500 G Bot 1 9,000.00 9,000.00 14 Agar, Macconkey, 500 G Bot 5 3,200.00 16,000.00 15 Agar, Mueller Hinton, 500g Bot 2 5,600.00 11,200.00 16 Agar, Oxidative Fermentative (of), Basal Medium, 500g Bot 1 10,000.00 10,000.00 17 Agar, Saboraud Dextrose (sda), 500 G Bot 2 3,450.00 6,900.00 18 Agar, Salmonella Shigella 500g Bot 1 4,200.00 4,200.00 19 Agar, Selenite F Broth Base 500g Set With Appropriate Ratio Of Sodium Biselenite Supplement Set 1 16,995.00 16,995.00 20 Agar, Simmon Citrate, 500g Bot 1 6,500.00 6,500.00 21 Agar, Sulfide Indole Motility, 500 G. Bot 1 6,100.00 6,100.00 22 Agar, Thioglycollate Medium, 500g Bot 2 3,995.00 7,990.00 23 Agar, Thiosulfate-citrate Bile Salt (tcbs), 500g Bot 1 4,400.00 4,400.00 24 Agar, Triple Sugar Iron, 500g. Bot 1 6,500.00 6,500.00 25 Agar, Trypticase Soy Broth, 500g Bot 1 6,000.00 6,000.00 26 Agar, Trypticase Soy, 500g Bot 5 3,750.00 18,750.00 27 Agar, Urea Base, 500g Bot 1 8,000.00 8,000.00 Terms And Conditions: Winning Bidder Must Provide The Following: 1. Provide A Copy Of Valid Certificate Of Product Registration Or Certificate Of Product Exemption. 2. Shelf Life: At Least 12 Months From Date Of Delivery. 3. Supplier Must Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 4. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 5.evidence Of Appropriate Temperature Requirements On Transportation And Storage 6. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. " Microbiology-quality Control Strains" 28 Atcc Gst 7953 - American Type Culture Collection (atcc) Strain: Biological Indicator For Autoclaving Process Containing Geobacillus Stearothermophilus 7953, 50s Pack 5 15,000.00 75,000.00 29 Atcc Efa 29212 - American Type Culture Collection (atcc) Strain: Enterococcus Faecalis (efa) 29212, 5s Pack 1 16,000.00 16,000.00 30 Atcc Eco 25922 - American Type Culture Collection (atcc) Strain: Escherichia Coli (eco) 25922, 5s Pack 1 16,000.00 16,000.00 31 Atcc Pae 27853 - American Type Culture Collection (atcc) Strain: Pseudomonas Aeruginosa (pae) 27853, 5s Pack 1 16,000.00 16,000.00 32 Atcc Sau 29213 - American Type Culture Collection (atcc) Strain: Staphylococcus Aureus 29213, 5s Pack 1 16,000.00 16,000.00 Atcc Spn 49619 - American Type Culture Collection (atcc) Strain: Streptococcus Pneumoniae (spn) 49619, 5s Pack 1 20,000.00 20,000.00 Terms And Conditions: Winning Bidder Must Provide The Following: 1. Shelf Life: At Least 12 Months 2. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 3. Provide A Copy Of Valid Certificate Of Product Registration Or Certificate Of Product Exemption. 4. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 5.evidence Of Appropriate Temperature Requirements On Transportation And Storage 6. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. Microbiology-supplementary Reagents For Culture, Identification & Susceptibility Testing Of Organisms 33 Amies Transport Medium With Charcoal, 50s Pack 4 7,000.00 28,000.00 34 Coagulase Plasma, Dehydrated/liophilized, 25ml Vial 2 12,500.00 25,000.00 35 Cotton Applicator 6'', Sterile, Individually Pack, 100s Box 43 120.00 5,160.00 36 "hippurate Disk, 25s Specs: With Complete Reagents Necessary To Perform The Test As Stated In The Procedure Of The Package Insert, 25s" Vial 2 8,500.00 17,000.00 37 Hydrogen Peroxide, 3%, 500ml Bot 4 650.00 2,600.00 38 Inoculating Loop, Sterile, Disposable, Individually Packed, 10 Ul, 500s Box 6 2,500.00 15,000.00 39 Inoculating Needle, Sterile, Disposable, Individually Pack, With Appropriate Label Per Box, 500s Box 5 2,500.00 12,500.00 40 Kovac's Reagent 4 X 25 Ml Box 2 2,600.00 5,200.00 41 Nitrate Disk, 25s Vial 2 12,100.00 24,200.00 42 Nitrocefin Disk, 25s Vial 2 7,000.00 14,000.00 43 Oxidase, 50s Box 2 16,500.00 33,000.00 44 "pouch, 20s Specs: For Co2 Incubation To Culture Microaerophilic, Enriched Co2 Or Anaerobic Microorganisms" Set 2 15,000.00 30,000.00 45 Staining Set, Acid Fast Bacilli, For Hot Method Box 4 3,795.00 15,180.00 46 Staining Set, Giemsa Stain With Methanol As Fixative Box 2 2,595.00 5,190.00 47 Staining Set, Gram Stain,250 Ml, High Quality Box 16 5,500.00 88,000.00 48 Urea Supplement Solution, 40%, 10 X 5 Ml Vial 2 6,000.00 12,000.00 Terms And Conditions: Winning Bidder Must Provide The Following: 1. Shelf Life: At Least 12 Months 2. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 3. Provide A Copy Of Valid Certificate Of Product Registration Or Certificate Of Product Exemption. 4. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 5.evidence Of Appropriate Temperature Requirements On Transportation And Storage 6. Must Be Iso Certified Or Its Equivalent. " Microbiology- Antimicrobials For Manual Susceptibility Testing With Microgram Content At Par With Clinical Laboratory Standards Institute (clsi) Standards" 49 Sensitivity Disk - Amoxycillin/clavulanic Acid, 50s Tube 3 400.00 1,200.00 50 Sensitivity Disk - Ampicillin, 50s Tube 2 400.00 800.00 51 Sensitivity Disk - Azithromycin, 50s Tube 2 400.00 800.00 52 Sensitivity Disk - Aztreonam, 50s Tube 3 400.00 1,200.00 53 Sensitivity Disk - Cefepime, 50s Tube 3 400.00 1,200.00 54 Sensitivity Disk - Cefexime, 50s Tube 2 400.00 800.00 55 Sensitivity Disk - Cefotaxime, 50s Tube 3 400.00 1,200.00 56 Sensitivity Disk - Cefotetan, 50s Tube 2 400.00 800.00 57 Sensitivity Disk - Cefoxitin, 50s Tube 2 400.00 800.00 58 Sensitivity Disk - Cefpodoxime, 50s Tube 2 400.00 800.00 59 Sensitivity Disk - Ceftexoxime, 50s Tube 2 400.00 800.00 60 Sensitivity Disk - Ciprofloxacin, 50s Tube 2 400.00 800.00 61 Sensitivity Disk - Imipenem, 50s Tube 3 400.00 1,200.00 62 Sensitivity Disk - Optochin, 1 X 50s Pack 3 1,800.00 5,400.00 63 Sensitivity Disk - Penicillin, 50s Tube 2 400.00 800.00 64 Sensitivity Disk - Spectinomycin, 50s Tube 2 400.00 800.00 65 Sensitivity Disk - Tetracycline, 50s Tube 2 400.00 800.00 66 Sensitivity Disk - V Factor, 50 Discs Pack 3 2,500.00 7,500.00 67 Sensitivity Disk - X + V Factor, 50 Discs Pack 3 2,500.00 7,500.00 68 Sensitivity Disk - X Factor, 50 Discs Pack 3 2,500.00 7,500.00 Terms And Conditions: Winning Bidder Must Provide The Following: 1. Shelf Life: At Least 12 Months 2. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 3. Provide A Copy Of Valid Certificate Of Product Registration Or Certificate Of Product Exemption. 4. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 5.evidence Of Appropriate Temperature Requirements On Transportation And Storage 6. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. " Drug Screening Tests" 69 Drug Screening Test Cartridge (met/thc), For Urine With Polyethylene Bottles, 25pcs/box Box 10 1,500.00 15,000.00 70 Ziplock Bag, 10x15cm , 100's Pack 2 452.10 904.20 Terms And Conditions: Winning Bidder Must Provide The Following: 1. Shelf Life: At Least 12 Months 2. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 3. Provide A Copy Of Valid Certificate Of Product Registration Or Certificate Of Product Exemption. 4. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 5.evidence Of Appropriate Temperature Requirements On Transportation And Storage 6. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. " Rapid Screening Test Kits" 71 Anti-hcv, 40's, Qualitative Box 8 5,000.00 40,000.00 72 D-dimer, 25's Box 12 6,500.00 78,000.00 73 Fecal Occult Blood Test Device (25 Test Device, With Extraction Buffer Bottles/box) Box 20 3,500.00 70,000.00 74 Hav Igm 30's, Qualitative Box 5 6,000.00 30,000.00 75 Hepatitis B Surface Antigen (hbsag), 40's/box, Qualitative Box 30 2,000.00 60,000.00 76 Hiv Screening, 40's/box, Qualitative Box 10 4,500.00 45,000.00 77 Nt-probnp, 25's Box 12 20,000.00 240,000.00 78 Pregnancy Test Kits( 40 Kits/box), Combo Box 35 1,950.00 68,250.00 79 Rapid Antigen Test For Covid-19, 25 Test/box Box 5 5,000.00 25,000.00 80 Salmonella Typhi (typhidot), Qualitative, 30 Kits Per Box, Immunochromatography Principle Box 15 9,900.00 148,500.00 81 Syphilis, 40's, Qualitative Box 20 2,650.00 53,000.00 Terms And Conditions: Winning Bidder Must Provide The Following: Principle: Immunochromatographic Assays (ica) 1. Shelf Life: At Least 12 Months 2. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 3. Provide A Copy Of Valid Certificate Of Product Registration Or Certificate Of Product Exemption. 4. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 5.evidence Of Appropriate Temperature Requirements On Transportation And Storage 6. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 7. Kits For Hbsag, Hiv, Anti-hcv And Syphilis Should Have Undergone Kit Evaluation From Nrl-saccl. " Rapid Screening Test Kits" 82 Ana Latex Reagent, Agglutination Box 4 10,000.00 40,000.00 83 Anti-streptolysin O (aso) Agglutination Kit With Agglutination Pad, 50 Test/box Box 4 2,275.00 9,100.00 84 Rheumatoid Factor With Latex Solution And Agglutination Pad, 1x5ml Vial/box Box 4 3,000.00 12,000.00 Terms And Conditions: Winning Bidder Must Provide The Following: Principle: Latex Agglutination 1. Shelf Life: At Least 12 Months 2. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 3. Provide A Copy Of Valid Certificate Of Product Registration Or Certificate Of Product Exemption. 4. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 5.evidence Of Appropriate Temperature Requirements On Transportation And Storage 6. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 7. Kits Must Contain A Positive And Negative Control. " Laboratory Supplies" 85 "mask N95,50's/ Pack Specs: Braided Headbands, Cushioning Nose Foam, Light Weight, Collapse Resistant Cup Shape Design" Pack 50 8,000.00 400,000.00 86 Tissue Forceps (with Teeth), Stainless Steel, 16cm, High Quality Pc 3 200.00 600.00 87 Thumb Forceps (without Teeth), Stainless Steel, 16cm, High Quality Pc 3 200.00 600.00 88 Pediatric Urine Container, 100 Ml Capacity, 100's/box, Individually Packed Box 2 450.00 900.00 89 Stirring Rod, Glass Pc 5 300.00 1,500.00 90 Capillary Tubes, 75ul, Sodium Heparinized, 100's/bot Bot 12 125.00 1,500.00 91 Autoclave Tape Roll 10 180.00 1,800.00 92 Underpads, Adult, 60x90cm,80g,absorbent Pad Pad 93 20.00 1,860.00 93 Blood Collecting Set, Plain Tube(5cc), 100's/pack, With Clear Label Pack 5 400.00 2,000.00 94 Test Tube Brush, Large, White Pc 50 40.00 2,000.00 95 Pipette Tips, Blue 1000 Ul, 1000's/pack, Sterile, Plastic, Universal Fit Pack 5 450.00 2,250.00 96 Magnetic Stir Bar 2" Set 10 300.00 3,000.00 97 Feather Trimming Knife Handle (high Profile) Pc 3 1,000.00 3,000.00 98 Feather Trimming Knife Handle (low Profile) Pc 3 1,000.00 3,000.00 99 Plain Nss, 1l Bot 60 55.00 3,300.00 100 Erlenmeyer Flask, Glass, High Quality, Durable, 500 Ml Pc 10 400.00 4,000.00 101 Beaker, 2000ml Pc 2 2,000.00 4,000.00 102 Slide Tray, Specimen Slide Storage Plate Slides, Drying Tray, White, 20 Slots Pc 12 350.00 4,200.00 103 Blood Lancet, Plastic Twist, 200 Pcs/box Box 30 145.00 4,350.00 104 Sharps Container Plastic (0.5l) Pc 8 550.00 4,400.00 105 Petri Dish Culture Plate, Plastic, Disposable, 150x15mm Pc 498 9.00 4,482.00 106 Beaker, 1000ml Pc 3 1,500.00 4,500.00 107 Hemoglobin Bi-level Control,6x1.5ml Set 1 5,000.00 5,000.00 108 Cellophane For Blood Units, Heavy Duty 8 X 14 Inches, 100's Pack 30 200.00 6,000.00 109 Coverslip , 22x22(200pcs/pack) Pack 50 130.00 6,500.00 110 Syringe 10ml, Luer Lock 23g X 1", 100's/box, Individually Packed, Sterile, Non-toxic, Non-pyrogenic, Latex-free, Box 8 900.00 7,200.00 111 Blood Collecting Set, Sodium Citrate, Microtainer, 0.5cc, 50's/pack Pack 12 800.00 9,600.00 112 Surgical Tape, White, Assorted In Size, 10 Rolls Can 10 1,000.00 10,000.00 113 Activated Glutaraldehyde, 1 Gal Gal 6 1,800.00 10,800.00 114 Pipette Tips, 200ul, Clear Yellow, Sterile, Plastic, Universal Fit, 1000's, High Quality Pack 24 450.00 10,800.00 115 Esr Tubes (100's) Packs 2 6,000.00 12,000.00 116 Swab Pad Povidone Iodine, 100's Box 60 200.00 12,000.00 117 Pasteur Pipette, 1 Ml Transfer Pipette Individual Pack Sterile, 500's/box Box 10 1,250.00 12,500.00 118 Safety Tube Holder, 50's Box 50 250.00 12,500.00 119 Hypodermic Needle, 24g, Ultra Thin Wall, 100's/box Box 60 240.00 14,400.00 120 Evacuated Needle, 22g X1 1/2", With Flashback/safety, 100s Box 20 790.00 15,800.00 121 Face Mask, Earloop, Surgical, Disposable, 3 Ply, 50's/box, High Quality Box 200 80.00 16,000.00 122 Glass Slides, Frosted, 72's, High Quality Box 200 80.00 16,000.00 123 Parafilm, 4inx12-12.5 Ft Box 8 2,000.00 16,000.00 124 Glass Slides, Plain, 72's, High Quality Box 250 70.00 17,500.00 125 Band Aid, Water Proof Transparent Mini Adhesive Bandage Wound Dressing Plaster, 2.2 Cm, 100's/box Box 40 500.00 20,000.00 126 Gloves (large), Powder-free, Nitrile Accelerator-free Examination Gloves, 100's/box, High Quality, Blue Box 100 200.00 20,000.00 127 Interfolded Paper Towel, 175 Pulls/pack, 200mm X 200mm Pack 240 90.00 21,600.00 128 Hematology Stain Set (wright's Stain), Branded Box 8 3,200.00 25,600.00 129 Autoclave Bag, Yellow/red, 100's Pack 6 4,500.00 27,000.00 130 Oral Glucose Concentrate, 75g Bot 150 185.00 27,750.00 131 Bouffant Caps, Disposable, 100's/pack Pack 200 150.00 30,000.00 132 Gauze, 4x4, Individually Packed, Sterile Box 200 150.00 30,000.00 133 Multipurpose Bleach Original For Home And Laundry, 1 Gal Gal 100 300.00 30,000.00 134 Disinfectant Spray,510g Can 60 570.00 34,200.00 135 Trimming Blade, 50's Box Box 5 7,500.00 37,500.00 136 Evacuated Needle, 21g X1 1/2", With Flashback/safety, 100s Box 50 790.00 39,500.00 137 Blood Collecting Set, Sodium Citrate, 1.8cc, 50's/pack Pack 50 800.00 40,000.00 138 Direct Thermal Barcode Sticker, 1000's/roll Roll 50 850.00 42,500.00 139 Cotton Balls (300 Balls/pack), Absorbent Cotton, Non-woven Fabric Pack 500 95.00 47,500.00 140 Plaster, Transpore White, Surgical Blended, 12 Rolls/box, Box 50 950.00 47,500.00 141 Tourniquet, Flat Rubber, Blue, Latex Free, Wear And Tear Resistant, 18 Inches, Disposable, Roll, 25's Roll 200 250.00 50,000.00 142 Stool Specimen Container, With Spoon And Cap, Sterile, 500's/box Box 15 3,500.00 52,500.00 143 Petri Dish Culture Plate, Plastic, Disposable, 90x15mm Pc 6000 9.00 54,000.00 144 Safety Blood Collection Set With Luer Adapter, 23g, 3/4 Tubing, Standard Tube Holder Included, 50's Box 30 1,800.00 54,000.00 145 Alcohol Swabs, 100's/box, Saturated With 70% Isopropyl Alcohol Box 700 80.00 56,000.00 146 Blood Collecting Set, Microtainer Edta Tubes, 0.5cc,100's/pack Pack 100 575.00 57,500.00 147 Syringe (1ml), With Detachable Needle, 25g X 5/8 Inches Needle, Single Use, Sterile, Non-toxic, Non-pyrogenic, Latex-free, Luer Lock Tip, 100's/box High Quality Box 90 935.00 84,150.00 148 Gloves (medium), Powder-free, Nitrile Accelerator-free Examination Gloves,100's/box, High Quality, Blue Box 500 200.00 100,000.00 149 Gloves (small), Powder-free, Nitrile Accelerator-free Examination Gloves,100's/box, High Quality, Blue Box 600 200.00 120,000.00 150 Blood Collecting Set, Edta Tubes (2cc), 100 Tubes/pack Pack 300 425.00 127,500.00 151 Distilled Water, 7l X 3 Per Box Box 400 355.00 142,000.00 152 70% Solution Isopropyl Alcohol, 1 Gallon Gal 300 680.00 204,000.00 153 Blood Collecting Set, Gold With Gel Separator (3.5cc), 100 Tubes/pack Pack 350 625.00 218,750.00 154 Syringe 3ml, Luer Lock 23g X 1", 100's, Individually Packed, Sterile, Non-toxic, Non-pyrogenic, Latex-free, Box 250 875.00 218,750.00 155 "urine Specimen Container, 500's Per Box Specs: Plastic With Screw Cap, Sterile, Individually Packed, 500's Per Box, Clear With Labelling Sticker" Box 90 3,500.00 315,000.00 156 Syringe 5ml, Luer Lock 21g X 1", 100's/box, Individually Packed, Sterile, Non-toxic, Non-pyrogenic, Latex-free, Box 400 950.00 380,000.00 Winning Bidder Must Provide The Following: 1. Shelf Life: At Least 12 Months From Date Of Delivery 2. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 3. Provide A Copy Of Valid Certificate Of Product Registration Or Certificate Of Product Exemption. 4. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. Total Amount: 5,379,391.20
Closing Date20 Jan 2025
Tender AmountPHP 5.3 Million (USD 91.8 K)

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: The Purpose Of This Amendment Is To Post This Solicitation's Questions & Answers. The Question Period For This Solicitation Is Officially Closed. Additionally, And Updated Pricing Worksheet Has Been Uploaded. note This Amendment Will Also Extend The Solicitation Due Date To 09 January 2025. ************************************************************************************** contracting Office Address department Of The Air Force, Air Force Installation Contracting Agency, 31st Contracting Squadron, – Aviano Air Base – Via Pordenone, Area E, Edif 600, 33081, Aviano Pn, Italy. description this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Solicitation Will Utilize Simplified Acquisition Procedures As Authorized By Far 13.5, Simplified Procedures For Certain Commercial Products And Commercial Services. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written/1449 Solicitation Will Not Be Issued. This Solicitation Is Not To Be Construed As A Commitment By The Government. All Information Is Be Submitted At No Cost To The Government. notice To Offeror(s)/supplier(s): Funds Are Not Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs.” this Solicitation Will Be Issued As A Request For Quotes (rfq) Under Solicitation Noticefa568225q8001. this Solicitation Document And Incorporated Provisions And Clauses Are This In Effect Through The Federal Acquisition Circular (fac) 2025-01, Defense Federal Acquisition Regulation Supplement Publication Notice (dpn) 11/25/2024, And The Department Of The Air Force Acquisition Circular (dafac) 2024-1016. the Applicable North American Industrial Classification System (naics) Code Is 488190-other Support Activities For Air Transportation. No Set-aside Will Be Assigned To This Acquisition. solicitation Details quotes Are Due On Or Before 3:00 Pm, Central European Time (cet), On Wednesday08 January 2025. Submissions Shall Be Made Via Email To The Contract Specialist, Ms. Jessica De Benedet At Jessica.de_benedet.it@us.af.mil And Contracting Officer, Mr. Adam Bernas At Adam.bernas@us.af.mil. All Submissions Emails Must Reference Solicitation Numberfa568225q8001. questions Are Due On Or Before 3:00pm, Central European Time (cet), On27 December 2024.all Questions Shall Be Submitted Via Email To The Aforementioned Points Of Contacts. place Of Performance the Anticipated Contract Will Provide Services At Aviano Air Base, Italy. anticipated Contract Type/period Of Performance the Anticipated Contract Will Be A Firm Fixed Price (ffp) Contract. period Of Performance: The Anticipated Contract Will Consist Of One (1) 12-month Base Period, Four (4) 12-month Option Period, And One (1) 6-month Optional Extension. The Resultant Contract Award Will Include Far Clause 52.217-8, Option To Extend Services For A Period Of Performance Not To Exceed A Six (6) Month Extension Of Services. The Total Period Of Performance Shall Not Exceed Five (5) Years Excluding The Additional Six (6) Months If Far 52.217-8, Option To Extend Services Is Exercised. this Rfq Is Not Authorization To Begin Performance Nor Does This Rfq Obligate The Government For Any Cost Incurred By The Offeror Associated With Developing A Submission (quote/proposal). The Government Reserves The Right Not To Award In Response To This Rfq. Prior To The Commencement Of Any Activities Associated With Performance Of This Requirement, The Government Will Issue A Written Directive Or Contractual Document Signed By The Contracting Officer With Appropriate Consideration Established. attachment[s]: 1. Performance Work Statement 2. Addendum To Far 52.212-1, Instruction To Offerors – Commercial Products And Commercial Services 3. Addendum To Far 52.212-2, Evaluation – Commercial Products And Commercial Services 4. Fa568225q8001, Clauses And Provisions 5. Fa568225q8001, Special H Clauses 6.clin Structure Worksheet 7. Qasp
Closing Date9 Jan 2025
Tender AmountRefer Documents 

Government Of New Brunswick Tender

Education And Training Services
Canada
Details: *** Ccnb Is Accepting Bids To Acquire A New Heavy Equipment Simulator For The Bathurst Campus. Details Can Be Found In The Attached Document. Proposals "must" Be Submitted Electronically Via Email To The Provided Address. The Winning Vendor Will Be Announced On This Site Once The Award Has Been Made. *** *** Amendment #1 Q. The Simulator Features And Options Are Fairly "wide-open". Would You Like Us To Submit Our Most Common Set-ups, Lowest Cost, Or Premium Set-ups And Features Can Be Removed If Needed For Budgetary Purposes? A. There Are Multiple Configuration Options, And We Aim To Find The Optimal Solution From Experienced Providers At A Reasonable Cost. Safety, Efficiency, And User Experience (for Learners, Instructors, And Logistics Staff) Are Key Considerations. Our Goal Is To Deliver Quality Training With The Flexibility To Meet Demands In Rural And Remote Areas. Please Present Your Proposal Using An " La Carte" Or "menu" Approach, Allowing Us To Assess Which Features Align With Our Specifications. Q. What Do You Mean By Real-time Simulation Hub? I Am Not Familiar With That Term? A. For The Mobile Training Unit (trailer), We Are Considering A Two-simulator Setup. For The Classroom, We Are Looking At Six Simulators. You May Propose Either A Per-simulator Scenario Or A Total Solution Scenario, Both Of Which Will Be Evaluated. Each Simulator Or Training Station Must Support Training For All Six Listed Machines, Which May Require Specific Software Or Attachments Depending On Your Offering. Some Products Previously Reviewed Solely Have Stood Alone Simulators Operating Within A Single Simulated Environment. Imagine A Construction Scenario Where An Excavator Operator Loads Material Into A Truck While A Bulldozer Clears Debris Nearby. A Real-time Simulation Hub Allows These Three Operators To: - Train Simultaneously In A Shared Environment. - Coordinate Actions To Maximize Efficiency (e.g., Precise Truck Positioning For Loading). - Practise Reacting To Challenges (e.g., Breakdowns Or Changing Ground Conditions). This System Is Critical For Developing Skills Needed For Efficient And Safe Heavy Equipment Operations. Q. Are We Allowed To Submit Quotes With Different Set-ups? Then We Can Include In The Pricing Worksheet The Most Common Set-up. A. The Approach Is Truly Your Choice. However As Mentioned Earlier, You Could Present A Proposal As "a La Carte" Or "menu" Approach So That We Can Evaluate Your Offer And See What Matches Our Specification And How Many Features We Can Get Within Our Budget. Q. Would You Like Us To Provide Details On What Is Included In Our Fob Shipping? (fob Is Typically Boat/waterway) Or, Are We Allowed To Use A Better Incoterm? A. Our Priorities Are Safe Delivery, A Reasonable Timeframe, And Cost Predictability. Transparency Is Essential, As We Aim To Avoid Surprises. While You May Propose Alternative Incoterms That Benefit Both Parties, We Emphasize That This Is A Turnkey Solution. We Will Only Assume Responsibility And Risk Transfer At The Point Of Delivery In Bathurst, Including Unloading, Installation, And Successful Inspections. Transportation, Insurance, And Duty Payment Arrangements Are At The Vendor's Discretion. Cost Responsibility Can Be Included Or Excluded But Will Factor Into The Final Evaluation Of Total Cost. Transparency In Your Proposal Is Critical. *** This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. The Coll Ge Communautaire Du Nouveau-brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Approvisionnement-procurement@ccnb.ca
Closing Date10 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Details: The Department Of Veterans' Affairs Is Seeking The Services Of A Qualified Construction Company To Provide All Labor, Material, Transportation, Equipment, And Qualified Supervision Required For The Following Construction Project: renovate Building 110 Ground Floor. Located At: Hampton Va Medical Center, 100 Emancipation Drive, Hampton, Va 23667 in General, The Contractor Shall Be Responsible For All Facets Of Work, Which Includes, But Is Not Limited To Providing All Tools, Labor, Materials, Equipment, Supervision, Professional Services, And Expertise Required To Perform General Construction, Alterations, Electrical Work, And Certain Other Items As Indicated In The Construction Documents. The Contractor Shall Manage And Perform Construction Work As Further Defined In The Contract To Include, But Not Limited To, Demolition, Construction, Construction Management, Submittals, Equipment, Scheduling, Inspection And Testing, Environmental Protection, Recording Of (as-built) Drawings And Project Closeout. The Contractor Shall Also Develop A Schedule Demonstrating Fulfillment Of The Contract Requirements Such As: Project Schedule, Contractor Quality Control, Work Breakdown Structure (wbs) Plan And All Other Plans Listed Within This Document To Include Deliverables. The Contractor Shall Keep The Project Schedule Up To Date In Accordance With The Requirements Of The Contract And Shall Utilize The Plan For Scheduling, Coordinating, And Monitoring Work Under This Contract (including All Activities Of Subcontractors, Equipment Vendors And Suppliers). Overall, The Work Shall Be Performed In Strict Accordance With Construction Drawings And Specifications Prepared By Department Of Veterans Affairs. the Contactor Shall Commence Work Under This Contract Promptly After Notice To Proceed (ntp), Execute The Work Diligently, And Achieve Final Completion And Acceptance Including Final Cleanup Of The Premises Within Five Hundred Forty (540) Calendar Days Including Submittals. this Solicitation Is Anticipated To Be 100% Service-disabled Veteran Owned Small Business (sdvosb) Set Aside. Bids Are Solicited Only From Sdvosb Concerns And Bids Received From Firms That Are Not Sdvosb Vetcert Shall Not Be Considered. the Naics Code For This Project Is 236220: Commercial And Institutional Building Construction With Size Standard Of $45 Million. An Invitation For Bid Is Contemplated In Accordance With Federal Acquisition Regulation (far) Part 14: An Invitation For Bid (ifb) With Approximately 30-day Response Time After Issuance Of Solicitation. Pursuant To Vaar 836-204 Magnitude Of Construction, The Estimated Magnitude Of Construction Is Between $2,000,000 And $5,000,000. Solicitation Material Will Be Available On Or About February 4, 2025. Material Will Include The Solicitation And Accompanying Documents, Specifications Provided From The Va. Sealed Bids Will Be Due Approximately 30 Days After Issuance Of The Solicitation. Location And Points Of Contact For Site Visits Will Be Identified In The Solicitation. this Is A Notice For Informational Purposes Only And Is Not An Invitation For Bid. The Government Is Not Obligated To Issue A Solicitation As A Result Of This Notice. No Other Information Will Be Provided Until Issuance Of The Solicitation. No Interested Parties List Will Be Maintained. prospective Contractors Shall Complete Electronic Annual Representations And Shall Be Registered In The System For Award Management (sam) At Https://www.sam.gov Must Be Verified In The Small Business Administration S (sba) Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) Prior To Submitting A Bid, And Shall Have On File A Current And Complete Vets4212 Report At Http://www.dol.gov/vets/vets-100.html (if Applicable). Bidders Are Further Advised That Failure To Register In The Sam Database And/or Inability To Provide A Unique Entity Identifier (uei) Will Render Your Firm Ineligible For Award Iaw Far Clause 52.204-7(b). it Is The Offerors Responsibility To Check The Sam.gov Website Periodically For Amendments And/or Notices To The Solicitation. no Email, Fax, Or Telephone Inquiries Will Be Answered As A Result Of This Announcement. Telephone Requests For Plans Will Not Be Honored. No Other Information Regarding Scope, Dates, Etc. Is Available Until Issuance Of The Solicitation. A Date And Time For A Pre-bid Conference / Site Visit Will Be Stated In The Issued Solicitation. notice To Offerors: The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs.the Government Will Not Reimburse Any Costs Associated With Registration, Pre-bid Attendance, Or Proposal Preparation. this Is A Presolicitation Notice Only. This Is Not A Request For Pricing At This Time.
Closing Date4 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
United States
Details: Amendment # 1 - Responses To Rfis are You Maintaining Your Own Receiver Onsite? - No, We Do Not Have Our Own Receiver. what Alarm Panels Are Being Utilized? - Elk is There An Individual Uplink For Every Panel? - Yes is There Any Encryption Enable? - No, Not At This Time. do We Need To Include Labor & Driving Time To Go To Each Location To Reprogram The Panels With The Account Numbers & Receiver Numbers Or Do We Just Provide Account Numbers, Andreceiver Numbers And Someone Else Performs The Programming? -no We Program Our Own Panels on The Uplink Cellular Devices, Who Is Responsible For Paying The Monthly Fees Associated With Them? Are They All Up To Date (4g, 5g, Lte?) - The Monitoring Provider Is Responsible, It Should Be Included In The Quote. do We Need To Include Any Labor/travel Time To Go To Each Location To Test Devices & Verify Proper Signals Are Being Reported, Or Is There Someone Else Who Does This? - No, We Have Personnel That Do The Travel And Testing. on The Central Station Monitoring Agreement Paperwork, Will We Have To Travel To Each Location To Get Them Filled Out & Signed, Or Is There A Single Point Of Contact Who Can Help With The Dispatch Numbers, Contact List, Andpasscodes And Sign Them? - Yes, There Are A Few Individuals Who Manage This Program And You Will Work Directly With. is There An Incumbent For This Project? – Fire Protection Services notice To Offerors solicitation Number: W912kz-25-q-a004 Is Hereby Issued As A Request For Quote (rfq) For Kentucky Army National Guard Intrusion Detection System, Electronic Security Systems (ids/ess). 1.1 General this Is A Solicitation For Commercial Services Prepared In Accordance With Far Subpart 12.203 And Far Subpart 13.106. the Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs. The Contractor Is Responsiblefor All Costs Related To Making The Property Available For Use, Such As Payment Of All Transportation, Installation Or Rehabilitationcosts. offerors Must Have A Current Registration In The System For Award Management (sam) At Https://www.sam.gov As Of The Datethat Quotes Are Due. Offerors Must Maintain A Current Registration In Sam For The Entire Duration Of The Contract Through Final Payment Of Any Contract Resulting From This Solicitation. offerors Shall Ensure All Representations And Certifications Are Current Insam As A Condition Of Award. 1.2 Set Aside total Small Business Set-asideunder North American Industry Classification Standards (naics) Code 561621 Security System Services (except Locksmiths) With A Small Business Size Standard Of $25 Million. any Awards Resulting From This Solicitation Will Be Made Using A Cascading Set-aside Order Of Precedence As Follows: in Accordance With Far Subpart 19.502-2 Total Small Business Set-aside Procedures,any Awards Under This Solicitation Will Be Made On A Competitive Basis First To Smallbusiness Concerns In Accordance With Far 19.502-2. 1.3 Quote Preparation Instructions: to Ensure Timely And Equitable Evaluation Of Quotes, Offerors Shall Adhere To Thefollowing Instructions In Preparing Their Quote. Offerors Are Required To Meet Allsolicitation Requirements, Including Terms And Conditions, Representations Andcertifications, And Technical Requirements, In Addition To Those Identified As Evaluationfactors. Failure To Meet A Requirement May Result In An Offeror Being Ineligible For Award.offerors Shall Clearly Identify Any Exception To The Solicitation Terms And Conditions Andprovide A Complete Accompanying Rationale. Quoted Pricing Shall Be Quoted Per Panel Pricing, Not Location, Due To Some Locations Having Multiple Panels. 1.4 Basis Of Award. pricing Submitted By Each Vendor Will Be Evaluated To Ensure That The Proposal Provided By The Contractor Quotes The Requirement In Its Entirety. Any Proposal Submitted By The Contractor That Does Not Meet The Requirement, Shall Not Be Considered For Award By The Contracting Officer. A Single Firm Fixed Price Award Shall Be Made On The Basis Of Lowest Price, The Government Will Evaluated Pricing By Totaling The Price To Include Base Plus All Option. The Government Intends To Award Without Discussions. contracting Office : Uspfo For Kentucky primary Poc: Devona Jones Jackson (dee Dee) Devona.j.jackson.civ@army.mil 502-607-1912
Closing Date3 Jan 2025
Tender AmountRefer Documents 

FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender

Others
United States
Details: This Is A Sources Sought Notice. This Notice Is Issued For Market Research Purposes Only. This Is Not A Solicitation Or Invitation For Offerors To Submit Bids. A Synopsis Of Proposed Contract Action Will Be Posted At A Later Date Which Will Provide Instructions For Bidders To Respond To This Opportunity. please Do Not Respond To This Notice If You Are Not Seriously Interested And If You Do Not Perform This Requirement. It Will Delay The Posting Of The Solicitation Due To Further Market Research That Will Be Required. the Federal Bureau Of Prisons (fbop) Anticipates Issuance Of A Solicitation For The Award Of A Firm-fixed-price Construction Contract For A Project Entitled Upgrade Elevators, At The Federal Metropolitan Detention Center Los Angeles (mdcla), Located In Los Angeles, California. mdcla Is A Federally Owned High-rise Facility Located At 535 N Alameda St, Los Angeles, Ca 90012-3405. The Project Consists Of The Following: 1.1 Work Covered By Contract Documents a. Upgrade Of 4 Elevators, Including New Machines, Operational Controls, Door Equipment, Signal Fixtures, Car Interior Finishes. b. Provide All Labor, Engineering, Tools, Transportation, Services, Supervision, Materials, And Equipment Necessary For And Incidental To Satisfactory Completion Of Required Work As Indicated In Contract Documents. c. Provide All Required Staging, Hoisting And Movement Of New Equipment, Reused Equipment, Or Removal Of Existing Equipment. d. Applicable Conditions Of Purchaser's General, Special, And Supplemental Conditions. e. Prime Contracts Are Defined Below, And Each Is Recognized To Be A Major Part Of Required Work To Be Performed Concurrently In Close Coordination With Work Of Other Contractors. A.this Contract: Upgrade Elevators f. Scope Of Contract Includes, But Is Not Limited To, The Following: A. Coordination, Scheduling, And Management Of Work Of Component Suppliers And Subcontractors. B. Furnish And Install Equipment As Specified, Utilizing Existing And/or Modified Hoist Ways And Machine Rooms. C. Specific Item Of Required Work Which Cannot Be Determined To Be Included In Another Contract Is Thereby Determined To Be Included In Prime Contract. D. Any Item That Is It Related Will Require Prior Fitara Approval. 1.2 Prime Contractor's Duties a.prime Contractor's Duties Include The Following: A. Provide And Pay For Labor, Materials And Equipment, Tools, Construction Equipment And Machinery, And Other Facilities And Services Necessary For Proper Execution And Completion Of Required Work. B. Pay For Legally Required Sales, Consumer, And State Remodel Taxes. C. Secure And Pay For Required Permits, Fees, And Licenses Necessary For Proper Execution And Completion Of Required Work, As Applicable At Time Of Quotation Due Date. D. Give Required Notices. E. Comply With Codes, Ordinances, Rules, Regulations, Orders, And Other Legal Requirements Of Public Authorities Applicable To Performance Of Required Work. F. Promptly Submit Written Notice To Consultant Of Observed Variance Of Contract Documents From Legal Requirements. G. Enforce Strict Discipline And Good Order Among Employees. Do Not Employ Persons Unskilled In Assigned Task. see The Statement Of Work/specifications Attachments For The Complete Requirements Of The Work. pursuant To Federal Acquisition Regulation (far) 36.204, The Estimated Magnitude Of The Project Lies Between $1,000,000 And $5,000,000.(note: This Range Is One Of 8 Available Ranges From Far 36.204 And Is Not Meant To Imply That The Project Has Necessarily Been Estimated/budgeted To The Maximum Of The Selected Range. It Merely Conveys That The Estimate/budget Lies Somewhere Within That Range.) the North American Industrial Classification System (naics) Code Applicable To This Requirement Is 238290 With A Corresponding Small Business Size Standard Of $22 Million. To Be Considered An Interested Vendor, You Must Possess This Naics Code In Your Www.sam.gov Registration. interested Bidders Must Be Registered In Www.sam.gov. the Fbop Is Seeking Small Business Contractors For This Project. Your Business Size Metrics Information Entered In Your Sam Registration Must Be Less Than Or Equal To The Small Business Size Standard Specified Above. Interested Small Business Contractors Are Requested To Respond To This Notice By Adding Their Names To The Interested Vendors List For This Posting In Sam.gov (must Be Logged-in To Your Vendor Account)
Closing Date17 Jan 2025
Tender AmountRefer Documents 
7321-7330 of 9210 archived Tenders