Transportation Tenders
Transportation Tenders
Municipality Of Hinabangan, Samar Tender
Furnitures and Fixtures
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 84.5 K (USD 1.4 K)
Details: Description Republic Of The Philippines Municipality Of Hinabangan Hinabangan, Samar Request For Quotations The Municipality Of Hinabangan, Through Its Bids And Awards Committee (bac), As Duly Authorized To Conduct Small Value Procurement For “supply, Delivery And Installation Of Furnitures And Fixtures For Hr & Kalahi Office” In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184, Hereby Invites All Interested Suppliers/bidders To Offer Their Lowest Government Price. Name Of Activity: “supply, Delivery And Installation Of Furnitures And Fixtures For Hr & Kalahi Office” Total Approved Budget For The Contract (abc): P84,500.00 Location: Hinabangan, Samar Specifications: See Attached Annex “a” Deadline Of Submission: On Or Before 17 February 2025, 9:00 A.m. Delivery Period: Seven (7) Calendar Days Interested Bidders/suppliers Are Required To Submit Their Duly Accomplished Price Quotation Forms (annex A) On Or Before The Deadline Of Submission Of Bids At The Bac Conference Room, Municipal Hall, Hinabangan, Samar. Bidders/suppliers Must Submit The Sealed Quotations In The Address Given Above Bearing The Name & Address Of The Supplier, Indicating The Price Quotation And Send To Engr. Menandro A. Gacelos, Enp, Bac Chairman, Lgu-hinabangan, Hinabangan, Samar. Bidders/suppliers Shall Be Required To Submit The Following Documentary Requirements Together With Their Quotation. 1) Valid And Current Mayor’s / Business Permit 2025; 2) Philgeps Registration Number; 3) Tax Clearance 4) Dti/sec 5) For Abcs Above P50,000.00 – Omnibus Sworn Statement (oss) Bidder/supplier’s Oss Shall Be Valid For Six (6) Months 6) For Abcs P50,000.00 And Below – – Authorization Letter/special Power Of Authority, In Case The Owner Is Not The Signatory Of Price Quotation Form And Notice Of Award. B) For Corporation/partnership/joint Venture – Secretary’s Certificate Authorizing Signatory. Award Of Contract Shall Be Made To The Lowest Calculated Bidder Which Complies With The Minimum Technical Specifications (annex A) And General Terms And Conditions (annex B). Note: The Lgu - Hinabangan 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. For Further Inquiries You May Reach Us At 0966-913-8130 Reina Mae B. Patiga Head, Bac Secretariat Annex A Price Quotation Form Engr. Menandro A. Gacelos, Enp. Chairperson, Bids And Awards Committee Municipality Of Hinabangan Hinabangan, Samar Dear Sir: After Having Carefully Read And Accepted The Terms And Conditions Of This Rfq And Followed The Instructions To Bidders Specified In Annex B, Hereunder Is Our Quotation/s For The Item/s As Follows: Item No. Qty Unit Item Description Unit Price Total Price 1 1 Lot Office Table With Drawers Specifications: Measurements: Height: 30 Inches Width: 25 Inches Length: 50 Inches 5 Drawer Office Table With Topglass Materials: Hardwood 2 1 Lot Cabinet With Sliding Glass Doors Specifications: Measurements: Height: 8 Feet Width: 7 Feet Length:18 Inches 5 Layers With 2 Divisions Cabinet Materials: Hardwood And Glass Name Of Proprietor/ Authorized Representative Signature Date Annex B General Terms And Conditions: 1. Bid Validity. Bids Should Be Valid For Sixty (60) Calendar Days Counted From The Deadline Of Submission Of Bids; 2. Price Escalation. 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. 3. Alternative Bids. 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. 4. Taxes. The Total Price Quoted Is Subject To Withholding Tax And Payable Check. 5. Delivery Period. Seven (7) Calendar Days 6. Incidental Charges And Services. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods Shall Be Included In The Price Quoted Per Item By The Bidder. An Additional Or Separate Delivery Charge In The Bid Shall Be Treated As Non-responsive And Shall Be Rejected. 7. Term Of Payment. Payment Shall Be Charged Account, Unless Specified. Cash On Delivery (cod) Shall Not Be Allowed, Unless Accepted During Bid Evaluation. 8. Retention Money. The Obligation For The Warranty Shall Be Covered By 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%) But Not To Exceed Five (5%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expendable Supplies, After Consumption Thereof; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met; (gppb Resolution No. 30-2017 Dated 30 May 2017) 9. Liquidated Damages. No Payment Shall Be Made Until Full Delivery Of Item/s Is/are Completed. Delay In The Delivery Shall Be Subject To Liquidated Damages By Way Of Penalty @ 1/10 Of 1% Of Each Day Of Delay. 10. Alteration Of Technical Specifications And Terms And Conditions. Altering And/or Amending The Technical Specifications And Terms And Condition(s) May Be Considered Non-responsive / Non-compliant. Instructions To Bidders: 1. Completely Fill Out The Price Quotation Form (annex A), Technical Specification/brand (if Applicable), Unit / Total Price And Supplier/bidder’s Information. Do Not Forget To Sign The Price Quotation Form. 2. Download This Form From The Philgeps Website Before The Closing Date For Inclusion In The Philgeps Document Request List (drl).
Department Of Agriculture Tender
Civil And Construction...+2Excavation, Water Storage And Supply
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Small Farm Reservoir Located At La Suerte, Pilar, Bohol 1. The Department Of Agriculture-regional Field Office 7, Through The Nep 2025 Intends To Apply The Sum Of Five Hundred Thousand Pesos (₱500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Small Farm Reservoir Located At La Suerte, Pilar, Bohol. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Small Farm Reservoir Located At La Suerte, Pilar, Bohol. Scope Of Work Part I. General Requirements: Project Billboard; Part Ii. Earthworks: Clearing And Grubbing; Structure Excavation; Embankment Fill; Boq Notes: 1) The Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project. 2) Ocm Includes: (a) Overhead Expenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contractors All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events. (c) Miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Purok 1,la Suerte, Pilar, Bohol. Completion Of The Works Is Required Within Thirty (30) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Owned Plate Compactor; One (1) Leased Backhoe And Technical Personnel Required: One (1) Project Engineer; One (1) Foreman; One (1) Backhoe Operator; One (1) Plate Compactor Operator; One (1) Carpenter; Five (5) Laborer. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To Irrigation Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Pesos (1,000.00). 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025-2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025– 10:00 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 16. 9. Bid Opening Shall Be On February 18, 2025-10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. 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. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Municipality Of Hinabangan, Samar Tender
Software and IT Solutions
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 79.5 K (USD 1.3 K)
Details: Description Republic Of The Philippines Municipality Of Hinabangan Hinabangan, Samar Request For Quotations The Municipality Of Hinabangan, Through Its Bids And Awards Committee (bac), As Duly Authorized To Conduct Small Value Procurement For “purchase Of Laptop For Mpdc Office” In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184, Hereby Invites All Interested Suppliers/bidders To Offer Their Lowest Government Price. Name Of Activity: “purchase Of Laptop For Mpdc Office” Total Approved Budget For The Contract (abc): P79,590.00 Location: Hinabangan, Samar Specifications: See Attached Annex “a” Deadline Of Submission: On Or Before 24 January 2025, 9:00 A.m. Delivery Period: Seven Calendar (7) Days Interested Bidders/suppliers Are Required To Submit Their Duly Accomplished Price Quotation Forms (annex A) On Or Before The Deadline Of Submission Of Bids At The Bac Conference Room, Municipal Hall, Hinabangan, Samar. Bidders/suppliers Must Submit The Sealed Quotations In The Address Given Above Bearing The Name & Address Of The Supplier, Indicating The Price Quotation And Send To Engr. Menandro A. Gacelos, Enp, Bac Chairman, Lgu-hinabangan, Hinabangan, Samar. Bidders/suppliers Shall Be Required To Submit The Following Documentary Requirements Together With Their Quotation. 1) Valid And Current Mayor’s / Business Permit 2025; 2) Philgeps Registration Number; 3) Tax Clearance 4) Dti/sec 5) For Abcs Above P50,000.00 – Omnibus Sworn Statement (oss) Bidder/supplier’s Oss Shall Be Valid For Six (6) Months 6) For Abcs P50,000.00 And Below – – Authorization Letter/special Power Of Authority, In Case The Owner Is Not The Signatory Of Price Quotation Form And Notice Of Award. B) For Corporation/partnership/joint Venture – Secretary’s Certificate Authorizing Signatory. Award Of Contract Shall Be Made To The Lowest Calculated Bidder Which Complies With The Minimum Technical Specifications (annex A) And General Terms And Conditions (annex B). Note: The Lgu - Hinabangan 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. For Further Inquiries You May Reach Us At 0966-913-8130 Reina Mae B. Patiga Head, Bac Secretariat Annex A Price Quotation Form Engr. Menandro A. Gacelos, Enp. Chairperson, Bids And Awards Committee Municipality Of Hinabangan Hinabangan, Samar Dear Sir: After Having Carefully Read And Accepted The Terms And Conditions Of This Rfq And Followed The Instructions To Bidders Specified In Annex B, Hereunder Is Our Quotation/s For The Item/s As Follows: Item No. Qty Unit Item Description Unit Price Total Price 1 1 Unit Laptop Amd Ryzen 7 - 7435hs/bga Processor 16.0" Wuxga Bend Wv • 512gb Pcie G4 Ssd • Amd Radeon Rx 7600s 8gb Vram • Ddr5 8gb Ram • 4 Cell 90wh Battery • Windows 11 64bit •2c-sandstorm Backpack And Gaming Mouse Name Of Proprietor/ Authorized Representative Signature Date Annex B General Terms And Conditions: 1. Bid Validity. Bids Should Be Valid For Sixty (60) Calendar Days Counted From The Deadline Of Submission Of Bids; 2. Price Escalation. 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. 3. Alternative Bids. 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. 4. Taxes. The Total Price Quoted Is Subject To Withholding Tax And Payable Check. 5. Delivery Period. Seven (7) Calendar Days 6. Incidental Charges And Services. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods Shall Be Included In The Price Quoted Per Item By The Bidder. An Additional Or Separate Delivery Charge In The Bid Shall Be Treated As Non-responsive And Shall Be Rejected. 7. Term Of Payment. Payment Shall Be Charged Account, Unless Specified. Cash On Delivery (cod) Shall Not Be Allowed, Unless Accepted During Bid Evaluation. 8. Retention Money. The Obligation For The Warranty Shall Be Covered By 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%) But Not To Exceed Five (5%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expendable Supplies, After Consumption Thereof; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met; (gppb Resolution No. 30-2017 Dated 30 May 2017) 9. Liquidated Damages. No Payment Shall Be Made Until Full Delivery Of Item/s Is/are Completed. Delay In The Delivery Shall Be Subject To Liquidated Damages By Way Of Penalty @ 1/10 Of 1% Of Each Day Of Delay. 10. Alteration Of Technical Specifications And Terms And Conditions. Altering And/or Amending The Technical Specifications And Terms And Condition(s) May Be Considered Non-responsive / Non-compliant. Instructions To Bidders: 1. Completely Fill Out The Price Quotation Form (annex A), Technical Specification/brand (if Applicable), Unit / Total Price And Supplier/bidder’s Information. Do Not Forget To Sign The Price Quotation Form. 2. Download This Form From The Philgeps Website Before The Closing Date For Inclusion In The Philgeps Document Request List (drl).
Department Of Tourism Tender
Others
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 724.7 K (USD 12.4 K)
Details: Description T E C H N I C A L S P E C I F I C A T I O N S Project Title: Procurement Of A Service Provider For The Warehouse/storage Of Non-current And Permanent/archival Dot Records I. Purpose/objective • To Acquire Services Of A Third-party Service Provider For Insured Storage Space Which Will Store All The Non-current And Permanent/archival Dot Records. Ii. Minimum Requirement For Suppliers • The Service Provider Must Be Iso 9001:2015 Certified; • The Service Provider Must Be Located Within The Cities Of Parañaque City, Pasay City, Makati City Or Manila; • The Service Provider Should Specialize In Providing Storage Solutions And Transportation; • The Service Provider Should Have Operated For At Least 5 Years In Storage Management; • The Service Provider Must Be Willing To Provide A List Of Past Clientele, Details Of Work Done, And Contact Details Of Their Clientele For Verification Purposes; • The Service Provider Shall Secure Adequate Insurance For The Warehouse, Including All The Boxes And Their Content Stored Therein During Transit, Against Fire, Theft, And Acts Of God For The Duration Of The Contract; • The Service Provider Must Be Fully Outfitted With Equipment To Protect The Records Of Dot From Disasters, And In Such A Case, Has Recovery Mechanisms To Ensure That No Further Unnecessary Damage Shall Be Suffered By Stored Documents; • The Service Provider Shall Have A Warehouse With Steel Racks, Handling Equipment, And Environmental And Thermal Control Systems For Proper Storage Of Documents; • The Service Provider Must Comply With 24/7 Roving Security Guard/s And Stationary Security Guards, 24/7 Cctv Cameras And Fire Protection System Which Includes A Sufficient Number Of Fire Extinguishers, Automatic Fire Alarm Systems Or Smoke Detector/s; • The Service Provider Shall Have A Fully Insulated Warehouse With Maintained Temperature Between 15-25° C (59-77° F) And Relative Humidity Between 35-65% Rh; • The Service Provider Shall Always Keep All The Documents, Records And Files Placed Under Its Care Secure And Confidential. For This Purpose, No Storage Boxes Shall Be Opened, Inspected Or Tampered With In Any Form By The Service Provider Without The Written Consent Of Dot; • The Service Provider Shall Have A Barcode System For Tracking And Inventory Of Documents And Generating Electronic Reports. It Shall Provide Barcode Stickers For Every Box Stored Therein; • The Service Provider Shall Provide Standard And Customizable Boxes For Document Storage; • The Transfer/pick-up Of Boxes From The Existing Provider Must Be Shouldered By The Winning Bidder Free Of Charge. Iii. Scope Of Work 1. The Third-party Service Provider Should Be Able To Provide The Following: • Provision Storage Box Sizes Of (l16” X W13”x H13”) And (l24” X W15” X H10”); • Storage Spaces That Can Accommodate A Minimum Of 1,050 Pieces And 306 Pieces For Boxes With The Measurement Of L16” X W13”x H13” Boxes And L24” X W15” X H10”, Respectively - Projected Only; • Barcoding Of Boxes; • On-site Access For Retrieval Of Boxes; • Retrieval/pull-out Of Records/boxes By The Dot; • Pick-up Of New Boxes From Dot For Storage To Service Provider; • Provision Of Quarterly Inventory Report. Particulars Storage Rental (12 Months) Type B Box (size: L16" X W13" X H13") – 830 Boxes Type C Box (size: L24” X W15” X H10”) – 306 Boxes Storage Rental (9 Months) Type B Box (size: L16" X W13" X H13") – 220 Boxes Purchase Of Boxes Type B Box (size: L16" X W13" X H13") – 520 Boxes Type C Box (size: L24” X W15” X H10”) – 100 Boxes Retrieval Of 432 Boxes (on-site Access Or Delivery To Dot Office) Pick-up Of 520 Boxes From Dot Office To Physical Warehouse/storage Barcoding Of 620 Boxes Iv. Approved Budget Of The Contract Seven Hundred Twenty-four Thousand Seven Hundred Eighty-seven Pesos And 84/100 Only (php724,787.84), Inclusive Of Applicable Taxes, Chargeable Against Fy 2025 General Appropriations Act (gaa), As-general Administration Expenses (gae) Funds. V. Delivery Period/ Contract Duration • January 10, 2025 To December 31, 2025 Vi. Payment Procedure The Service Provider Shall Charge Dot On A Monthly Basis To Include The Following Transactions: • Storage Rental Charges • Handling Charges (temporary Or Permanent Retrieval, Delivery And Pick-up) • Packaging Materials Or Purchase Of Box/carton • Barcoding Fee Billing Invoice Must Be Accompanied By Work Order Request Form And Transaction Receipts. Vii. Compliance To Specifications/provision • The Winning Bidder Shall Warrant Its Performance In Accordance With The Specifications As Stated In This Tor, And Design/concepts As Approved By The Dot-end User And That Any And All Resulting Defects Or Deviations Shall Be Corrected By The Winning Bidder At Its Own Expense Immediately Upon Being Informed Thereof By The Dot-end User; • The Winning Bidder Shall Hold In Confidence All Confidential Information And Shall Not Use, Reproduce, Nor Disclose To Others The Approved Office Supplies Except To Those Persons Entrusted/authorized By The Dot-end User. • The Dot-end User Has The Right To Pre-terminate The Contract As Needed. However, The Winning Bidder Will Be Given A Notice 15 Days Prior To The Pre-termination. Viii. Project Officer/contact Person Prepared By: Checked By: (original Signed) (original Signed) Maricel C. Malalad Resil F. Solis Head, Gsd-records And Communication Section Oic-chief, General Services Division Approved By: (original Signed) Atty. John Benedict T. Tigson Director, Administrative Service Department Of Tourism Tel. No.: 8459-5200 To 30 Local 114 Telefax: 890-0189
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: Draft Statement Of Work
urgent Repair For Philips Digital Diagnost X-ray System 1.0. Scope:
the Contractor Shall Provide All Parts, Labor, Tools, Materials, Equipment, Transportation, And Supervision Necessary To Perform Repair Services On The Philips Digital Diagnost Located At The Central Arkansas Veterans Healthcare System (cavhs), In Complete And Strict Accordance With The Contract And All Attachments Thereto. 2.0. Task:
2.1. Contractor Shall Provide All Labor, Parts, Travel, And Trained Personnel To Maintain Proper Working Condition For The Equipment Listed Below:
philips Digital Diagnost; Serial Number: 16000265 2.2. Contractor Shall Provide Only Certified Technician(s) Who Are Authorized By The Original Equipment Manufacturer (oem) In The Repair Of The Equipment Listed Within This Contract. 2.3. Contractor Shall Provide Only Original Factory Or Oem Approved Parts And Materials, Provide Labor To Install, Retest, And Calibrate Repairs As Per Manufacturer S Specifications To Ensure Proper And Safe Operation Of Equipment. 2.4. The Contractor To Warrant That All Supplied Parts Are Free Of Manufacturer Defects For A Period Of No Less Than 12 Months. 2.3. Contractor Shall Obtain The Most Current Legal Editions Of The Original Equipment Manufacturer (oem) Literature Or Approved Copies. 2.4. The Performance Of All Services Shall Meet Or Exceed The Specifications Of The Original Equipment Manufacturer.
2.5. Contractor Shall Comply With Applicable Federal, State, And Local Laws And Regulations. 2.6. Any Additional Services/repairs, Beyond The Scope Of This Contract Will Require Additional Funding And Authorization Prior To Rendering Such Services. 3.0. Replacement/repair Parts:
3.1. The Contractor Shall Have And Maintain An Adequate Inventory Of Repair Parts To Service The Equipment Listed Herein And Satisfactory Sources Of Supply For Such Parts As May Be Needed In The Performance Of This Contract. 3.2. The Contractor Shall Provide Only Original Factory Or Oem Approved Parts As Per Manufacturer S Specifications To Ensure Proper And Safe Operation Of Equipment. 3.3. Contractor Shall Provide For All Replacements Of Worn And/or Defective Parts Necessary To Restore The Equipment To 100% Operational Condition As Specified By The Oem.
4.0. Performance Period: From Receipt Of Award Notice To Proceed 5.0. Place Of Performance: department Of Veterans Affairs
central Arkansas Veteran Healthcare System (cavhs)
2200 Fort Roots Drive, North Little Rock, Ar 72114
building 66, X-ray Room #2 6.0. Type Of Contract: Firm Fixed Price 7.0. Government Furnished Property And Materials: The Cor Will Provide The Contractor Access To The Equipment Covered Under The Contract.
8.0. Contractor Furnished Property:
8.1. All Materials, Other Than Those Materials Specified As Government Furnished, Required In The Performance Of This Contract Shall Be Furnished By The Contractor.
8.2. Availability Of Manufacturer S Service Literature Needed In The Performance Of The Contract Will Be Contractor S Responsibility And Will Remain Contractor Owned At The Termination Of The Contract.
8.3. Contractor Shall Notify The Cor Immediately When Parts Required To Accomplish Repair Service Are Not Available From The Original Manufacturer, Authorized Sales Representative, Or Other Repair Parts Supply Outlets.
8.4. The Government Shall Not Be Responsible For Any Damages Or Loss Of Contractor Supplies, Materials, Or Equipment.
8.5. The Government Shall Not Be Responsible For Any Damages Or Loss Of The Contractor S Personal Belongings, Or Those Of The Contractor S Employees, Due To Fire, Theft, Accidents Or Other Causes.
9.0. Hours Of Operation: 9.1. Central Arkansas Veterans Healthcare System (cavhs), Office Hours 8:00 A.m. Thru 4:30 P.m., Cst, Monday Thru Friday (excluding Federal Holidays). These Dates Include: New Year's Day, Martin Luther King's Birthday, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, Christmas And Any Other Day Specifically Declared By The President Of The United States To Be A National Holiday.
9.2. Work Performed Outside The Normal Hours Of Coverage Shall Be Discussed With And Approved By The Cor Prior To Performing.
10.0. Contractor Personnel:
10.1. Contractor Shall Provide Technically Qualified Technicians To Accomplish All Maintenance Services Required By The Contract. Repair Technician Must Have Received Formal Training Presented By The Oem Specific To Make And Model Of Equipment Listed. 10.2. Contractor Shall Designate A Point Of Contact (poc) For The Contract. The Contractor S Poc Shall Be Authorized To Discuss With The Contracting Officer Representative (cor), Any And All Maintenance Services Required By The Contract And Ensure Response To Requests For Performance Of The Contract. The Poc Shall Have The Authority To Make Decision For The Contractor. The Cor Shall Be Notified Immediately Whenever The Poc Changes. 10.3. Contractor Shall Provide Each Employee An Identification Badge Which Shall Be Displayed On Their Outer Garment At All Times When On Duty. The Badge Shall Include, At A Minimum, The Employee S Name, Current Picture, The Contractor S Name, And Title Identification.
11.0. Reporting Requirements: 11.1. Contractor Shall Be Required To Contact Biomedical Engineering, (501) 257-5470, For Check In. This Check-in Is Mandatory.
12.0. Privacy/security:
12.1. Information Systems Officer / Information Protection: The Contractor Will Not Have Access To Va Desktop Computers, Nor Will They Have Access To Online Resources Belonging To The Government While Conducting Services.
12.2. Privacy Officer: The Contractor Will Not Have Access To Patient Health Information (phi) And They Will Not Have The Capability Of Accessing Patient Information During The Services Provided To The Va.
12.3. Records Manager: There Will Not Be Federal Records Created, Maintained, Used Or Disposed Of With This Contract; Regardless Of Format (paper, Electronic, Etc) Or Mode Of Transmission (email, Fax, Ext.).
Ramon Torres National High School Tender
Food Products
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 62.1 K (USD 1 K)
Details: Description Republic Of The Philippines Department Of Education Region Vi – Western Visayas Division Of Bago City Ramon Torres National High School Gen. Luna Street, Brgy. Balingasag, Bago City, Negros Occidental, 6101 Philippines Phone: (034) 4610-167 Fax (034) 4610-229 Email Address Rtnhsmain_bc@yahoo.com Invitation To Submit Sealed Quotation (request For Quotation) Date: January 24, 2025 Quotation No. 2025-001 To All Eligible Suppliers: Please Quote Your Lowest Price Inclusive Of Vat On The Item(s) Listed Below, Subject To The Terms And Conditions Of This Request For Quotation (rfq). Due To Difficulty Of Our Internet Signal Please Submit Your Quotation In Hard Copy Duly Signed By Your Authorized Representative Not Later Than January 24,2025, 10:00 Am At The Bac Secretariat, Bids And Awards Committee Of Ramon Torres National High School, Bago City. Upon Receipt Of At Least Three (3) Quotations On Or Before The Submission Deadline, The Bac Shall Open The Quotations. Furthermore, Please Attach A Certified Copy Of The Following Documents In This Issq: Dbm-procurement Certificate Of Registration (philgeps) Dti/sec/cda Registration Certificate Current And Valid Mayor’s Permit Tentative Menu List For Snacks And Meals (for Catering Services) Spa Of The Authorized Signatories/representative The Division Office May Ask/require Other Legal And Technical Documents In Line With This Project For More Information, Please Call Ramon Torres National High School, Division Of Bago City At +639173804680 C/o Mrs. Euniles B. Martinez Company Name: Address: Contact No. Name Of Authorized Representative Procurement Of Meals For The 11th Educator’s Promenade Qty. Unit Agency Specifications Bidder's Specifications Unit Cost Total Amount 207 Pax Heavy Snacks Approved Budget For The Contract Php. 62, 100.00 Euniles B. Martinez Chairman – Bids And Awards Committee Ramon Torres National High School Division Of Bago City Cellphone No. +639173804680 Terms And Conditions: 1. Quotation Validity Period 1.1 The Quotation Should Be Valid For A Period Of 5 Days After The Submission Deadline. 2. The Quantity Of Goods Ordered May Be Changed By 10 %. 3. The Goods Should Be Delivered Within 3 Days After Award Of Contract. 4. Submission Of Quotations 4.1 Unless Quotation Is For A Package Or For A Lot, Bidders Are Required To Quote For Each Item Shown On The List, And For The Total Quantity Of Any Particular Item. 4.2 Quotations Must Be Submitted As Stated In The Rfq: By Hand (in Sealed Envelopes Marked In The Lower Left Hand Corner Of The Envelope “sealed Quotation For (name And Number Of Rfq”) To The Contact Person Stated In The Rfq; Or In The Same Manner, Deposited In A Tender Box At The Location Stated In The Rfq; Or By Fax At The Confidential Number For Submission Stated In The Rfq. 4.3 All Sections Of An Rfq Shall Be Filled; Where A Section Is Not Applicable, The Letters N/a Shall Mean Not Applicable And The Letters N/q Shall Mean No Quote. 5. Selection And Decision 5.1 Selection Shall Be Based On The Lowest Price Offered, Subject To Technical Conformity, Availability And Timely Delivery. 5.2 The Selection Shall Be Made By Package/lot As Appropriated. 5.3 At Time Of Evaluation, The Selected Bidder Having Benefitted From The Margin Of Preference Shall Be Allocated The Contract Subject To The Supplier Forwarding Necessary Documents To Establish That It Meets The Qualification For The Preference. 6. Margin Of Preference Small And Medium Enterprises, Registered As Enterprise In The Philippines, Having An Annual Turnover Up To 50 Million Pesos And Whose Local Input In The Manufacturing Of The Product Accounts For At Least 30 %, Shall Be Eligible For A Margin Of Preference Of 10 %. 7. Notification Of Award And Debriefing 7.1 The Public Body Shall After Award Of Contract, Exceeding 1 Million Pesos, Promptly Inform All Unsuccessful Bidders In Writing Of The Name And Address Of The Successful Bidder And The Contract Amount. 7.2 Furthermore, The Public Body Shall Attend To All Requests For Debriefing For Contract Exceeding 1 Million Pesos, Made In Writing Within 30 Days The Unsuccessful Bidders Are Informed Of The Award. 8. Prices 8.1 Prices Quoted Shall Be Firm And Fixed In Philippines Peso During Validity Period Of Quotation And For Execution Of Contract. The Prices Quoted Shall Include All Costs, Where Applicable, Such As Transportation To The Location For Delivery Stated In The Rfq, Insurance, Packing, Labeling, Or Any Other Costs, Fees To Be Paid Such As Customs Duties And Charges. 9. Rights Of The Public Body The Purchaser Shall Have The Right To (a) Ask For Clarifications At Time Of Evaluating Quotations, (b) Split The Contract On An Item Basis Or (c) Reject All Quotations. A Purchaser Shall Not Be Bound To Accept The Lowest Or Any Quotation. Conditions Of Contract 1 Warranty 1.2 The Supplier Warrants That The Goods Shall Conform To The Standards, Specifications And Related Services As Defined By The Purchaser In Its Rfq Subject To Any Alternative Proposal Made By The Supplier In Its Response To The Purchaser’s Rfq. 1.3 The Supplier Undertakes To Make Good, At Its Own Cost And Promptly, Any Deficiency In The Supply Of Goods Items And Related Services. 1.4 The Supplier Warrants That The Goods Items To Be Supplied Are New And Unused And That It Shall Attend Promptly To Any Defect In The Good Items As Per The Warranty Conditions Mentioned In Its Offer. 2 Inspection 2.2 The Purchaser Shall Have A Reasonable Time After Delivery Of The Goods To Inspect Them And To Reject And Refuse Acceptance Of Goods Not Conforming To This Purchase Order; Payment For Goods Pursuant To This Purchase Order Shall Not Be Deemed An Acceptance Of The Goods. 3 Payment 4 The Purchaser Undertakes To Effect Payment Within 30 Days After Supply Of The Goods Items To The Satisfaction Of The Purchaser And Subject To The Supplier Submitting All Required Documents. Final Payment Shall Be Adjusted To Reflect Any Non-compliance.
DEPT OF THE ARMY USA Tender
Security and Emergency Services
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: Electronic Security Systems (ess) Maintenance the Purpose Of This Sources Sought Is To Gain Knowledge Of The Potential Interested Businesses For This Requirement. This Notice Is For Planning Purposes Only. All Interested Parties Should Respond. Performance For This Requirement Is At Fort Cavazos, Texas. The Planned Naics Code Is 561621 (security Systems Services (except Locksmiths)) With A Standard Size Of $25 Million. we Encourage All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price. this Is A Sources Sought Notice Only. The Government Will Not Enter Into An Agreement Based On Responses To This Notice. The Government Is Trying To Determine If There Are Adequate Sources For This Requirement. If You Are Interested In This Requirement, Please Reply To This Sources Sought Notice And Include Answers To The Questions Below By The Closing Date Of This Notice. Please Submit Via E-mail To The Points Of Contact Listed In This Notice. Reference The Sources Sought Notice Number In Your Response. description Of The Requirement: this Is A Follow-on Requirement For Electronic Security Systems (ess) Maintenance And Repair Services On The Fort Cavazos, Tx Installation. The Contractor Shall Provide All Necessary Personnel, Management, Equipment, Supplies, Transportation, Tools, Materials, Supervision, To Perform Maintenance, Repairs, Replace To Repair, Adjustments, Installations, Surveying, System Designs, Removal, And Replacement Services During Facility Renovations, Projects, System Administration, And Cyber Security Information Assurance (ia) For Each Electronic Security System (ess) Under This Contract At Fort Cavazos, Texas. It’s Projected There Will Be Approximately 743 Ids Zones And Approximately 76 Portals. Work Performed Under This Contract Will Be Throughout The Fort Cavazos Main Cantonment, West Fort Cavazos, North Fort Cavazos, And In Fort Cavazos Housing Areas Where Icids Is Fielded. the Contractor Shall Have Experience With A Contract Approximately Equal In Size, Type And Complexity To The Fort Cavazos Systems And Shall Possess A Working Knowledge Of All Security Systems Covered Under This Contract. fort Cavazos Integrated Commercial Intrusion Detection System (icids) Has Undergone A System Upgrade To The Department Of The Army Approved Icids-v. With The Icids-v System Newly Installed The Objectives Are To Sustain A 100% Operational Status Of Each Zone With Reoccurring Preventive And Routine Maintenance And Testing Schedules Pursuant To Army Regulations. The Contractor Shall Provide Timely Troubleshooting And Repairs During Normal Business Hours And Outside Normal Business Hours. Deliver Customer Service For Newly Identified Areas Requiring Ids Installation For The Protection Of Military And/or Civilian Assets Within The Confines Of Fort Cavazos, Texas. The Contractor Shall Administer And Maintain Each Ess, And Each Component, Sensor, Connection, System Wiring, Control Unit, Transmission Media, Network Cable, Fiber, Fiber Jumpers, Coaxial, Media Converters, Data Encryption Systems, Uninterruptable Power Supplies (ups), Unclassified Network Switches, Servers, Computers, And Conduit At Fort Cavazos, That Are An Integral Part Of The Installation’s Security Posture. the Contractor Selected For This Service Contract Must Be A Current Daq Icids Certified Var (value Added Reseller) For Sales, Installation, Configuration, And Maintenance-related Services. The Contractor Must Maintain An Active Var Status Throughout The Life Of This Contract And Provide Proof Of Var Status Prior To Award Of The Contract. Any Individual Performing Privileged Or Administrator Functions On The Systems Be Actively Certified In Accordance With Dod 8570.01 At The Iat (information Assurance Technical) Level 2. The Contractor Shall Provide Personnel Possessing The Skills, Knowledge, And Training To Perform The Services Required By This Contract. All Personnel Required To Maintain The Icids-v System Should Complete The Icids-v Installation Training Courses, Consisting Of Operator, System Administrator, And Maintainer Training. Additionally, Maintenance Personnel Should Have Specific Experience In Computer Networking, Electronic Component Troubleshooting, Fiber Optic And Telephone Communications, Access Control And Physical Security Devices. The Contractor Personnel Shall Also Possess The Skills, Knowledge, And Training To Satisfactorily Perform Services On Each Additional Security System Provided In The Attached Performance Work Statement (pws). information Sought By The Government: company Information: company Name address point Of Contact telephone Number e-mail Address business Size (small Or Other Than Small Business) And Socio-economic Status For The Listed Naics Code. if Your Company Is Currently Registered In System For Award Management (sam). information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination. identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any. identify Any Condition Or Action That May Be Having The Effect Of Unnecessarily Restricting Competition With Respect To This Acquisition. Please Contact The Micc Advocate For Competition, Scott Kukes, At Scott.d.kukes.civ@mail.mil Or 210-466-3015, If You Believe That This Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, This Announcement, And The Micc Poc Information From The Sam.gov Notice. Provide The Specific Aspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion. this Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The Government Is Not Seeking Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Notice. The Government Will Not Pay For Any Costs Incurred In Response To This Notice. Not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation. If A Solicitation Is Released, It Will Be Posted On Sam.gov. It Is The Responsibility Of Potential Offerors To Monitor Sam.gov For Additional Information Pertaining To This Requirement.
Dolores National High School Tender
Machinery and Tools
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 38.5 K (USD 656)
Details: Description Page 1 Of 3 Department Of Education Region Viii, Division Of Eastern Samar Dolores National High School Barangay 9, Reynaldo Street Dolores, Eastern Samar January 23, 2025 Business Name Philgeps Reg. No. Adress Contact No. Tin Non-vat Vat Request For Quotation Rfq# 2025-01-007 Supply And Delivery Of Brass Cutter Sir/ma’am: The Dolores National High School, Through Its Bids And Awards Committee, Requests Your Price Quotation For The Items Specified Herein ,taking Into Consideration The Following Terms And Conditions 1. Quotation Submission Deadline: January 27, 2025 2. Quotation Opening Date & Time: January 27, 2025 - 9:00 Am 3. Place Of Delivery/installation: Dolores National High School 4. Delivery Period/duration: Upon Receipt Of The Notice To Proceed 5. Price Validity Period: 30 Calendar Days 6. Approved Budget For The Contract (abc): P38,500.00 (thirty Eight Thousand Five Hundred.) 7. Evaluation Of Bids: Bids Will Be Evaluated On A Per- Lot Basis. 8. Submission Requirements: Suppliers/contractors Must Submit A Copy Of Their Updated Mayor’s/business Permit And Provide Their Philgeps Registration Number Or A Copy Of Their Philgeps Certificate Along With The Duly Completed Request For Quotation (rfq) In A Sealed Long Brown Envelope, Either Manually/on-site Or Through Courier. The Following Documents Must Also Be Submitted Prior To The Award: • (1) Income/business Tax Return (for Abcs Above ₱500,000) • (2) Omnibus Sworn Statement (for Abcs Above ₱50,000) 9. Accuracy Of Information: Suppliers/bidders Must Provide Accurate Information Required In This Form, Supported By The Following Documents. 10. Tie- Breaking Procedure: In Cases Where Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lcrb, Dnhs Will Employ The Draw Lots Method As Per Gppb Circular 06- 2005 To Break The Tie And Determine The Winning Bidder. 11. Validity Of Interlineations: Any Interlineations, Erasures, Or Overwriting Must Be Signed Or Initialed By The Supplier Or Their Duly Authorized Representative(s) To Be Valid. 12. Price Quotation: Quotations Must Be Denominated In Philippine Pesos And Inclusive Of All Applicable Taxes For Materials And Supplies. 13. Budget Compliance: Quotations Exceeding The Approved Budget For The Contract Will Be Automatically Rejected. 14. Award Of Purchase Order/contract: The Purchase Order/contract Shall Be Awarded To The Lowest Quotation That Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 15. Inspection And Payment: Delivered Items Are Subject To Inspection, And Payment Processing Will Commence Only After Acceptance By The Dnhs Property And Supply Unit. 16. Payment Terms: Payment Shall Be Made Through Land Bank’s Lddap-ada (list Of Due And Demandable Accounts Payable-advice To Debit Account) Or Bank Transfer Facility. Account Details Must Be Provided. 17. Delivery Costs: The Supplier Shall Bear All Delivery Costs, Including Transportation Expenses, And Assume All Risk Until The Goods Are Delivered To Dolores National High School. 18. Payment Conditions: Payment Shall Be Made After Delivery And Upon Submission Of The Required Supporting Documents (e.g., Order Slip And/or Billing Statement). Terms Of Payment Are Within 28 To 60 Calendar Days From The Date Of Acceptance. 19. Liquidated Damages: 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 Contract Shall Be Rescinded Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, Without Prejudice To Other Available Remedies. __________________________ In Case Of Recently Expired Mayor’s/business Permit, It Shall Be Accepted Together With Its Official Receipt As Proof That The Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit, Provided That The Renewed Permit Shall Be Submitted After Award Of Contract But Before Payment In Accordance With Item 6.2 Of Government Procurement Policy Board (gppb) Resolution No. 09-2020. Page 2 Of 3 Product Specifications: Model: Umk435t U2st Engine: 35cc, 4-stroke, Ohc, Single Cylinder Power Output: 1.0 Kw (1.4 Ps) @ 7,000 Rpm Torque: 1.6 N-m (0.16 Kgf-m, 1.2 Lbf-ft) @ 5,500 Rpm Blade Cutter Type: 2-teeth Blade Cutter, 305 Mm Diameter Maximum Engine Speed: 5,250 Rpm Fuel Consumption: 360 G/kwh Fuel Tank Capacity: 0.65 Liters Dimensions: 1,928 X 637 X 444 Mm Weight: 7.49 Kg Starting System: Recoil Starter Ignition System: 27° B.t.d.c (fixed) Oil Capacity: 0.1 Liters Air Cleaner Type: Semi-dry Type Authentication Requirements: 1. Serial Number Verification: The Bidder Must Provide The Serial Number Of The Brush Cutter For Verification Purposes. The Serial Number Should Be Clearly Visible And Correspond With The Official Records Of The Manufacturer. 2. Official Documentation: Include User Manual, Warranty Card, And Certificate Of Authenticity. 3. Warranty: Must Come With A Valid Warranty. Page 3 Of 3 After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Unit Brass Cutter 2 ___________________________ Signature Over Printed Name ___________________________ Position/designation ___________________________ Office Contact Number ___________________________ Email Address/es.
DEPT OF THE AIR FORCE USA Tender
Others
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents
Details: ****revised To Add Attachment 3 - Wing Boat Specs***
****clarification: The Rental Time Frame Is 11 Days Iaw Performance Work Statement*** this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In The Federal Acquisition Regulation (far) Subpart 12.6, Following Far 13 Simplified Acquisition Procedures, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. 1. The Solicitation Number Is F3g5ba4330al02. This Solicitation Is Issued As A Request For Proposal (rfp). A Firm Fixed Price Type Contract Will Be Awarded. 2. The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-01 November 12, 2024 3. This Combined Synopsis/solicitation Is Being Issued As A Total Small Business Set-aside, And The Associated Naics Code Is 483112: Deep Sea Passenger Transportation, And A Small Business Size Standard Of 1500 Employees. 4. Below Is The Contract Line-item Number (clin) Breakdown: clin 0001 – 2 Charted Vessels With Crew, Food, And Services. Iaw Attachment 1 - Pws – Chartered Vessels. 5. Description Of Services: The Contractor Shall Provide 2 Vessels. Vessels Will Have Appropriately Licensed Crews For 11 Days Of Operation, Loitering For 5-days Approximately 270nm-315nm Off The Coast Of San Diego. Vessels Crew Will Control Vessel Operations And Oversee Logistics For Wing-boat Hoisting. Crew Members Will Not Require Any Special Security Clearances. Vessels Must Have Birthing For 20 Members Acting In A Training Capacity. Must Be Equipped With An A-frame Hoisting System Capable Of Loading/offloading 2x Wing-boats With Personnel. Must Have Commercial Internet Available. The Vessels Shall Arrive At The Designated Points Prior To Scenario 1 And Maintain Station Throughout Scenario Executions. Vessels Shall (safety Permitting), Respond To Requests From The Special Warfare White Cell Leads On Board To Alter Course Or Speed Within The Vessel's Capabilities During The Operating Window To Aid Any Real-world Events Stemming From Possible Exercise Mishaps Within Reasonable Travel Distance. please See “attachment 1 – Pws – Chartered Vessels” For More Information. 6. Period Of Performance: 07 February 2025 – 21 February 2025 7. Place Of Performance: San Diego, Ca Iaw Pws 8. Inspection And Acceptance: Fob Destination far 52.212-1 Instructions To Offerors—commercial Products And Commercial Services (sep 2023)
requirements. All Quotes Shall Include The Following Minimum Information: Product Specifications, Cage Code, Sam Unique Entity Id, Taxpayer I.d. No., Payment Terms, Discount Terms, Offerors Reps And Certs, Point Of Contact, Phone, Fax, Email And Proposed Delivery Schedule. Iaw Far 52.204-7 And Dfars 252.207-7004 Alt A, Prospective Vendors Must Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Lack Of Sam Registration Shall Be A Determining Factor For Contract Award. Prospective Vendors Should Visit The Sam Website At Http://www.sam.gov.com To Register. To Ensure Your Quote Along With Any And All Attachments Are Received, Attachment(s) Must Be Less Than 10 Mb [in Total]. It Is The Responsibility Of The Offeror To Contact The Government To Confirm Receipt Of The Quote Prior To The Offer Due Date And Time. (1) Far 52.212-1, Paragraph (b)(8), Is Changed To Read:
(8) Offerors Must Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer. (2) Far 52.212-1, Paragraph (c), Is Changed To Read:
(c) Period For Acceptance Of Offers. The Offeror Agrees To Hold Prices In Its Offer Firm For 90 Calendar Days From The Date Specified For Receipt Of Offers. (3) To Be Considered For This Requirement, The Offer Must Complete The Price Sheet. Fully Complete The Pricing On Each Clin As Required. The Contractor Shall Fill Out A Unit Price, The Extended Price And A Total Price For All Clins. Please Ensure That All Prices, Extended Prices And Total Prices Are Checked And Verified For Accuracy. Do Not Go Two (2) Digits Beyond The Decimal Point. (4) In Accordance With Far Part 9, Contractor Qualifications, The Government Has A Right To Retrieve Past Performance Information Through The Government’s Past Performance Databases, Federal Awardee Performance Integrity Information System (fapiis) And Past Performance Information Retrieval System (ppirs). Any Active Exclusions Will Deem The Contractor Non-responsible, Therefore, The Offeror Will Not Be Eligible For Contract Award. an Offeror Determined To Have An Unsatisfactory Performance Record Will Be Determined Non-responsible, Therefore, The Offeror Will Not Be Eligible For Contract Award. In The Case Of An Offeror Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available, The Offeror Will Not Be Evaluated Favorably Or Unfavorably On Past Performance. questions Due Date. Questions Are Due On Thursday, 09 January 2024 At 10:00am Pdt. offer Due Date. Offers Are Due On Wednesday, 15 January 2025 At 10:00am Pdt.
only Electronic Offers Submitted Via Email Will Be Considered For This Requirement. Acceptable Proposal Formats Include Adobe Pdf, Excel And Microsoft Word, All Other Formats Cannot Be Opened And Will Be Considered Nonresponsive. Submit Questions And Offers To Amn Mia Webb At Mia.webb@us.af.mil And Rachel Tilley At Rachel.tilley.1@us.af.mil. Please Include The Solicitation Number, F3g5ba4330al02, In The Subject Line Of The Email To Ensure Prompt Receipt Of Your Offer.
(end Of Provision) deliverables: At A Minimum, Offerors Shall Provide The Following With Their Proposal: a. Proposal Including Pricing Iaw Performance Work Statement (pws)
b. Chartered Vessels Spec Sheet
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents
Details: This Request For Information (rfi)/sources Sought 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 339112. 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. 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.)
please Submit Your Capabilities That Show Clear, Compelling, And Convincing Evidence That You Can Meet The Requirement Described In The Attached Sow. Please Provide Your Uei Number. the Department Of Veterans Affairs (va), Visn 16 Network Contracting Office, Is Seeking Sources That Can Provide The Following: durable/ Home Medical Equipment/accessories (dme/hme) Services To Provide All Necessary Labor, Facilities, Pick-up And Delivery, Set-up, Disassembly, Storage, Repairs, And Inventory Management Of Va Owned Equipment. Multiple Resource Use Specific To Repair Of Mobility Devices (e.g. Manual Wheelchairs, Power Chairs, And Scooters): the Facility Is Located At: southeast Louisiana Veterans Healthcare System 2400 Canal Street
new Orleans, La 70119 scope Of Work: Contractor Shall Provide Delivery And Pick-up, Receiving, Storage, Set-up, Assembly, Take-down, Disassembly, Installation, Instructions, Sanitizing, Repair, And Maintenance Of Va Owned Dme/hme To Eligible Veterans/caregivers As Required By The Va repair Of Mobility Devices (e.g., Manual Wheelchairs, Power Wheelchairs And Scooters). Services Provided Shall Be All Inclusive Of Deliveries And Transportation To Include Set-up/delivery Of Equipment And Related Accessories, Safety Inspections, And In-service Training (non-clinical) For Veterans On Equipment Functionality.â In Accordance With Sound Industry Practice, And The Terms And Conditions Of The Contract, Contractor Shall Be Responsible For The Proper Care, Maintenance, And Use Of Government-owned Dme/hme In Its Possession Or Control From The Time Of Receipt Until Properly Relieved Of Responsibility.â The Removal Of Government-owned Dme/hme To Storage, Or Its Contemplated Transfer, Does Not Relieve Contractor's Responsibility. deliveries And/or Pick-ups Shall Be Made At Such Times And In Such Quantities As Specified By The Contracting Officer, Contracting Officer Representative (cor) And/or The Purchasing Agent. contractor Shall Furnish Durable Medical/ Home Medical Equipment (dme/hme) And/or Accessories Necessary To Provide Dme/hme Services To Eligible Veterans Under The Jurisdiction Of The Primary Service Area Of The Slvhcs, In The Veteran S/caregiver S Homes Or Other Designated Points In Accordance With Standards Established By The Joint Commission For Home Care Through Reissue Of Equipment And/or Accessories For Which Contractor Has Provided Pick-up, Repair, Cleaning, And Storage. durable Medical Equipment And/or Accessories Necessary To Provide Dme/hme Shall Only Be Provided (setup) Based On An Assessment Of The Veteran And An Order (prescription) By A Vamc Health Care Provider. Each Dme/hme Task Order Shall Be Individually Requested Through A Prosthetic Purchase Order On An Individual Veteran Basis. contractors Must Meet The Joint Commission Standards Or Equivalent Body (which Meets Or Exceeds Tjc Accreditation) For Services Provided Under The Contract. Throughout The Contract, Contractor Shall Be Able To Consistently Perform Services At Or Above The Standards Set By The Joint Commission. The Joint Commission Standards Can Be Found At Http://www.jointcommission.org/. if Contractor Is Surveyed During The Contract Term By Any Accreditation Body, They Shall Notify The Cor Or Designee In Writing Of Survey Dates And Outcomes. If Any Accreditation Is Revoked Or Local, State, Or Federal Citations Received During The Performance Period Covered By The Contract Contractor Shall Notify The Cor Or Designee Within Three (3) Business Days Of The Citation. for This Performance Work Statement (pws), The Normal Delivery Or Service Area Is Considered To Cover The Counties/parishes Serviced By The Southeast Louisiana Veterans Healthcare System (slvhcs) And Its Affiliated Community Based Outpatient Clinics (cbocs). if You Are Interested, And Are Capable Of Providing The Sought Out Supplies/services, Please Provide The Requested Information. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: responses To This Notice Shall Be Submitted Via Email To Kimberly Anderson At Kimberly.anderson6@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Wednesday, February 5, 2025 At 3:00 Pm 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 disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Responses. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Shall Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. Responses To This Notice Shall Not Be Considered A Response To A Solicitation. Determination By The Government Not To Compete The Proposed Procurement Is Solely Within The Discretion Of The Government If It Is Determined That It Is In Their Best Interest To Do So.
8221-8230 of 9845 archived Tenders