Uniform Tenders

Uniform Tenders

Department Of Human Settlements And Urban Development - DHSUD Tender

Housekeeping Services
Philippines
Details: Description Request For Quotation Doc Control No. : Form-as-pd-002 Revision No: 0 Effectivity Date : 1 September 2023 The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 2025-01-001 Procurement Activity Procurement Of Janitorial Services For Fy 2025 (10 Months) March 2025 To December 2025 Mode Of Procurement Small Value Procurement Approved Budget For The Contract (abc) Eight Hundred Twenty-five Thousand Seven Hundred Ninety Three Pesos & 40/100 (php 825,793.40), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before January 20, 2025, 10:00 Am. Delivery Schedule Start Of Contract Is On March 01, 2025. The Minimum Technical Specifications Are As Follows: Description And Minimum Specifications 1 Services To Be Provided The Agency Shall Provide Housekeeping/janitorial Services For Ten (10) Months At The Dhsud Ro-4a Office Located At Dencris Business Center, National Highway, Brgy. Halang, City Of Calamba, Laguna. _compliant _non-compliant 2 Area Of Responsibility (aor) And Manpower Requirements The Agency Shall Provide A Total Of Four (4) Janitorial Attendants To Be Deployed At The Dhsud Ro-4a Offices Including Its Records Storage. The Janitorial Attendants Who Shall Work Eight (8) Hours A Day, Six (6) Days A Week, In Accordance With The Pertinent Provisions Of The Labor Code, Shall Be Deployed In The Area Of Responsibility, As Scheduled. The Agency Shall Provide Reliever/s In Case Of Absence Of Janitorial Attendant/s. Should There Be A Need For Additional Janitorial Attendant/s, The Agency Shall Deploy Janitorial Attendant/s Upon Receipt Of The Written Request/instruction Of The Dhsud Ro-4a. _compliant _non-compliant 3 Scope Of Services The Agency Shall Provide Housekeeping/janitorial Services For Dhsud Ro-4a Which Shall Have The Responsibility Of Maintaining Cleanliness, Sanitation And Orderliness Within The Areas Of Responsibility (aor) And Shall Perform The Following Activities Which Shall Include, But Not Limited To: Sweeping, Scrubbing, Mopping, Waxing And/or Polishing Building Floors Including Corridors, Walls, Doors, Partitions, Stairways And Other Common Areas; Sanitizing Of Door Knobs, Telephone Kits, Dusting, Cleaning And Disinfection Of All Glass Panes, Windows, Doors And Windowsills And Frames, Blinds, Furniture And Fixtures And Other Office Equipment And Facilities Which Requires Maintenance; Spraying Of Air Fresheners And Disinfectants In All Offices; Refiling Soap Dispensers And Soap Dishes, Toilet Paper, Wipes Down Stalls, And Replace Air Fresheners; Cleaning, Sanitizing And Disinfecting Of Washrooms/toilets, Which Includes The Use Of Special Sanitizing And Disinfecting Agents In Wash Basins, Urinals And Toilet Bowls; Collecting, Segregating And Proper Disposal Of Trash, Rubbish And/or Garbage And Such Other Services Necessary For Sanitation; If Necessary, Hauling And Moving Of Materials Such As But Not Limited To Furniture And Fixtures, Equipment, Supplies And/or Records In And Around The Covered Areas; Maintaining Indoor And Outdoor Plants Within The Premises Or Area Of The Dhsud Ro-4a; Errand Services As Required By Dhsud Ro-4a; And, Such Other Functions As May Be Necessary For The Cleanliness And Orderliness Of The Office. _compliant _non-compliant 4 Additional Set Of Technical Parameters The Agency Must Submit Proof That It Has Been Engaged In Continuous Business Operations As A Legitimate Janitorial Agency For At Least Five (5) Years At The Time Of The Submission And Receipt Of Its Bid; The Agency Must Show Proof That It Has Completed Similar Contracts With At Least Two (2) Companies Within Two (2) Years From The Submission And Receipt Of Its Bid, Together With Certificates Of Satisfactory Service From Said Clients; The Agency Must Submit Its Organizational Set-up; The Agency Must Submit Official Receipts For Sss, Pag-ibig And Philhealth Remittances For The Period Covering March 01, 2024 To November 30, 2024 With The Requisite Attachments, Such As, The List Of Personnel Covered By The Payment, Summary Of Periodic Remittances, Among Others; _compliant _non-compliant 5 Minimum Qualifications Of Janitorial Attendants The Agency Shall Provide Dhsud Region 4a Janitorial Attendants Who Shall Possess The Following Minimum Qualifications: Must Possess Good Moral Character And Reputation; Must Not Have Any Criminal Or Police Record; Duly Trained And Skilled To Function As Janitorial Personnel; And Must Be Physically And Mentally Fit As Evidence By The Medical Certificate; And, _compliant _non-compliant 6 Issuance Of Payslips To Assigned Janitorial Personnel Issuance Of Payslip To Janitorial Personnel Assigned Shall Be One Basis Of Dhsud Ro-4a To Ensure Conformance Of Janitorial Agency To Existing Labor Laws (minimum Wage And Mandatory Contributions To Sss, Philhealth, And Pag-ibig) _compliant _non-compliant 7 Receipt Of Billing Statement And Official Receipt (or) The Issuance Of Janitorial Agency Of Monthly Billing Statement Should Be Received By Dhsud Ro-4a Not Later Than 15th Day Of The Following Month And Its Corresponding Payment’s Official Receipt (or) Not Later Than 25th Day Of The Month _compliant _non-compliant 8 Posting Of Performance Security To Guarantee Payment For Losses And/or Damages To Property, The Winning Agency Shall Post A Performance Security In Favor Of Dhsud Ro-4a,. Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank 2% Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. C. Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. 5% D. Any Combination Of The Foregoing Proportionate To Share Of Form With Respect To Total Amount Of Security Your Failure To Post The Required Performance Security Within Ten (10) Days From Notice Of Award Shall Hereof Constitute A Sufficient Ground For Cancellation Of The Award The Performance Security Shall Be Callable On Demand And Shall Have A Validity Period Equivalent To The Duration Of The Contract Including Its Renewal Or Extensions, If Any. _compliant _non-compliant 9 Standards The Agency Shall Maintain A Very Satisfactory Level Of Performance Throughout The Term Of The Contract Based On The Following Criteria And Using The Following Scale - 5 (excellent); 4 (very Satisfactory); 3 (satisfactory); 2 (fair); And, 1 (unsatisfactory): Quality Of Service Delivered Time Management Management And Suitability Of Personnel Contract Administration And Management Provision Of Regular Progress Reports The Dhsud Ro-4a Shall Conduct An Assessment Or Evaluation Of The Performance Of The Agency Based On The Above Criteria On A Regular Basis. Based On Its Assessment, The Dhsud Ro-4a May, At Any Time: Request In Writing The Withdrawal Or Replacement Of Any Personnel Of The Agency Assigned To Perform Services Under The Contract. The Agency Shall At Its Own Expense, Withdraw Or Replace Such Personnel Forthwith And Shall Furnish The Dhsud Ro-4a The List Of Substitute Janitors Prior To Deployment; And/or, Pre-terminate The Contract For Failure By The Agency To Perform Its Obligations Thereon Following The Procedure Prescribed Under The Annex “i,” The Guidelines On Termination Of Contracts, Of The 2016 Revised Implementing Rules And Regulations Of Ra 9184. _compliant _non-compliant 10 Period Of The Contract The Contract For Janitorial Services Shall Be For A Period Of Ten (10) Months Commencing From March 2025 To December 2025 _compliant _non-compliant Terms And Conditions: Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: Philgeps Registration Number / Certificate Of Philgeps Membership; 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) Signed Omnibus Sworn Statement (oss); Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government Issued Identification Card Of Both Signatories. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above-mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The General Services Section At The Dhsud Ro-4a Office Located At Dencris Business Center, Brgy. Halang Calamba City. The Dhsud Ro-4a Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation (scrq/lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Ro-4a Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement And The Property Officer Of The General Services Section At Mobile Numbers 0956-5764503 And 0918-5640074, Respectively. Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Reply Slip Procurement: Request For Quotation No.: _______________ Date Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Department Of Human Settlements And Urban Development Ro-4a Dencris Business Center, National Highway, Halang Calamba City, Province Of Laguna Dear Ms. Medina: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development Ro-4a, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company: ____________________________________________ Name Of Authorized Representative: _______________________________ Designation/position: ____________________________________________ Address: _____________________________________________________ Telephone No./mobile No.: _______________________________________ Email Address: ________________________________________________ Philgeps Registration No. : ______________________________________ Landbank Account No.: _________________________________________ If With Ada, Kindly Indicate The Landbank Account Name And Account Number; If None, Please Indicate To Whom Checks Should Be Made Payable To : _____________________________________ Tin: __________________________ Vat-registered: Vat󠄀 ( ) Non-vat ( ) Signature: ___________________________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] [kindly Fill Out This Template Accordingly By Completing The Needed Information And Deleting The Non-applicable Provisions That May Be Deleted.] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date20 Jan 2025
Tender AmountPHP 825.7 K (USD 14.1 K)

Court Of Appeals Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Request For Quotation Rental Service Of Professional Lights And Sounds Equipment, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals (1 Lot) Amp-006-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No. Item Description Approved Budget For The Contract 1 Rental Service Of Professional Lights & Sounds Equipment, Led Video Wall Equipment And Manpower For The 89th Founding Anniversary Of The Court Of Appeals ₱84,000.00 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than January 27, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 3rd Floor, Centennial Building Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. Quotations And Other Documents Required May Either Be Submitted Manually At 3rd Floor Office Of The Bac Secretariat, Centennial Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph On Or Before The Deadline Of Submission As Stated In This Rfq. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. No Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) (annex “b”) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. 5. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 10. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 11. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. 12. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. 14. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate For Final Settlement Of Government Contracts And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-006-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “rental Service Of Professional Lights & Sounds Equipment, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Uom Item Description Qty Total Price Professional Lights And Sounds Equipment 1 Lot Dj Controller 1 Unit 17” Laptop With Minimum Cpu Specifications Of At Least 3.00ghz And At Least 6 Core Count 1 Unit 22 Chanel Professional Studio Mixer 1 Unit 2000w Power Amplifiers Sound Processor 1 Set Powered Speaker 6 Units Sub Woofers 2 Units Wireless Microphones With Case 4 Units Par Lights 16 Units Light Stand 2 Units 90w Moving Heads 6 Units Smoke Machine 1 Unit Dj Boxes, Cables And Connectors 1 Set Speakers And Microphone Stand 2 Sets Dmx Controller 1 Unit Led Video Wall Equipment P3 Led Wall 9ft X 24ft 1 Set Led Riser 1 Set Video Processor And Controller 1 Set Video Switcher 1 Set Cables And Connectors 1 Set Computer Workstation 1 Set Stage And Accessories – 16x24x2 Ft. (lxwxh) Stage 1 Set Manpower Disk Jockey At Least 1 Personnel Sound Technician At Least 2 Personnel Light Technician At Least 4 Personnel Video Technician At Least 1 Personnel Stagehand At Least 3 Personnel Handyman At Least 3 Personnel Total Price In Figures: Total Price In Words: ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Rental Service Of Professional Lights & Sounds, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals (1 Lot) I. Approved Budget For The Contract: The Approved Budget For The Contract Is Eighty-four Thousand Pesos (php84,000.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: The Supplier Shall Supply And Deliver The Following Requirement: Lot Item Description Qty 1 Lot Professional Lights And Sounds Equipment Dj Controller 1 Unit 17” Laptop With Minimum Cpu Specifications Of At Least 3.00ghz And At Least 6 Core Count 1 Unit 22 Chanel Professional Studio Mixer 1 Unit 2000w Power Amplifiers Sound Processor 1 Set Powered Speaker 6 Units Sub Woofers 2 Units Wireless Microphones With Case 4 Units Par Lights 16 Units Light Stand 2 Units 90w Moving Heads 6 Units Smoke Machine 1 Unit Dj Boxes, Cables And Connectors 1 Set Speakers And Microphone Stand 2 Sets Dmx Controller 1 Unit Led Video Wall Equipment P3 Led Wall 9ft X 24ft 1 Set Led Riser 1 Set Video Processor And Controller 1 Set Video Switcher 1 Set Cables And Connectors 1 Set Computer Workstation 1 Set Stage And Accessories – 16x24x2 Ft. (lxwxh) Stage 1 Set Manpower Disk Jockey At Least 1 Personnel Sound Technician At Least 2 Personnel Light Technician At Least 4 Personnel Video Technician At Least 1 Personnel Stagehand At Least 3 Personnel Handyman At Least 3 Personnel Iii. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Iv. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila V. Delivery Requirements: Delivery Shall Be Made On Or Before 6:00 Am Of 03 February 2025, At Court Of Appeals – Manila, Maria Orosa St. Ermita, Manila. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b” Omnibus Sworn Statement (revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission ___________ Notary Public For ______ Until _______ Roll Of Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____.
Closing Date27 Jan 2025
Tender AmountPHP 84 K (USD 1.4 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: 5. Project Number (if Applicable) code 7. Administered By 2. Amendment/modification Number code 6. Issued By 8. Name And Address Of Contractor 4. Requisition/purchase Req. Number 3. Effective Date 9a. Amendment Of Solicitation Number 9b. Dated page Of Pages 10a. Modification Of Contract/order Number 10b. Dated bpa No. 1. Contract Id Code facility Code code offers Must Acknowledge Receipt Of This Amendment Prior To The Hour And Date Specified In The Solicitation Or As Amended, By One Of The Following Methods: the Above Numbered Solicitation Is Amended As Set Forth In Item 14. The Hour And Date Specified For Receipt Of Offers e. Important: is Extended, (a) By Completing Items 8 And 15, And Returning __________ Copies Of The Amendment; (b) By Acknowledging Receipt Of This Amendment On Each Copy Of The offer Submitted; Or (c) By Separate Letter Or Electronic Communication Which Includes A Reference To The Solicitation And Amendment Numbers. Failure Of Your acknowledgment To Be Received At The Place Designated For The Receipt Of Offers Prior To The Hour And Date Specified May is Not Extended. 12. Accounting And Appropriation Data (rev. 11/2016) is Required To Sign This Document And Return ___________ Copies To The Issuing Office. is Not, a. This Change Order Is Issued Pursuant To: (specify Authority) The Changes Set Forth In Item 14 Are Made In The Contract Order No. In Item 10a. 15c. Date Signed b. The Above Numbered Contract/order Is Modified To Reflect The Administrative Changes set Forth In Item 14, Pursuant To The Authority Of Far 43.103(b). result In Rejection Of Your Offer. If By Virtue Of This Amendment You Desire To Change An Offer Already Submitted, Such Change May Be Made By Letter or Electronic Communication, Provided Each Letter Or Electronic Communication Makes Reference To The Solicitation And This Amendment, And Is Received Prior To the Opening Hour And Date Specified. c. This Supplemental Agreement Is Entered Into Pursuant To Authority Of: d. Other contractor 16c. Date Signed 14. Description Of Amendment/modification 16b. United States Of America except As Provided Herein, All Terms And Conditions Of The Document Referenced In Item 9a Or 10a, As Heretofore Changed, Remains Unchanged And In Full Force And Effect. 15a. Name And Title Of Signer 16a. Name And Title Of Contracting Officer 15b. Contractor/offeror standard Form 30 previous Edition Not Usable prescribed By Gsa - Far (48 Cfr) 53.243 (type Or Print) (type Or Print) (organized By Ucf Section Headings, Including Solicitation/contract Subject Matter Where Feasible.) (number, Street, County, State And Zip Code) (if Other Than Item 6) (specify Type Of Modification And Authority) (such As Changes In Paying Office, Appropriation Date, Etc.) (if Required) (see Item 11) (see Item 13) (x) check one 13. This Item Applies Only To Modifications Of Contracts/orders, it Modifies The Contract/order No. As Described In Item 14. 11. This Item Only Applies To Amendments Of Solicitations amendment Of Solicitation/modification Of Contract (signature Of Person Authorized To Sign) (signature Of Contracting Officer) 1 5 0001 01-02-2025 544-25-2-4075-0004 none 36c247 department Of Veterans Affairs visn 7 Network Contracting Activity central Alabama Healthcare System 215 Perry Hill Road montgomery Al 36109 36c247 department Of Veterans Affairs visn 7 Network Contracting Activity 215 Perry Hill Road montgomery Al 36109 to All Offerors/bidders 36c24725q0195 x x x x 1 this Amendment To Solicitation 36c24725q0195 Is To Do The Following: (1) Add Additional Language To The Scope Of Work (2) Provide Responses To The Request For Information (rfi) Received Prior To Due Date (see Attached). *all Other Terms And Conditions Remain Unchanged. quentin Deloney contracting Officer, Nco-07 page 5 Of 5 request For Information 36c24725q0195 facility Mover And Event Set-up Services *any Questions Received That Have Not Been Answered In This Amendment Have Already Been Addressed In The Posted Solicitation. scope Of Work Is Amended To Add The Following: The Contractor Shall Furnish All Contract Oversight, Management; Supervisory And Technically Trained Personnel; Uniforms; Equipment, Materials, And Supplies Necessary To Provide Commercial Office Moving And Relocation Services For Cavhcs. This Includes, But Is Not Limited To The Following, Providing All Labor, Materials, And Equipment Necessary To Accomplish The Work As Stated Herein, E.g., Excess Property Pickup; Furniture Installation; Systems Furniture Installation, Breakdown And Repair; Routine Moving Services Activities; Special Event Set-ups And Breakdown; Special Furniture Cleaning And Repair; Special Moving Activities; Place Furnishing In Designated Storage Areas In An Organized Manner; And Special Handling Moving Activities. Contractor Shall Furnish All Vehicles, Insurance, Drivers, Supervision, Maintenance, Equipment, And Operating Supplies/services Required For The Safe Transport Of The Property And Performing All Services Necessary To Provide Moving And Relocation Services. 1. Confirm There Are 6 Locations With 4 Being In Alabama And 2 In Ga. That Will Need To Be covered. -9 Possible Work Locations; 3 Georgia Locations; 6 Alabama Locations -215 Perry Hill Road, Montgomery, Al 36109-3725 (main Work Site) -8105 Veterans Way, Montgomery, Al 36117-3879 -2400 Hospital Road, Tuskegee, Al 36083 (main Work Site) -3753 Ross Clark Circle, Suite 4, Dothan, Al 36303-2291 -159 Whetstone Street, Monroeville, Al 36460-2625 -301 Andrews Ave, Fort Rucker, Al 36362-5107 -6635 Bass Road, Fort Moore, Ga 31905-5602 -2100 Comer Avenue, Plaza G, Columbus, Ga 31904-8725 -6910 River Road, Columbus, Ga 61904-2316 2. In The Previous Notification We Seen 2 Locations Located On A Military Base That Were Not Listed On the Solicitation. Will They Be Covered? -past Solicitations/contract Awards Will Not Be Addressed 3. Will The Us Veterans Affairs Be Assisting In Obtaining Military Passes To Gain Access To The bases? - When Delivering To Those Locations, Contractor Must Meet All Requirements By The Base To Gain Access. A Va Representative Will Be Onsite, But This Does Not Mean Any Of The Requirements Will Be Waived. Contractor Will Know At Least A Week In Advance Of Any Deliveries Going To The Base. 4. You Stated Work Is To Be Performed Mon- Fri. But Days Can Be Changed And On Calls Can Bedone. Please Clarify? -please Read The Solicitation In Its Entirety. Solicitation States As Needed Schedule Updates Shall Be Coordinated With And Approved By The Cor. Such Changes Will Be Coordinated In A Manner Both Parties Can Agree On. 5. Will There Be A Set Schedule Confirmed At The Beginning Of The Contract For The Duration Of the Contract? - No Set Schedule But Schedule Will Be Reasonable And Agreed Upon By Va And Contractor. 6. If No Set Schedule, When Will We Be Notified Services Are Needed? -a Week In Advance 7. Will The Va Be Able To Add Days On Through The Week With Last Minute Notices? -yes, As Long As The Hours Do Not Exceed The 860 Hours Allotted For The Year. 8. Is The Price Schedule 860 Hours? -please Read The Solicitation In Its Entirety. The Base And Each Option Year Is Allotted 860 Hours. 9. Is 860 Hours Guaranteed For The Year? -no; 860 Hours Worth Of Work Are Not Guaranteed To Be Used Each Year. 10. Are You Guaranteeing 8-hour Workdays? -no 11. Are We Working 1-2 Hours, 4-5 Hours, Or Full 8-hour Days? - Contractor Should Plan For Between 4 To 8-hour Days. 12. Will Items Be Left On The Truck From The Prior Day, Overnight, To Be Delivered The Following day? - The Government Does Not Expect Items To Be Left On Trucks. Contractor Is Responsible For Loading And Unloading Mover Vehicles, Therefore, It Is At The Contractor S Discretion And Cost To Store Any Items During Moving Activities And Should Be With The Approval And Proper Notification Being Made To The Cor. 13. Can You Clarify Excess Pickup? Are We Expected To Move Medical And It Equipment? Could You Give Examples Of Oversized Items? - This Could Be Cubical Panels, White/glass Boards, Desks, Etc.. Examples Of Oversized Equipment May Include Pews, Conference Room Tables, Desks, And Storage Cabinets. 14. Confirm That You Are Aware That There Are 6-8 Services Added On That Were Not There In The previous Years? Therefore, This Will Drive The Hourly Rate Up Tremendously. -previous Contract Awards; Solicitations; Or Occurrences Will Not Be Addressed. Only Clarifications On The Information Presented In The Current Solicitation Will Be Made. 15. Our Hourly Rate Are To Include Pricing For Equipment, Labor, Fuel, Miles, Etc..? -hourly Rate In Proposals Should Be All Inclusive. 16. Under Specialty Furniture Cleaning And Repair. Can You Clarify The Repair Service Needed? - Re-attaching Doors To Furniture; Replacing Missing Screws/nuts On Furniture; Replacing Arms On Task Chairs; Or Glides On Tables/chairs. 17. If A Repair Is Performed Who Takes The Liability Of That Item Breaking Again? - If A Repaired Item Breaks Due To The Repair Being Negligent, The Contractor Will Be Held Liable. 18. Will We Be Moving Equipment That Is Still Covered Under The Warranty? - Yes, Some Items May Be Under Warranty Such As Desk And Chairs. 19. Will We Be Mounting Items On Walls? Provide Examples? - Not On A Regular Basis. For Example, Some Workstations Mount To The Wall And Other Furniture Must Anchored To The Wall To Prevent Tilting. 20. Who Will Be Responsible For Holes In The Wall And Where Does That Fall Under The Lease agreements Of These Buildings And Who Will Be Responsible? 21. Could You Provide More Details On The Specific Tasks Involved In The Relocation, Moving, And Event Set-up Services - Please Read The Solicitation In Its Entirety 22. What Is The Expected Volume Of Items (e.g., Office Furniture, Equipment) To Be Moved And Set Up? - Unpredictable; As Needed Basis 23. Are There Any Special Handling Requirements (e.g., Fragile Or High-value Items)? -please Read The Solicitation In Its Entirety. 24. Can You Confirm If This Will Be A Firm-fixed-price Contract? -yes 25. Will The 860 Hours Be Paid Regardless Of Whether They Are Utilized? -no; Only Hours Worked Will Be Payable 26. Will This Be An On-call Contract, Or Will There Be A Confirmed Schedule? - For On Lease Properties, Movers Will Not Be Mounting Anything To The Wall. For The Two Main Campuses (central Alabama Veterans Health Care System East Campus 2400 Hospital Road, Tuskegee, Al 36083 And Central Alabama Veterans Health Care System West Campus 215 Perry Hill Road, Montgomery, Al 36109-3725) Cor Will Work With Maintenance To Repair Holes In The Wall From Furniture Removal. The Movers Are Not Expected To Paint Or Patch Unless The Movers Have Damaged Walls Or Doors Due To Negligence And/or Accident. 27. Are There Any Penalties For Delays Or Failure To Meet Performance Standards? -yes, Unsatisfactory Ratings; Opt-out Of Exercising Options; And Possible Termination For Cause 29. Are There Specific Quality Assurance Standards That Need To Be Adhered To? - Please See Attached Quality Assurance Plan Posted On Page 89.
Closing Date15 Jan 2025
Tender AmountRefer Documents 

Environmental Management Bureau Tender

Textile, Apparel and Footwear
Philippines
Details: Description Request For Quotation (rfq) Supply And Delivery Of Personal Protective Equipment Rfq No. Emb-erlsd-2024-11-122-2nd 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1 Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 9 Pcs 1,275.60 11,480.40 2 Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 9 Pcs 4,603.20 41,428.80 3 Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 9 Pcs 2,130.24 19,172.16 4 Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 9 Pcs 816.98 7,352.86 5 High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 5 Pcs 696.00 3,480.00 6 Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 3 Pcs 6,168.34 18,505.01 7 Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 2 Units 7,854.00 15,708.00 8 Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh 3 Pcs 1,780.80 5,342.40 9 Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo 3 Pcs 1,323.34 3,970.01 Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php132,331.63. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Per Item Whichever Is Advantageous To The Government. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of January 17, 2024. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply And Delivery Of Personal Protective Equipment Rfq No. Emb-erlsd-2024-11-122 (oss Required) Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Sixty (60) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Only (not Itr) E) Oss-omnibus Sworn Statement (notarized) Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Supply And Delivery Of Personal Protective Equipment Quantity: Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 1 Set Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 21 Pcs Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 5 Pcs Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 5 Units Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 10 Units High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 2 Units Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 2 Units Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Qty Uom Unit Price Total Price Supply And Delivery Of Personal Protective Equipment Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 1 Set 2 Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 21 Pcs 3 Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 5 Pcs 4 Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 5 Units 5 High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 10 Units 6 Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 2 Units 7 Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 2 Units Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Sixty (60) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
Closing Date17 Jan 2025
Tender AmountPHP 132.3 K (USD 2.2 K)

Environmental Management Bureau Tender

Textile, Apparel and Footwear
Philippines
Details: Description Request For Quotation (rfq) Supply And Delivery Of Personal Protective Equipment Rfq No. Emb-erlsd-2024-11-122-3rd 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1 Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 9 Pcs 1,275.60 11,480.40 2 Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 9 Pcs 4,603.20 41,428.80 3 Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 9 Pcs 2,130.24 19,172.16 4 Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 9 Pcs 816.98 7,352.86 5 High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 5 Pcs 696.00 3,480.00 6 Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 3 Pcs 6,168.34 18,505.01 7 Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 2 Units 7,854.00 15,708.00 8 Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh 3 Pcs 1,780.80 5,342.40 9 Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo 3 Pcs 1,323.34 3,970.01 Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php132,331.63. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Per Item Whichever Is Advantageous To The Government. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of January 31, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply And Delivery Of Personal Protective Equipment Rfq No. Emb-erlsd-2024-11-122 (oss Required) Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Sixty (60) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Only (not Itr) E) Oss-omnibus Sworn Statement (notarized) Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Supply And Delivery Of Personal Protective Equipment Quantity: Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 1 Set Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 21 Pcs Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 5 Pcs Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 5 Units Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 10 Units High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 2 Units Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 2 Units Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Qty Uom Unit Price Total Price Supply And Delivery Of Personal Protective Equipment Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 1 Set 2 Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 21 Pcs 3 Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 5 Pcs 4 Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 5 Units 5 High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 10 Units 6 Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 2 Units 7 Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 2 Units Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Sixty (60) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
Closing Date31 Jan 2025
Tender AmountPHP 132.3 K (USD 2.2 K)

Environmental Management Bureau Tender

Laboratory Equipment and Services
Philippines
Details: Description Request For Quotation (rfq) Supply And Delivery Of Media-repost Rfq No. Emb-erlsd-2024-12-099 (oss Required) 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1 Bacteria Gram Staining Kit (contains 250ml Of Each): Gram′s Crystal Violet Solution, Gram′s Iodine Solution, Gram′s Decolorizer Solution, And Gram′s Safranin Solution 2 Packs 5,000.00 10,000.00 2 Bromothymol Blue Ph Indicator, 25g (similar To Acs Reagent, Dye Content 95% Cas 76-59-5) 1 Bottle 15,000.00 15,000.00 3 Ph Buffer Solutions (4, 7, And 10), 500ml/bottle 1 Set 10,000.00 10,000.00 4 Methyl Red-voges Proskauer (mr-vp) Medium, 500g/bottle 2 Bottles 4,500.00 9,000.00 5 Triple Sugar Iron (tsi) Agar, 500g/bottle 1 Bottle 20,000.00 20,000.00 6 Pyrrolidonyl Arylamidase (pyr) Broth, 500g/bottle 1 Bottle 12,000.00 12,000.00 7 Nutrient Broth, 500g/bottle 2 Bottles 4,500.00 9,000.00 8 Peptone Broth, 500g/bottle 1 Bottle 5,000.00 5,000.00 9 Voges-proskauer (vp) Test Reagents Contains: Vp-a (5% Alpha-naphthol Reagent), Vp-b (40% Potassium Hydroxide), 25 Ml/bottle 2 Bottles 7,000.00 14,000.00 10 Oxidase Reagent Contains: Tetra-methyl-para-phenylene-diamine Hydrochloride (tmpd), 100 Ml/bottle 2 Bottles 2,000.00 4,000.00 11 Oxidase Strips/discs, Test Kit, 25 Tests/kit 2 Sets 5,000.00 10,000.00 12 Pyrrolidonyl Arylamidase (pyr) Discs, Test Kit Contains: Pyr Test Discs, Pyr Reagent, 25 Tests/set 2 Sets 15,000.00 30,000.00 13 Analytical Profile Index (api), Rapid Bacterial Biochemical Identification Kit -set Of Api 20 E (for Gram-negative Bacilli) 25 Strips Per Set 2 Sets 55,000.00 110,000.00 The Test Kit Contains: Test Kit Enables The Following Tests: Onpg: Test For Β-galactosidase Enzyme By Hydrolysis Of The Substrate O-nitrophenyl-b-d-galactopyranoside Adh: Decarboxylation Of The Amino Acid Arginine By Arginine Dihydrolase Ldc: Decarboxylation Of The Amino Acid Lysine By Lysine Decarboxylase Odc: Decarboxylation Of The Amino Acid Ornithine By Ornithine Decarboxylase Cit: Utilization Of Citrate As Only Carbon Source Ure: Test For The Enzyme Urease Ind: Indole Test-production Of Indole From Tryptophan By The Enzyme Tryptophanase . Reagent- Indole Is Detected By Addition Of Kovac’s Reagent. Vp: The Voges-proskauer Test For The Detection Of Acetoin (acetyl Methylcarbinol) Produced By Fermentation Of Glucose By Bacteria Utilizing The Butylene Glycol Pathway Notes: (1) The Expiration Of These Media Should Be At Least 3 Years After The Receipt Of The Items (2) Safety Data Sheet (with Complete 16 Sections) And Certificate Of Analysis Should Be Provided Upon Delivery Of Items. (3) Delivery Period: Ninety (90) Calendar Days After Receipt Of Purchase Order/job Order. 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php258,000.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Per Item Whichever Is Advantageous To The Government. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of January 31, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply And Delivery Of Media Rfq No. Emb-erlsd-2024-11-099 (oss Required) Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Ninety (90) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Only (not Itr) E) Oss-omnibus Sworn Statement (notarized) Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Supply And Delivery Of Media Quantity: Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 2 Packs Bacteria Gram Staining Kit (contains 250ml Of Each): Gram′s Crystal Violet Solution, Gram′s Iodine Solution, Gram′s Decolorizer Solution, And Gram′s Safranin Solution 1 Bottle Bromothymol Blue Ph Indicator, 25g (similar To Acs Reagent, Dye Content 95% Cas 76-59-5) 1 Set Ph Buffer Solutions (4, 7, And 10), 500ml/bottle 2 Bottles Methyl Red-voges Proskauer (mr-vp) Medium, 500g/bottle 1 Bottle Triple Sugar Iron (tsi) Agar, 500g/bottle 1 Bottle Pyrrolidonyl Arylamidase (pyr) Broth, 500g/bottle 2 Bottles Nutrient Broth, 500g/bottle 1 Bottle Peptone Broth, 500g/bottle 2 Bottles Voges-proskauer (vp) Test Reagents Contains: Vp-a (5% Alpha-naphthol Reagent), Vp-b (40% Potassium Hydroxide), 25 Ml/bottle 2 Bottles Oxidase Reagent Contains: Tetra-methyl-para-phenylene-diamine Hydrochloride (tmpd), 100 Ml/bottle 2 Sets Oxidase Strips/discs, Test Kit, 25 Tests/kit 2 Sets Pyrrolidonyl Arylamidase (pyr) Discs, Test Kit Contains: Pyr Test Discs, Pyr Reagent, 25 Tests/set 2 Sets Analytical Profile Index (api), Rapid Bacterial Biochemical Identification Kit -set Of Api 20 E (for Gram-negative Bacilli) 25 Strips Per Set The Test Kit Contains: Test Kit Enables The Following Tests: Onpg: Test For Β-galactosidase Enzyme By Hydrolysis Of The Substrate O-nitrophenyl-b-d-galactopyranoside Adh: Decarboxylation Of The Amino Acid Arginine By Arginine Dihydrolase Ldc: Decarboxylation Of The Amino Acid Lysine By Lysine Decarboxylase Odc: Decarboxylation Of The Amino Acid Ornithine By Ornithine Decarboxylase Cit: Utilization Of Citrate As Only Carbon Source Ure: Test For The Enzyme Urease Ind: Indole Test-production Of Indole From Tryptophan By The Enzyme Tryptophanase . Reagent- Indole Is Detected By Addition Of Kovac’s Reagent. Vp: The Voges-proskauer Test For The Detection Of Acetoin (acetyl Methylcarbinol) Produced By Fermentation Of Glucose By Bacteria Utilizing The Butylene Glycol Pathway Notes: (1) The Expiration Of These Media Should Be At Least 3 Years After The Receipt Of The Items (2) Safety Data Sheet (with Complete 16 Sections) And Certificate Of Analysis Should Be Provided Upon Delivery Of Items. (3) Delivery Period: Ninety (90) Calendar Days After Receipt Of Purchase Order/job Order. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Qty Uom Unit Price Total Price Supply And Delivery Of Media Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Bacteria Gram Staining Kit (contains 250ml Of Each): Gram′s Crystal Violet Solution, Gram′s Iodine Solution, Gram′s Decolorizer Solution, And Gram′s Safranin Solution 2 Packs 2 Bromothymol Blue Ph Indicator, 25g (similar To Acs Reagent, Dye Content 95% Cas 76-59-5) 1 Bottle 3 Ph Buffer Solutions (4, 7, And 10), 500ml/bottle 1 Set 4 Methyl Red-voges Proskauer (mr-vp) Medium, 500g/bottle 2 Bottles 5 Triple Sugar Iron (tsi) Agar, 500g/bottle 1 Bottle 6 Pyrrolidonyl Arylamidase (pyr) Broth, 500g/bottle 1 Bottle 7 Nutrient Broth, 500g/bottle 2 Bottles 8 Peptone Broth, 500g/bottle 1 Bottle 9 Voges-proskauer (vp) Test Reagents Contains: Vp-a (5% Alpha-naphthol Reagent), Vp-b (40% Potassium Hydroxide), 25 Ml/bottle 2 Bottles 10 Oxidase Reagent Contains: Tetra-methyl-para-phenylene-diamine Hydrochloride (tmpd), 100 Ml/bottle 2 Bottles 11 Oxidase Strips/discs, Test Kit, 25 Tests/kit 2 Sets 12 Pyrrolidonyl Arylamidase (pyr) Discs, Test Kit Contains: Pyr Test Discs, Pyr Reagent, 25 Tests/set 2 Sets 13 Analytical Profile Index (api), Rapid Bacterial Biochemical Identification Kit -set Of Api 20 E (for Gram-negative Bacilli) 25 Strips Per Set 2 Sets The Test Kit Contains: Test Kit Enables The Following Tests: Onpg: Test For Β-galactosidase Enzyme By Hydrolysis Of The Substrate O-nitrophenyl-b-d-galactopyranoside Adh: Decarboxylation Of The Amino Acid Arginine By Arginine Dihydrolase Ldc: Decarboxylation Of The Amino Acid Lysine By Lysine Decarboxylase Odc: Decarboxylation Of The Amino Acid Ornithine By Ornithine Decarboxylase Cit: Utilization Of Citrate As Only Carbon Source Ure: Test For The Enzyme Urease Ind: Indole Test-production Of Indole From Tryptophan By The Enzyme Tryptophanase . Reagent- Indole Is Detected By Addition Of Kovac’s Reagent. Vp: The Voges-proskauer Test For The Detection Of Acetoin (acetyl Methylcarbinol) Produced By Fermentation Of Glucose By Bacteria Utilizing The Butylene Glycol Pathway Notes: (1) The Expiration Of These Media Should Be At Least 3 Years After The Receipt Of The Items (2) Safety Data Sheet (with Complete 16 Sections) And Certificate Of Analysis Should Be Provided Upon Delivery Of Items. (3) Delivery Period: Ninety (90) Calendar Days After Receipt Of Purchase Order/job Order. 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Ninety (90) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
Closing Date31 Jan 2025
Tender AmountPHP 258 K (USD 4.3 K)

National Institutes Of Health Tender

Others
United States
Details: Sources Sought Announcement title: Laboratory Casework System id: Ss-niaid-25-2250915 post Date: January 7, 2025 response Date: January 17, 2025 naics: 337127 introduction this Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement. background, Purpose, Objectives the Division Of Intramural Research (dir) Office Of Operations Management (oom) Is A Component Of Niaid, One Of The Largest Institutes Of The National Institutes Of Health (nih). For More Than 65 Years, Dir Has Been At The Forefront Of Research On Immunologic, Allergic, And Infectious Diseases. Their Discoveries Promote The Development Of New Vaccines, Diagnostics, And Therapeutics That Improve Human Health. Dir Scientists Study All Aspects Of Infectious Diseases, Including The Causative Agents, Vectors, And Pathogenesis In Human And Animal Hosts. Clinical Research Is Integral To The Dir Mission, Enabling Key Lab Discoveries To Be Rapidly Translated Into Methods To Prevent, Diagnose, Or Treat Disease. the Rocky Mountain Lab’s Oom Renovation’s Division Is Requesting A Laboratory Casework System To Augment Their Existing System. The Casework Is Being Ordered For Laboratory Spaces 3118, 3119, And 3120 To Support The Incoming Tenure-track Principal Investigator In The Laboratory Of Neurological Infections And Immunity (lnii) At Rml. The Incoming Principal Investigator Will Be Instrumental In Advancing The Mission Of Rml. the Casework Will Consist Of New Alpha Modular Casework That Matches The Specifications And Design Currently Utilized In The Quad Building (3120) And Alpha Modular Casework Found In Building 28. This Casework Is Flexible, Durable, And Designed To Accommodate The Evolving Needs Of Cutting-edge Scientific Research. The Current Laboratory Spaces Are Outdated And No Longer Meet The Needs Of Modern Scientific Research. Upgrading To The Alpha Modular Casework Will: Provide Greater Flexibility For Adapting Workspaces To Various Research Needs. the Casework System Must Be Compatible With The Existing Laboratory Casework System. The Required Laboratory Casework System Must Be Modular, Durable, Customizable, And Meet Nih Design Requirements Manual (drm) Specifications And Biosafety Standards. The Required Laboratory Casework Is Essential To Support The Mission Of The National Institutes Of Health (nih) And Affiliated Agencies. This Procurement Will Equip The Labs With High-quality, Durable, And Modular Casework That Meets The Stringent Performance And Biosafety Requirements Necessary For Cutting-edge Research. This Action Ensures Researchers Have Access To Functional And Standardized Workspaces Critical For Advancing Scientific Discovery And Operational Efficiency. the Need For Continuity In Laboratory Infrastructure Is Paramount. Currently, A Significant Portion Of The Existing Laboratory Furniture And Casework Is Sourced From Innovative Laboratory Systems. This Consistency Ensures Seamless Integration With Existing Infrastructure, Minimizes Disruptions, And Facilitates Ongoing Maintenance Using In-house Expertise And Stocked Replacement Parts. description Of Need: See Attachment project Requirements successful Offerors Must Have The Knowledge, Skill, Ability, And Resources To Reliably Provide A Brand Name Or Equal To Laboratory Casework System. The Casework Must Integrate Seamlessly With Existing Infrastructure And Meet The Following Specifications: cabinet Material: Steel Cabinet Bodies, Drawer Bodies, Shelves, Drawer Heads And Door Assemblies Shall Be Fabricated From Cold Rolled Steel And Chemically Resistant Finishes To Withstand The Rigors Of A Research Environment And Meet Sefa 8 Industry Standards. Sefa-standards-and-its-importance-for-lab-furniture materials a. General Requirements: it Is The Intent Of This Specification To Provide A High-quality Steel Cabinet Specifically Designed For The Laboratory Environment. b. Steel: 1. Cold Rolled Steel: Cold Rolled Sheet Steel Shall Be Prime Grade 12, 14, 16, 18 And 20 Gauge U.s. Standard; Roller Leveled, And Shall Be Treated At The Mill To Be Free Of Scale, Ragged Edges, Deep Scratches Or Other Injurious Effects. c. Hardware And Trim: 1. The Cabinets And Drawers Must Meet Sefa 8 Specifications A. Drawer And Door Pulls Shall Construction a. Steel Cabinet Construction: 1. General: A. The Steel Furniture Shall Be Of Modern Design And Shall Be Constructed In Accordance With The Best Practices Of The Sefa 8 Industry Standards. B. Each Cabinet Shall Be Complete So That Units Can Be Relocated At Any Subsequent Time Without Requiring Field Application Of Finished Ends Or Other Such Parts. 2. Steel Gauges: Gauges Of Steel Used In Construction Of Cases Shall Be 18 Gauge, Except As Follows: A. Leveling Bolt Reinforcements 12 Gauge. B. Top And Intermediate Front Horizontal Rails, Apron Rails, Hinge Reinforcements, And Reinforcement Gussets, 16 Gauge. C. Drawer Assemblies, Door Assemblies, Bottom, Bottom Back Rail, Toe Space Rail, And Adjustable Shelves, 20 Gauge. b. Base Cabinets: 1. The Cabinets Construction Must Meet Sefa 8 Standards And Shall Be Formed Into Not Less Than An L Formation At Top, Bottom, Back And A 3/4" Wide Front C Formation. c. Special Purpose Storage Cabinets: 1. Acid Storage Fume Hood Cabinets: Acid Storage Fume Hood Cabinets Shall Utilize The Same Gauges Of Steel And Construction Features As Other Base Cabinets Except They Shall Be Completely Lined With A One Piece Polyethylene Corrosion Resistant Liner According To The Sefa 8 Standards. 2. Solvent Storage Cabinets: Solvent Storage Cabinets Shall Be Specifically Designed For The Storage Of Flammable And Combustible Liquids. Construction Shall Be Based Upon The Requirements Listed By Ufc, Osha And Nfpa No. 30 1993, And Cabinets Shall Be Fm Approved And Labeled. The Bottoms, Top, Sides And Doors Shall Be Fabricated Of 18 Gauge Steel And Shall Be All Double Panel Construction With A 1 1/2" Air Space Between Panels. The Cabinet Shall Be Labeled: "flammable Keep Fire Away". 3. Vacuum Pump Cabinets: Vacuum Pump Cabinets Shall Utilize The Sefa 8 Standards For Construction. Each Cabinet Shall Be Furnished With A 1½" Diameter Pvc Vent Pipe In The Back For Venting Or Access To The Fume Hood Above. d. Upper Cabinet Construction: 1. Upper Cabinets Shall Meet The Sefa 8 Standards. 2. Solid Panel Doors Shall Consist Of An Inner And Outer Door Pan. The Door Assembly Shall Be 3/4" Thick And Contains Sound Deadening Material. 3. Sliding Doors Shall Be Suspended From The Top In A Roll Formed Steel Track Fastened To The Cabinet Top And Shall Glide On Nylon Rollers. Track Shall Be So Designed To Prevent Accidental Removal Of Doors. 4. Swinging Doors Over 36" High Shall Be Hung On Three Or More Hinges. 5. Plate Glass Doors Shall Operate Based On Sefa 8 Standards. e. Steel Full Height Cabinet Construction: 1. Full Height Storage Cabinets Shall Have A Finished Interior Same As Exterior. 2. Cabinet Tops Shall Be Formed Into A Channel Shape At Front With Flange At Rear And Sides For Electro-welding Cabinet Top To Cabinet Back And Ends. 3. Solid Panel Doors Shall Consist Of Inner And Outer Pan Formations Mechanically Assembled After Painting And Comply With Sefa 8 Standards. 4. Swinging Doors Over 36" High Shall Be Hung On Three Hinges. performance Requirements a. Steel Casework Construction Performance: 1. Base Cabinets Shall Be Constructed To Support At Least A Uniformly Distributed Load 200 Pounds Per Square Foot Of Cabinet Top Area, Including Working Surface Without Objectionable Distortion Of Interference With Door And Drawer Operation. b. Steel Paint System Finish And Performance Specification: 1. Steel Paint System Finish: After Cold Rolled Steel And Textured Steel Component Parts Have Been Completely Welded Together And Before Finishing, They Shall Be Given A Pre Paint Treatment To Provide To The Finish System To The Steel And To Aid In The Prevention Of Corrosion. The Completed Finish System In Standard Colors Shall Meet The Performance Test Requirements Specified Under Performance Test Results. 2. Performance Test Results: The Surfaces Must Perform And Withstand Chemical Corrosion Based On Sefa Standard For Chemical Spot Tests; The Surface Must Withstand A Certain Level Of Heat According To Sefa 8 Standard For Heat Resistance; The Surface Must Withstand A Certain Level Of Impact According To Sefa 8 Standard For Impact Resistance; The Surface 18 Gauge Steel Strip Must Withstand A Certain Level Of Bending According To Sefa 8 Standard For The Bending Test; The Surface Coating Must Past The Astm D2197 68 “standard Method Of Test For Adhesion Of Organic Coatings"; The Surface Paint Film Hardness Shall Meet Industry The Sefa Standard For The Hardness Test. work Surfaces tops , Sinks, And Cupsinks Surfaces Are To Meet The Sepa 8 Standards. the Contractor Shall Provide: 1. Delivery And Installation Services To Ensure Proper Placement And Integration With Existing Infrastructure. 2. Maintenance Support, Including Access To Spare Parts, Troubleshooting Assistance, And Technical Support During Normal Business Hours. 3. Detailed Product Documentation And Training Materials To Assist Laboratory Staff With Casework Operation And Maintenance. Training Materials May Be Tailored To Suit The Specific Needs Of Nih Laboratories. the Government Anticipates Awarding A Firm Fixed Price Purchase Order, After Solicitation For This Requirement. delivery /installation Location: hamilton, Mt 59840 capability Statement/information Sought all Capable Vendors Should Respond With A Brief Capability Statement By January 17, 2025 At 10:00 Am Est. The Capability Statement Must Include The Ability To Provide The Required Brand Name Or Equal Products, As Per Specifications, And That Are Compatible With The Innovative Laboratory Casework System. Capability Statement Must Include Place Of Manufacturer As Per Executive Order 14005-ensuring The Future Is Made In All Of America By All Of America's Workers. “buy America” Or “buy American,” That Require, Or Provide A Preference For, The Purchase Or Acquisition Of Goods, Products, Or Materials Produced In The United States, Including Iron, Steel, And Manufactured Goods Offered In The United States”. if Your Organization Has The Potential Capacity To Support This Requirement, Please Provide The Following Information: 1) Organization Name, Address, Point Of Contact, Email Address, Website Address, Telephone Number, Uei Number And Size And Type Of Ownership For The Organization; And 2) Respondents Shall Indicate If They Are The Manufacturer Or The Distributor Of The Required Laboratory Casework System And Shall Include Basic Information On Product Specifications. If An Equal Product Is Recommended (not Specific To The Brand Proposed) Then Sufficient Details Shall Be Provided By The Respondent Describing How The Equal Product Being Recommended, Meets The Minimum Specifications Of The Requirement. capability Statements Should Also Include Documentation Indicating That Offerors Business Size As Determined By The Small Business Administration’s Table Of Size Standards Located At: (https://www.sba.gov/content/small-business-size-standards) For Naics 337127. This Sba Size Standard Is Currently 1250 Employees But Is Subject To Change. Prospective Offerors May Also Note Whether They Meet Any Other Socio-economic Business Categories Such As 8(a), Hub-zone, Or Service-disabled Veteran When Submitting Their Capability Statement. submission Instructions interested Businesses Who Consider Themselves Qualified To Provide The Above-listed Items Are Invited To Submit A Response To This Sources Sought Notice By January 17, 2025 At 10:00 Am Est. All Responses Under This Sources Sought Notice Must Be Submitted All Responsible Sources That Could Provide Comparable Services May Submit A Capability Statement. All Required Documents Must Be Submitted Via The Niaid Electronic Simplified Acquisition Submission System (esass) Website At Https://esass.nih.gov By January 17, 2024 10:00 Am. All Vendors Must Register In The Esass System To Submit Their Documentation. Instructions On How To Register /submit Documents Are Included On The Website. All Responses Received By The Closing Date Of This Synopsis Will Be Considered By The Government. disclaimer And Important Notes this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. 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 Should 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. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Federal Business Opportunities. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality no Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).
Closing Date17 Jan 2025
Tender AmountRefer Documents 

Environmental Management Bureau Tender

Software and IT Solutions
Philippines
Details: Description 2 Request For Quotation (rfq) Mobile Workstation Rfq No. Emb-pgss-2024-12-249 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1. Mobile Workstation 1 Unit 200,000.00 200,000.00 Operating System: 64-bit Microsoft ® Windows® 11 And Windows 10 Version 1809 Or Above Processor: Basic (2.5-2.9 Ghz Processor With 8 Logical Cores (base) Arm Processors Are Not Supported. Recommended (3+ Ghz Processor (base), 4+ Ghz (turbo)) Memory: Basic (8gb); Recommended (32gb) Display Resolution: (conventional Displays: 1920 X 1080 With True Color; High Resolution & 4k Displays: Resolution Upto 3840 X 2160 (with "recommended" Display Card) Display Card: Basic (2gb Gpu With 29 Gb/s Bandwidth And Directx 11 Compliant); Recommended (8 Gb Gpu With 106 Gb/s Bandwidth And Directx 12 Compliant Disk Space: 10.0 Gb (suggested Ssd) Pointing Device: Ms-mouse Compliant .net Framework: .net 8 Mobile Workstation Must Be Compatible And Work Efficiently With Autocad 2025. Must Meet The Minimum System Requirements Of Autocad 2025 Additional Requirements For Large Datasets, Point Clouds, And 3d Modelling Memory: 32gb Ram Or More Disk Space: 6gb Free Hard Disk Available, Not Including Installation Requirements Display Card: 3840 X 2160 (4k) Or Greater True Color Video Display Adapter; 12gb Vram Or Greater; Pixel Shader 3.0 Or Greater; Directx- Capable Workstation Class Graphics Card Autocad Toolset Requirements (additional Requirements) Autocad Map 3d: Disk Space: 20gb; Memory: Basic (16gb), Recommended (32gb) Autocad Electrical: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb); Microsoft Access Database Engine 2016 Redistributable (x64)(16.0.5044.1000) Or Later, Unless Microsoft Office 2016 (x64) Or Later Is Already Installed. Installation On Systems With 32-bit Microsoft Office/365 Applications Is Not Supported Autocad Architecture: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb) Autocad Mep: Disk Space: 21gb; Memory: Basic (16gb); Recommended (32gb) Autocad Plant 3d: Disk Space: 12gb; Memory: Recommended For 3d Modeling (32gb) Autocad Mechanical: Disk Space: 12gb; Memory: Basic (16gb); Recommended (32gb) Autocad Raster Design: Disk Space: 1gb Fdo Provider Requirements Microsoft Sql Server: Microsoft Sql Server 2019 Standard And Enterprise Editions; Microsoft Sql Server 2022 Standard And Enterprise Editions Oracle 12c Release 2: Oracle 12.2.0.1.0 Enterprise Edition And Standard Edition 2 Oracle 19c: Oracle 19.3 Enterprise Edition And Standard Edition 2 Oracle 21c: Oracle 21.3 Enterprise Edition And Standard Edition 2 Raster: Dem, Jpg2k, Dted, Mrsid® , Ecw, Png, Esri® Grid, Tiff, Jpeg, Esri® Ascii Autodesk Sdf: 3.0 Esri Arcgis: Arcgis® 10.8.2 ; Arcgis 10.7.1 Mysql: 8.0 Odbc: The Fdo Odbc Provider Has Been Tested With Corresponding Versions Of Odbc Drivers That Are Shipped With The Relevant Supported Operating Systems Version Ogc Wms: Wms 1.3.0 Ogc Wmts: Wtms 1.0.0 Ogc Wfs: Wfs 2.0.0 Sqlite: Sqlite 3.27.2 Postgresql: Postgresql 15.4 + Postgis 3.4 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php200,000.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis Whichever Is Advantageous To The Government. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of January 22, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Mobile Workstation Under Rfq No. Emb-pgss-2024-12-249 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Or Annual Income Tax Returns E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Mobile Workstation Quantity: 1 Unit Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 1 Unit Mobile Workstation Operating System: 64-bit Microsoft ® Windows® 11 And Windows 10 Version 1809 Or Above Processor: Basic (2.5-2.9 Ghz Processor With 8 Logical Cores (base) Arm Processors Are Not Supported. Recommended (3+ Ghz Processor (base), 4+ Ghz (turbo)) Memory: Basic (8gb); Recommended (32gb) Display Resolution: (conventional Displays: 1920 X 1080 With True Color; High Resolution & 4k Displays: Resolution Upto 3840 X 2160 (with "recommended" Display Card) Display Card: Basic (2gb Gpu With 29 Gb/s Bandwidth And Directx 11 Compliant); Recommended (8 Gb Gpu With 106 Gb/s Bandwidth And Directx 12 Compliant Disk Space: 10.0 Gb (suggested Ssd) Pointing Device: Ms-mouse Compliant .net Framework: .net 8 Mobile Workstation Must Be Compatible And Work Efficiently With Autocad 2025. Must Meet The Minimum System Requirements Of Autocad 2025 Additional Requirements For Large Datasets, Point Clouds, And 3d Modelling Memory: 32gb Ram Or More Disk Space: 6gb Free Hard Disk Available, Not Including Installation Requirements Display Card: 3840 X 2160 (4k) Or Greater True Color Video Display Adapter; 12gb Vram Or Greater; Pixel Shader 3.0 Or Greater; Directx- Capable Workstation Class Graphics Card Autocad Toolset Requirements (additional Requirements) Autocad Map 3d: Disk Space: 20gb; Memory: Basic (16gb), Recommended (32gb) Autocad Electrical: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb); Microsoft Access Database Engine 2016 Redistributable (x64)(16.0.5044.1000) Or Later, Unless Microsoft Office 2016 (x64) Or Later Is Already Installed. Installation On Systems With 32-bit Microsoft Office/365 Applications Is Not Supported Autocad Architecture: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb) Autocad Mep: Disk Space: 21gb; Memory: Basic (16gb); Recommended (32gb) Autocad Plant 3d: Disk Space: 12gb; Memory: Recommended For 3d Modeling (32gb) Autocad Mechanical: Disk Space: 12gb; Memory: Basic (16gb); Recommended (32gb) Autocad Raster Design: Disk Space: 1gb Fdo Provider Requirements Microsoft Sql Server: Microsoft Sql Server 2019 Standard And Enterprise Editions; Microsoft Sql Server 2022 Standard And Enterprise Editions Oracle 12c Release 2: Oracle 12.2.0.1.0 Enterprise Edition And Standard Edition 2 Autocad Architecture: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb) Autocad Mep: Disk Space: 21gb; Memory: Basic (16gb); Recommended (32gb) Autocad Plant 3d: Disk Space: 12gb; Memory: Recommended For 3d Modeling (32gb) Autocad Mechanical: Disk Space: 12gb; Memory: Basic (16gb); Recommended (32gb) Autocad Raster Design: Disk Space: 1gb Fdo Provider Requirements Microsoft Sql Server: Microsoft Sql Server 2019 Standard And Enterprise Editions; Microsoft Sql Server 2022 Standard And Enterprise Editions Oracle 12c Release 2: Oracle 12.2.0.1.0 Enterprise Edition And Standard Edition 2 Ogc Wms: Wms 1.3.0 Ogc Wmts: Wtms 1.0.0 Ogc Wfs: Wfs 2.0.0 Sqlite: Sqlite 3.27.2 Postgresql: Postgresql 15.4 + Postgis 3.4 Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price Mobile Workstation Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Unit Operating System: 64-bit Microsoft ® Windows® 11 And Windows 10 Version 1809 Or Above Processor: Basic (2.5-2.9 Ghz Processor With 8 Logical Cores (base) Arm Processors Are Not Supported. Recommended (3+ Ghz Processor (base), 4+ Ghz (turbo)) Memory: Basic (8gb); Recommended (32gb) Display Resolution: (conventional Displays: 1920 X 1080 With True Color; High Resolution & 4k Displays: Resolution Upto 3840 X 2160 (with "recommended" Display Card) Display Card: Basic (2gb Gpu With 29 Gb/s Bandwidth And Directx 11 Compliant); Recommended (8 Gb Gpu With 106 Gb/s Bandwidth And Directx 12 Compliant Disk Space: 10.0 Gb (suggested Ssd) Pointing Device: Ms-mouse Compliant .net Framework: .net 8 Mobile Workstation Must Be Compatible And Work Efficiently With Autocad 2025. Must Meet The Minimum System Requirements Of Autocad 2025 Additional Requirements For Large Datasets, Point Clouds, And 3d Modelling Memory: 32gb Ram Or More Disk Space: 6gb Free Hard Disk Available, Not Including Installation Requirements Display Card: 3840 X 2160 (4k) Or Greater True Color Video Display Adapter; 12gb Vram Or Greater; Pixel Shader 3.0 Or Greater; Directx- Capable Workstation Class Graphics Card Autocad Toolset Requirements (additional Requirements) Autocad Map 3d: Disk Space: 20gb; Memory: Basic (16gb), Recommended (32gb) Autocad Electrical: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb); Microsoft Access Database Engine 2016 Redistributable (x64)(16.0.5044.1000) Or Later, Unless Microsoft Office 2016 (x64) Or Later Is Already Installed. Installation On Systems With 32-bit Microsoft Office/365 Applications Is Not Supported Memory: 32gb Ram Or More Disk Space: 6gb Free Hard Disk Available, Not Including Installation Requirements Display Card: 3840 X 2160 (4k) Or Greater True Color Video Display Adapter; 12gb Vram Or Greater; Pixel Shader 3.0 Or Greater; Directx- Capable Workstation Class Graphics Card Autocad Toolset Requirements (additional Requirements) Autocad Map 3d: Disk Space: 20gb; Memory: Basic (16gb), Recommended (32gb) Autocad Electrical: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb); Microsoft Access Database Engine 2016 Redistributable (x64)(16.0.5044.1000) Or Later, Unless Microsoft Office 2016 (x64) Or Later Is Already Installed. Installation On Systems With 32-bit Microsoft Office/365 Applications Is Not Supported Autocad Architecture: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb) Autocad Mep: Disk Space: 21gb; Memory: Basic (16gb); Recommended (32gb) Autocad Plant 3d: Disk Space: 12gb; Memory: Recommended For 3d Modeling (32gb) Autocad Mechanical: Disk Space: 12gb; Memory: Basic (16gb); Recommended (32gb) Autocad Raster Design: Disk Space: 1gb Fdo Provider Requirements Microsoft Sql Server: Microsoft Sql Server 2019 Standard And Enterprise Editions; Microsoft Sql Server 2022 Standard And Enterprise Editions Oracle 12c Release 2: Oracle 12.2.0.1.0 Enterprise Edition And Standard Edition 2 Ogc Wms: Wms 1.3.0 Ogc Wmts: Wtms 1.0.0 Ogc Wfs: Wfs 2.0.0 Sqlite: Sqlite 3.27.2 Postgresql: Postgresql 15.4 + Postgis 3.4 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
Closing Date22 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Description: Sources Sought Notice important: Read This Notice In Its Entirety Before Responding. Services Are Sporadic And No Routine Schedule Or Quantity Can Be Firmly Identified the Department Of Veterans Affairs (va), Network Contracting Office (nco) 23, On Behalf Of The Sioux Falls Sd Va Hospital, Is Seeking Information And Potential Sources For Onsite Licensed General Surgeon Gastroenterology Services. The Period Of Performance Will Be For One Year And Includes Four (4) One-year Option Periods. the Contractor Shall Provide Onsite Licensed General Surgeon Gastroenterology Services In Accordance With The Terms, Conditions, And Specifications Contained Herein To Beneficiaries Of The Department Of Veteran Affairs (va), Sioux Falls Va Health Care System (vahcs). The Total Number Of Hours Required Is 416 Hours Annually. Services May Be Required On A 24-hour Per Day, Seven Days Per Week Basis, Including Holidays And Weekends. On Call Services May Be Required. See Attached Performance Work Statement (pws) For Additional Information. the Naics For This Requirement Is 561320 Temporary Help Services, Which Has A Small Business Size Standard Of $34.0 Million. It Is The Intent Of The Va To Issue A Single Award, Firm Fixed Price Contract. this Is A Sources Sought Notice Only. This Sources Sought Notice Will Be Used To Obtain Information Regarding The Provision Of F Onsite Licensed General Surgeon Gastroenterology Services From Potential Vendors, Identify Potential Vendors That Would Be Interested And Capable Of Providing Onsite Licensed General Surgeon Gastroenterology Services Within The Requested Timeframe, And To Assist The Contracting Officer In Making A Set-aside Determination. This Source Sought Notice And Any Responses Are For Market Research Purposes Only And Shall Not Be Considered An Obligation On The Part Of The Government To Acquire Any Services. this Source Sought Notice Is Not A Solicitation, And No Contractual Arrangement Will Be Made As A Result. Vendors Are Advised That No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of A Contractor Submission To This Sources Sought Notice Or The Government's Use Of Such Information. All Costs Associated With Responding To This Sources Sought Notice Are Solely At The Responding Vendors Expense. The Government Reserves The Right To Reject, In Whole Or In Part, Any Vendor's Input Resulting From This Sources Sought Notice. Information Submitted In Response To This Sources Sought Notice Will Not Be Returned. all Submitted Information Should Be Unclassified Or Non-proprietary. Vendors Are Solely Responsible For Properly Marking And Clearly Identifying Any Proprietary Information Or Trade Secrets Contained With Its Response. The Government Will Not Be Liable For Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Marked And Clearly Identified. by Responding To This Sources Sought Notice, The Vendor Provides The Government Permission To Share Its Submitted Capabilities And Contact Information With Other Government Organizations In Relationship To Similar Requirements For Market Research Purposes. To Be Considered Complete, Responses To This Sources Sought Notice Shall Include The Information Below. provide A Brief Description Of The Company Background, Experience In Providing Onsite Licensed General Surgeon Gastroenterology Services As The Prime Contractor/subcontractor, Socioeconomic Status, Past Performance With Government Contracts, And Contractor Sam Uei Number. indicate If Subcontractors/partners Be Used For Any Part Of The Delivery Of Onsite Licensed General Surgeon Gastroenterology Services? If Yes, Specify The Duties Of The Prime Contractor And Any Subcontractors/partners. if Company Is A Veteran And/or Small Business, Indicate If Able To Comply With The Limitations On Subcontracting At 13 Cfr 125.6, Which States That For Services A Small Business Concern Must Agree That It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated. include Copy Of Small Business Administration Verification At Veteran Small Business Certification (sba.gov) If Claiming Veteran-owned Small Business Or Service-disabled Veteran-owned Small Business Socioeconomic Status As Prime Contractor Or For Any Subcontractors/partners. provide A Copy Of Current Certificate Of Liability Insurance In Vendor S Name. all Interested Parties, Regardless Of Socioeconomic Status, Capable Of Providing The Required Onsite Licensed General Surgeon Gastroenterology Services Above Shall Submit A Response Via Email To The Contracting Specialist At Tina.bernad@va.gov No Later Than January 3, 2025, 11:00 A.m. Central Time. performance Work Statement onsite General Surgeon Gastroenterology Services general: services Provided: The Contractor Shall Provide Board Certified/board Eligible General Surgery Physician Services Onsite In Accordance With The Specifications Contained Herein To Beneficiaries Of The Va And The Royal C. Johnson Veterans Memorial Hospital (sioux Falls Va). place Of Performance: Contractor Shall Furnish Services At The Royal C. Johnson Veterans Memorial Hospital (sioux Falls Va), 2501 W 22nd St, Sioux Falls, Sd 57105. authority: Title 38 Usc 8153, Health Care Resources (hcr) Sharing Authority. Remember To Identify The Federal Acquisition Regulation (far) Parts Used (far 12 In Combination With 13, 15 And/or Va Acquisition Regulation (vaar) Part 873) policy/directives/handbooks. The Contractor Shall Be Subject To The Following Policies, Including Any Subsequent Updates During The Period Of Performance. The Policies Listed Below Can Be Accessed Electronically At The Following: Va Publications Vha Publications va Directive 1663: Health Care Resources (hcr) Contracting Buying Title 38 U.s.c. 8153 1.4.2. Vha Directive 1003.04: Vha Patient Advocacy vha Directive 1065: Productivity And Staffing Guidance For Specialty Provider Group Practice vha Directive 1088(1): Communicating Test Results To Providers And Patients vha Directive 1100.18: Reporting And Responding To State Licensing Boards vha Directive 1100.20: Credentialing Of Health Care Providers vha Directive 1100.21: Privileging vha Directive 1192.01: Seasonal Influenza Vaccination Program For Vha Health Care Personnel vha Directive 1220(1): Facility Procedure Complexity Designation Requirements To Perform Invasive Procedures In Any Clinical Setting vha Directive 1400.01: (not Applicable, Please Remove) vha Directive 1605.01: Privacy And Release Of Information vha Directive 1907.01: Vha Health Information Management And Health Records vha Handbook 1100.17: National Practitioner Data Bank (npdb) Reports vha Handbook 1400.04: (not Applicable, Please Remove) privacy Act Of 1974 (5 U.s.c. 552a) As Amended: Http://www.justice.gov/oip/foia_updates/vol_xvii_4/page2.htm acronyms/definitions: Terms Used In This Contract Shall Be Interpreted As Follows Unless The Context Expressly Requires A Different Construction And/or Interpretation. In Case Of A Conflict In Language Between The Definitions And Other Sections Of This Contract, The Language In This Section Shall Govern. abs: American Board Of Surgery Http://www.absurgery.org/ acgme: Accreditation Council For Graduate Medical Education acls: Advanced Cardiac Life Support ajic: American Journal For Infection Control aql: Acceptable Quality Level baa: Business Associate Agreement bba: Balanced Budget Act bls: Basic Life Support cdc: Centers For Disease Control And Prevention cdr: Contract Deficiency Report ceu: Certified Education Unit clinical Privileging: Clinical Privileging Is The Process By Which A Practitioner, Licensed For Independent Practice; E.g., Without Supervision, Direction, Required Sponsor, Preceptor, Mandatory Collaboration, Etc.; Is Permitted By Law And The Facility To Practice Independently, To Provide Specific Medical Or Other Patient Care Services Within The Scope Of The Individual S License, Based Upon The Individual S Clinical Competence As Determined By Peer References, Professional Experience, Health Status, Education, Training And Licensure. Clinical Privileges Must Be Facility-specific And Provider-specific, And Within Available Resources. cme: Continuing Medical Education cmp: Civil Monetary Penalty cms: Centers For Medicare And Medicaid Services co: Contracting Officer: The Person Executing This Contract On Behalf Of The Government With The Authority To Enter Into And Administer Contracts And Make Related Determinations And Findings. coi: Conflict Of Interest cor: Contracting Officer S Representative: A Person Appointed By The Co To Take Necessary Action To Ensure The Contractor Performs In Accordance With And Adheres To The Specifications Contained In The Contract And To Protect The Interest Of The Government. The Cor Shall Report To The Co Promptly Any Indication Of Non-compliance In Order That Appropriate Action Can Be Taken. cos: Chief Of Staff cpars: Contractor Performance Assessment Reporting System credentialing: Credentialing Is The Process Of Obtaining, Verifying, And Assessing The Qualifications Of A Health Care Provider To Provide Care Or Services In Or For The Va Health Care System. Credentials Are Documented Evidence Of Licensure, Education, Training, Experience Or Other Qualifications. dea: Drug Enforcement Agency ehr: Electronic Health Record - Electronic Health Record System Used By The Va epa: Environmental Protection Agency fapiis: Federal Awardee Performance And Integrity Information System far: Federal Acquisition Regulation foia: Freedom Of Information Act fppe: Focused Provider Practice Evaluation fsmb: Federation Of State Medical Boards fte: Full Time Equivalent: Va S Standard Definition Is For Full Time Working The Equivalent Of 80 Hours Every Two Weeks, 2080 Hours Per Year.  however, Providers May Propose Using Their Standard Fte Definition. hhs: Department Of Health And Human Services hicpac: Hospital Infection Practices Advisory Committee hipaa: Health Insurance Portability And Accountability Act igra: Interferon-gamma Release Assays iso: Information Security Officer key Personnel: The Individuals Specified In This Contract Who Are Essential To Work Performance. mri: Magnetic Resonance Imaging mst: Military Sexual Trauma npi: National Provider Identifier. Npi Is A Standard, Unique 10-digit Numeric Identifier Required By Hipaa. The Vha Must Use Npis In All Hipaa-standard Electronic Transactions For Individual (health Care Practitioners) And Organizational Entities (medical Centers). nppes: National Plan And Provider Enumeration System nso: National Surgery Office ogc: Office Of General Counsel oig: Office Of Inspector General oppe: Ongoing Provider Practice Evaluation or: Operating Room pop: Period Of Performance ppd: Purified Protein Derivative ppirs: Past Performance Information Retrieval System pws: Performance Work Statement qa/qi: Quality Assurance/quality Improvement qm/pi: Quality Management/performance Improvement qasp: Quality Assurance Surveillance Plan rfp: Request For Proposal scs: Specialty Care Services ssac: Sole Source Affiliate Contract tjc: The Joint Commission tst: Tuberculosis Skin Test usc: United States Code va: Department Of Veterans Affairs va-fsc: Va Financial Services Center vaar: Va Acquisition Regulation vetpro: Is Vha S Mandatory Credentialing Software Platform To Document The Credentialing Of Vha Health Care Providers. This System Facilitates Completion Of A Uniform, Accurate And Complete Credentials File. vha: Veterans Health Administration vista: Veterans Integrated Systems Technology Architecture qualifications: staff/facility license: The Contractor S Physician(s) Assigned By The Contractor To Perform The Services Covered By This Contract Shall Have A Current License To Practice Medicine In Any State, Territory, Or Commonwealth Of The United States Or The District Of Columbia) When Services Are Performed Onsite On Va Property. all Licenses Held By The Key Personnel Working On This Contract Shall Be Full And Unrestricted Licenses. Contractor S Physician(s) Who Have Current, Full And Unrestricted Licenses In One Or More States, But Who Have, Or Ever Had, A License Restricted, Suspended, Revoked, Voluntarily Revoked, Voluntarily Surrendered Pending Action Or Denied Upon Application Will Not Be Considered For The Purposes Of This Contract. board Certification: All Contractor S Physician(s) Shall Be Board Certified/board Eligible By The Abs Http://www.absurgery.org/, And Be Currently Certified In Bls, Acls Or Equivalency. All Continuing Education Courses Required For Maintaining Certification Must Be Kept Up To Date At All Times. Documentation Verifying Current Certification Shall Be Provided By The Contractor To The Va Cor On An Annual Basis For Each Year Of Contract Performance. credentialing And Privileging: Credentialing And Privileging Is To Be Done In Accordance With The Provisions Of Vha Directive 1100.20 And Vha Directive 1100.21 Referenced Above. The Contractor Is Responsible To Ensure That Proposed Physician(s) Possesses The Requisite Credentials Enabling The Granting Of Privileges. No Services Shall Be Provided By Any Contractor S Physician(s) Prior To Obtaining Approval By The Facility Medical Executive Board And Medical Center Director. if A Contractor S Physician(s) And/or Other Contract Provider(s) Are Not Credentialed And Privileged Or Has Credentials/privileges Suspended Or Revoked, The Contractor Shall Furnish An Acceptable Substitute Without Any Additional Cost To The Government. technical Proficiency: Contractor S Physician(s) Shall Be Technically Proficient In The Skills Necessary To Fulfill The Government S Requirements, Including The Ability To Speak, Understand, Read And Write English Fluently. Contractor Shall Provide Documents Upon Request Of The Co/cor To Verify Current And Ongoing Competency, Skills, Certification And/or Licensure Related To The Provision Of Care, Treatment And/or Services Performed. Contractor Shall Provide Verifiable Evidence Of All Educational And Training Experiences Including Any Gaps In Educational History For All Contractor S Physician(s) And Contractor S Physician(s) Shall Be Responsible For Abiding By The Facility's Medical Staff By-laws, Rules, And Regulations (referenced Herein) That Govern Medical Staff Behavior. continuing Medical Education (cme)/ Certified Education Unit (ceu) Requirements: Contractor Shall Provide The Cor Copies Of Current Cmes As Required Or Requested By The Facility. Contractor S Physician(s) Registered Or Certified By National/medical Associations Shall Continue To Meet The Minimum Standards For Cme To Remain Current. Contractor Shall Report Cme Hours To The Credentials Office For Tracking. These Documents Are Required For Both Privileging And Re-privileging. Failure To Provide Shall Result In Loss Of Privileges For Contractor S Physician(s). training (acls, Bls, Ehr And Va Mandatory): Contractor Shall Meet All Va Educational Requirements And Mandatory Course Requirements Defined Herein; All Training Must Be Completed By The Contractor S Physician(s) As Required By The Va. Other Training May Become Required. Va Will Communicate Any Changes To The Training Requirement To The Contractor. training frequency annual Hours acls/bls as Necessary To Maintain Certification. active Threat Training annually 30 Minutes blood Administration: Complication annually 30 Minutes ehr annually 2 Hours government Ethics annually 30 Minutes hospice And Palliative Care For Va Clinicians annually 30 Minutes military Sexual Trauma (mst) For Medical Providers annually 30 Minutes moderate Sedation In-service Training annually 30 Minutes pact Act 2022 Toxic Exposure Screening (tes) annually 30 Minutes patient Abuse annually 30 Minutes patient Rights annually 30 Minutes patient Safety annually 30 Minutes prevention/management Of Disruptive Behavior/violence Prevention Level I annually 30 Minutes prevention Of Workplace Harassment/no Fear Act annually 30 Minutes suicide Prevention: Suicide Risk Management Training For Clinicians annually 30 Minutes sux Infection Control And Blood Borne Pathogens annually 30 Minutes va Core Values Training (icare Recommitment) annually 30 Minutes va Privacy And Information Security Awareness And Rules Of Behavior annually 30 Minutes vha Mri Safety Training Level 1 Training (all Who Enter Mri Suites) annually 30 Minutes vha Privacy And Hipaa Focused Training annually 30 Minutes vista Imaging one Time 30 Minutes radiation Safety annually 30 Minutes standard Infection Control Measures (ppd, Immunizations, Etc.): Contractor Shall Provide Proof Of The Following For Physicians Within Five (5) Calendar Days After Contract Award And Prior To The First Duty Shift To The Cor And Co. Tests Shall Be Current Within The Past Year. tuberculosis Testing: Contractor Shall Provide Proof Of A Negative Tuberculosis Skin Test (tst) Or Interferon-gamma Release Assays (igra) For All Contractor S Physician(s) Upon Hire In Accordance With Cdc Guidance. (this Is Applicable To All Health Care Workers). A Negative Chest Radiographic Report For Active Tuberculosis Shall Be Provided In Cases Of Positive Tst Or Igra Results. measles, Mumps, & Rubella Testing: Contractors Shall Provide Proof Of Immunity For All Contractor Physicians {this Is Applicable To All Health Care Workers}. varicella: Contractors Shall Provide Proof Of Immunity For All Contractor Physicians {this Is Applicable To All Health Care Workers}. acellular Pertussis: Contractors Shall Provide Proof Of 1 Dose Of Tdap Vaccination For All Contractor Physicians {this Is Applicable To All Health Care Workers}. influenza: Contractors Shall Provide Proof That All Contractor Physicians Have Received The Annual Influenza Vaccine Unless It Is Contraindicated. If The Contractor Physician Has A Medical Contraindication To The Vaccine They Shall Be Required To Wear A Mask During The Influenza Season. {this Is Applicable To All Health Care Workers}. covid-19: Contractors Shall Comply With Vha Supplemental Contract Requirements For Combatting Covid-19 {this Is Applicable To All Health Care Workers}. See Section D Attachment. osha Regulation Concerning Occupational Exposure To Bloodborne Pathogens: Contractor Shall Provide Evidence Of Completing And Passing Generic Self-study Blood-borne Pathogen Training For All Contractor S Physician(s) {this Is Applicable To All Health Care Workers}; Provide Their Own Hepatitis B Vaccination Series And Hepatitisâ b Surface Antigen Test Resultsâ following The Hepatitis B Vaccination Series; Maintain An Exposure Determination And Control Plan; Maintain Required Records; And Ensure That Proper Follow-up Evaluation Is Provided Following An Exposure Incident. the Facility Shall Notify The Contractor Of Any Significant Communicable Disease Exposures As Appropriate. Contractor Shall Adhere To Current Cdc/hicpac Guideline For Infection Control In Health Care Personnel (as Published In American Journal For Infection Control - Ajic 1998; 26:289-354 Http://www.cdc.gov/hicpac/pdf/infectcontrol98.pdf) For Disease Control. Contractor Shall Provide Follow Up Documentation Of Clearance To Return To The Workplace Prior To Their Return. npi: Npi Is A Standard, Unique 10-digit Numeric Identifier Required By Hipaa. The Vha Must Use Npis In All Hipaa-standard Electronic Transactions For Individual (health Care Practitioners) And Organizational Entities (medical Centers). The Contractor Shall Have Or Obtain Appropriate Npi And If Pertinent The Taxonomy Code Confirmation Notice Issued By The Cms Nppes Be Provided To The Co With The Proposal. dea: Contractor Shall Provide Copy Of Current Dea Certificate. Conflict Of Interest (coi): The Contractor And All Contractor S Physician(s) Are Responsible For Identifying And Communicating To The Co And Cor Conflicts Of Interest At The Time Of Proposal And During The Entirety Of Contract Performance. At The Time Of Proposal, The Contractor Shall Provide A Statement Which Describes, In A Concise Manner, All Relevant Facts Concerning Any Past, Present, Or Currently Planned Interest (financial, Contractual, Organizational, Or Otherwise) Or Actual Or Potential Organizational Conflicts Of Interest Relating To The Services To Be Provided. The Contractor Shall Also Provide Statements Containing The Same Information For Any Identified Consultants Or Subcontractors Who Shall Provide Services. The Contractor Must Also Provide Relevant Facts That Show How It S Organizational And/or Management System Or Other Actions Would Avoid Or Mitigate Any Actual Or Potential Organizational Conflicts Of Interest. These Statements Shall Be In Response To The Vaar Provision 852.209-70 Organizational Conflicts Of Interest And Fully Outlined In Response To The Subject Attachment In Section D Of The Solicitation Document. citizenship Related Requirements: the Contractor Certifies That The Contractor Shall Comply With Any And All Legal Provisions Contained In The Immigration And Nationality Act Of 1952, As Amended; Its Related Laws And Regulations That Are Enforced By Homeland Security, Immigration And Customs Enforcement And The U.s Department Of Labor As These May Relate To Non-immigrant Foreign Nationals Working Under Contract Or Subcontract For The Contractor While Providing Services To Va Patient Referrals. while Performing Services For The Va, The Contractor Shall Not Knowingly Employ, Contract Or Subcontract With An Illegal Alien; Foreign National Non-immigrant Who Is In Violation Their Status, As A Result Of Their Failure To Maintain Or Comply With The Terms And Conditions Of Their Admission Into The United States. Additionally, The Contractor Is Required To Comply With All E-verify Requirements Consistent With Executive Order 12989 And Any Related Pertinent Amendments, As Well As Applicable Far. if The Contractor Fails To Comply With Any Requirements Outlined In The Preceding Paragraphs Or Its Agency Regulations, The Va May, At Its Discretion, Require That The Foreign National Who Failed To Maintain Their Legal Status In The United States Or Otherwise Failed To Comply With The Requirements Of The Laws Administered By Homeland Security, Immigration And Customs Enforcement And The U.s Department Of Labor, Shall Be Prohibited From Working At The Contractor S Place Of Business That Services Va Patient Referrals; Or Other Place Where The Contractor Provides Services To Veterans Who Have Been Referred By The Va; And Shall Form The Basis For Termination Of This Contract For Breach. this Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under 18 U.s.c. 1001. the Contractor Agrees To Obtain A Similar Certification From Its Subcontractors. The Certification Shall Be Made As Part Of The Offerors Response To The Rfp Using The Subject Attachment In Section D Of The Solicitation Document. annual Oig Statement: In Accordance With Hipaa And The Balanced Budget Act (bba) Of 1977, The Hhs Oig Has Established A List Of Parties And Entities Excluded From Federal Health Care Programs. Specifically, The Listed Parties And Entities May Not Receive Federal Health Care Program Payments Due To Fraud And/or Abuse Of The Medicare And Medicaid Programs. therefore, Contractor Shall Review The Hhs Oig List Of Excluded Individuals/entities On The Hhs Oig Web Site At Http://oig.hhs.gov/exclusions/index.asp To Ensure That The Proposed Contractor S Physician(s) Are Not Listed. Contractor Should Note That Any Excluded Individual Or Entity That Submits A Claim For Reimbursement To A Federal Health Care Program, Or Causes Such A Claim To Be Submitted, May Be Subject To A Civil Monetary Penalty (cmp) For Each Item Or Service Furnished During A Period That The Person Was Excluded And May Also Be Subject To Treble Damages For The Amount Claimed For Each Item Or Service. Cmp S May Also Be Imposed Against The Contractor That Employ Or Enter Into Contracts With Excluded Individuals To Provide Items Or Services To Federal Program Beneficiaries. by Submitting Their Proposal, The Contractor Certifies That The Hhs Oig List Of Excluded Individuals/entities Has Been Reviewed And That The Contractors Are And/or Firm Is Not Listed As Of The Date The Offer/bid Was Signed. clinical/professional Performance: The Qualifications Of Contractor Personnel Are Subject To Review By Facility Cos Or His/her Clinical Designee And Approval By The Medical Center Director As Provided In Vha Directive 1100.20 And Vha Directive 1100.21. Clinical/professional Performance Monitoring And Review Of All Clinical Personnel Covered By This Contract For Quality Purposes Will Be Provided By The Facility Cos And/or The Chief Of The Service Or His Designee. A Clinical Cor May Be Appointed, However, Only The Co Is Authorized To Consider Any Contract Modification Request And/or Make Changes To The Contract During The Administration Of The Resultant Contract. non Personal Healthcare Services: The Parties Agree That The Contractor And All Contractor S Physician(s) Shall Not Be Considered Va Employees For Any Purpose. indemnification: The Contractor Shall Be Liable For, And Shall Indemnify And Hold Harmless The Government Against, All Actions Or Claims For Loss Of Or Damage To Property Or The Injury Or Death Of Persons, Arising Out Of Or Resulting From The Fault, Negligence, Or Act Or Omission Of The Contractor, Its Agents, Or Employees. prohibition Against Self-referral: Contractor S Physicians Are Prohibited From Referring Va Patients To Contractor S Or Their Own Practice(s). inherent Government Functions: Contractor And Contractor S Physician(s) Shall Not Perform Inherently Governmental Functions. This Includes, But Is Not Limited To, Determination Of Agency Policy, Determination Of Federal Program Priorities For Budget Requests, Direction And Control Of Government Employees (outside A Clinical Context), Selection Or Non-selection Of Individuals For Federal Government Employment Including The Interviewing Of Individuals For Employment, Approval Of Position Descriptions And Performance Standards For Federal Employees, Approving Any Contractual Documents, Approval Of Federal Licensing Actions And Inspections, And/or Determination Of Budget Policy, Guidance, And Strategy. employee Status: The Contractor Shall Be Responsible For Protecting Contractor S Physician(s) Furnishing Services. To Carry Out This Responsibility, The Contractor Shall Provide Or Certify That The Following Is Provided For All Their Staff Providing Services Under The Resultant Contract: workers Compensation professional Liability Insurance health Examinations income Tax Withholding, And social Security Payments. tort Liability: The Federal Tort Claims Act Does Not Cover Contractor Or Contractor S Physician(s). When A Contractor Or Contractor S Physician(s) Has Been Identified As A Provider In A Tort Claim, The Contractor Shall Be Responsible For Notifying Their Legal Counsel And/or Insurance Carrier. Any Settlement Or Judgment Arising From A Contractor S (or Contractor S Physician(s)) Action Or Non-action Shall Be The Responsibility Of The Contractor And/or Insurance Carrier. key Personnel: the Va Full Time Equivalent (fte) For The Services Required Is 416 Hours = .20 Va Fte. the Minimum Number Of Board Certified/board Eligible General Surgery Physicians Required To Be Onsite Daily Is 1 To Be Onsite As Defined In Paragraph Hours Of Operation In This Section. the Contractor Shall Be Responsible For Providing Coverage To The Va During Periods Of Vacancies Of The Contractor S Personnel Due To Sick Leave, Personal Leave, Vacations And Additional Coverage As Required. In The Event A Scheduled Physician Is Unable To Complete An Assigned Shift, The Contractor Shall Provide Replacement Physician Coverage Within 2 Hours And Notify The Cor Immediately Of The Schedule Change. personnel Substitutions: During The First Ninety (90) Calendar Days Of Performance, The Contractor Shall Make No Substitutions Of Key Personnel Unless The Substitution Is Necessitated By Illness, Death Or Termination Of Employment. The Contractor Shall Notify The Co, In Writing, Within 7 Calendar Day(s) After The Occurrence Of Any Of These Events And Provide The Information Required Below. After 90 Days, The Contractor Shall Submit The Information Required Below To The Co At Least 60 Calendar Days Prior To Making Any Permanent Substitutions. the Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitutions, Complete Resumes For The Proposed Substitutes, And Any Additional Information Requested By The Co. Proposed Substitutes Shall Have Comparable Qualifications To Those Of The Persons Being Replaced. The Co Will Notify The Contractor Within 7 Calendar Days After Receipt Of All Required Information Of The Decision On The Proposed Substitutes. The Contract Will Be Modified To Reflect Any Approved Changes Of Key Personnel. for Temporary Substitutions Where The Key Person Shall Not Be Reporting To Work For 2 Consecutive Workdays Or More, The Contractor Shall Provide A Qualified Replacement For The Key Person. The Substitute Shall Have Comparable Qualifications To The Key Person. Any Period Exceeding Two Weeks Will Require The Procedure As Stated Above. the Government Reserves The Right To Refuse Acceptance Of Any Contractor Personnel At Any Time After Performance Begins, If Personal Or Professional Conduct Jeopardizes Patient Care Or Interferes With The Regular And Ordinary Operation Of The Facility. Breaches Of Conduct Include Intoxication Or Debilitation Resulting From Drug Use, Theft, Patient Abuse, Dereliction Or Negligence In Performing Directed Tasks, Or Other Conduct Resulting In Formal Complaints By Patient Or Other Staff Members To Designated Government Representatives. Standards For Conduct Shall Mirror Those Prescribed By Current Federal Personnel Regulations. Should The Va Cos Or Designee Show Documented Clinical Problems Or Continual Unprofessional Behavior/actions With Any Contractor S Physician(s), S/he May Request, Without Cause, Immediate Replacement Of Said Contractor S Physician(s). The Co And Cor Shall Deal With Issues Raised Concerning Contractor S Physician(s) Conduct. The Final Arbiter On Questions Of Acceptability Is The Co. contingency Plan: Because Continuity Of Care Is An Essential Part Of Facility S Medical Services, The Contractor Shall Have A Contingency Plan In Place To Be Utilized If The Contractor S Physician(s) Leaves Contractor S Employment Or Is Unable To Continue Performance In Accordance With The Terms And Conditions Of The Resulting Contract. va Hours Of Operation/scheduling: va Business Hours: Va Clinc Days And Prouders Are From Monday Through Friday 7am To 3pm. clinic Or Or Schedule: Contract S Physician(s) Will Be Scheduled Tuesday S And Friday S Between The Hours Of 7am To 3pm. patients Must Be Seen By A Contractor S Physician(s) Onsite At The Sfvamc In A Timely Manner In Accordance With Va Rules And Regulations On Clinic Wait Times And Consult Completion. Contractor Shall Notify The Cor At Least Monthly About Any Obstacles To Meeting This Performance Measure. contractor S Physician(s) Shall Be Available And Present In Clinic During Normal Sfvamc Clinic Hours, Which Will Be Established, And May Be Revised, As Deemed Appropriate For Patient Care By The Cos. Currently, Normal Clinic Hours Are 7am To 3pm. federal Holidays: The Following Holidays Are Observed By The Va: new Year S Day president S Day martin Luther King S Birthday memorial Day juneteenth independence Day labor Day columbus Day veterans Day thanksgiving christmas any Day Specifically Declared To Be A National Holiday. cancellations: 45 Days Notice From Contractor, If No Provider S Are Available. contractor Responsibilities: clinical Personnel Required: The Contractor Shall Provide Contractor S Physician(s) Who Are Competent, Qualified Per This Performance Work Statement And Adequately Trained To Perform Assigned Duties. contractor S Physician(s) Shall Be Responsible For Signing In And Out When In Attendance. Time Sheets Will Be Used By The Cor To Confirm Hours/day And Services Provided Against The Contractor S Invoices. standards Of Care: The Contractor S Physician(s) Care Shall Cover The Range Of General Surgery Services As Would Be Provided In A State-of-the-art Civilian Medical Treatment Facility And The Standard Of Care Shall Be Of A Quality, Meeting Or Exceeding Currently Recognized The Joint Commission (tjc), Va And National Standards As Established By: the Abs Http://www.absurgery.org/ the Professional Standards Of Tjc: Http://www.jointcommission.org/standards_information/standards.aspx the Standards Of The American Hospital Association (aha): Http://www.hpoe.org/resources?show=100&type=8 the Requirements Contained In This Pws (not Applicable) medical Records: authorities: Contractor S Physician(s) Providing Healthcare Services To Va Patients Shall Be Considered As Part Of The Department Healthcare Activity And Shall Comply With The 5 U.s.c.552a (privacy Act), 38 U.s.c. 5701 (confidentiality Of Claimants Records), 5 U.s.c. 552 (foia), 38 U.s.c. 5705 (confidentiality Of Medical Quality Assurance Records) 38 U.s.c. 7332 (confidentiality Of Certain Medical Records), Title 5 U.s.c. § 522a (records Maintained On Individuals) As Well As 45 C.f.r. Parts 160, 162, And 164 (hipaa). hipaa: This Contract And Its Requirements Meet Exception In 45 Cfr 164.502(e), And Do Not Require A Baa In Order For Covered Entity To Disclose Protected Health Information To: A Health Care Provider For Treatment Of Va Patients. Based On This Exception, A Baa Is Not Required For This Contract. Health Records Generated By This Contract Or Provided To The Contractors By The Va Are Covered By The Va Privacy Act System Of Records Entitled Patient Medical Records-va (24va10a7). Contractor Generated Va Patient Records Are The Property Of The Va And Shall Not Be Accessed, Released, Transferred, Or Destroyed Except In Accordance With Applicable Laws And Regulations. Contractor Shall Ensure That All Records Pertaining To Medical Care And Services Provided To Va Patients Are Captured In The Va Electronic Health Record System As Required By Va Policy As Discussed In 4.4.4. disclosure: Contractor S Physician(s) May Have Access To Patient Medical Records For The Purpose Of Providing Medical Care And Services To Va Patients And Performing Services Under The Contract; However, Contractor Shall Obtain Permission From The Va Before Disclosing Any Patient Information Outside Va. Va Authorizes The Contractor To Discuss Patient Health Information For Coordination Of Care Within Community Health Care Providers In Compliance With Va Regulations, Hipaa And Vha Directive 1605.1, Privacy And Release Of Information. The Va Will Provide The Contractor With A Copy Of Vha Directive 1907.01, Health Information Management And Health Records And Vha Directive1605.1, Privacy And Release Of Information. The Penalties And Liabilities For The Unauthorized Disclosure Of Va Patient Information Mandated By The Statutes And Regulations Mentioned Above, Apply To The Contractor. professional Standards For Documenting Care: Care Shall Be Appropriately Documented In Medical Records In Accordance With Standard Commercial Practice And Guidelines Established By Vha Directive 1907.01 Health Information Management And Health Records: Https://www.va.gov/vhapublications/viewpublication.asp?pub_id=9235 And All Guidelines Provided By The Facility. release Of Information: The Va Shall Maintain Control Of Releasing Any Copies Of Patient Health Information Or Health Records And Will Follow Policies And Standards As Defined, But Not Limited To Privacy Act Requirements. The Contractor Will Not Release Or Disclose Copies Of Records And Will Refer All Such Requests To The Release Of Information Department At The Va Facility Where Assigned. management For Medical Records: National Archives And Records Administration Record Disposition Requirements Are Found In Rcs 10-1 Chapter 6, 6000 Series. direct Patient Care: 100% Of The Time Involved In Direct Patient Care. Contractor Shall Be Responsible For: scope Of Care: Contractor S Physician(s) Shall Be Responsible For Providing General Surgery Physician Care, Including, But Not Limited To: clinic Responsibilities: Contractor Physician(s) Shall Be Present On Time For Any Scheduled Clinics/surgeries Start Times As Documented By Physical Presence In The Clinic Or Or At The Scheduled Start Time. communication Of Test Results: Mechanisms Must Be In-place To Provide Notification Of Test Results For Patients Receiving Care In Accordance With Vha Directive 1088, Communicating Test Results To Providers And Patients. medications: Contractor S Physician(s) Shall Follow All Established Medication Policies And Procedures. No Sample Medications Shall Be Provided To Patients. discharge Education: Provide Discharge Education And Follow Up Instructions That Are Coordinated With The Next Care Setting For All General Surgery Clinical Or Surgical Patients. (not Applicable) qa/qi Documentation: The Contractor S Physician(s) Shall Complete The Appropriate Qm/pi Documentation Pertaining To All Procedures, Complications And Outcome Of Examinations. patient Safety Compliance And Reporting: Contractor S Physician(s) Shall Follow All Established Patient Safety And Infection Control Standards Of Care. Contractor S Physician(s) Shall Make Every Effort To Prevent Medication Errors, Falls, And Patient Injury Caused By Acts Of Commission Or Omission In The Delivery Of Care. All Events Related To Patient Injury, Medication Errors, And Other Breeches Of Patient Safety Shall Be Documented In The Medical Record Of Those Impacted And Disclosed To The Patient Or Surrogate. As Soon As Practicable (but Within 24 Hours) Contractors Shall Notify Cor Of Incident And Submit An Entry In The Va Patient Safety Reporting System, Following Up With Cor As Required Or Requested. performance Standards, Quality Assurance (qa) And Quality Improvement(qi): quality Management/quality Assurance Surveillance: Contract Personnel Shall Be Subject To Quality Management Measures, Such As Patient Satisfaction Surveys, Timely Completion Of Medical Records, And Peer Reviews. Methods Of Surveillance: Focused Provider Practice Evaluation (fppe) And Ongoing Provider Practice Evaluation (oppe). Contractor Performance Will Be Monitored By The Government Using The Standards As Outlined In This Pws And Methods Of Surveillance Detailed In The Qasp. The Qasp Shall Be Attached To The Resultant Contract And Shall Define The Methods And Frequency Of Surveillance Conducted. patient Complaints: The Co Will Resolve Complaints Concerning Contractor Relations With The Government Employees Or Patients. The Co Is Final Authority On Validating Complaints. If The Contractor Is Involved And Named In A Validated Patient Complaint, The Government Reserves The Right To Refuse Acceptance Of The Services Of Such Personnel. This Does Not Preclude Refusal In The Event Of Incidents Involving Physical Or Verbal Abuse. the Government Reserves The Right To Refuse Acceptance Of Any Contractor Personnel At Any Time After Performance Begins, If Personal Or Professional Conduct Jeopardizes Patient Care Or Interferes With The Regular And Ordinary Operation Of The Facility. Breaches Of Conduct Include Intoxication Or Debilitation Resulting From Drug Use, Theft, Patient Abuse, Dereliction Or Negligence In Performing Directed Tasks, Or Other Conduct Resulting In Formal Complaints By Patient Or Other Staff Members To Designated Government Representatives. Standards For Conduct Shall Mirror Those Prescribed By Current Federal Personnel Regulations. The Co And Cor Shall Deal With Issues Raised Concerning Contractor S Conduct. The Final Arbiter On Questions Of Acceptability Is The Co. performance Standards: measure: Provider Quality Performance performance Requirement: All Contractor S Physician(s) Shall Perform In Accordance With Clinical Standards standard: Oppe Documentation For All (100%) Staff Providing Services Under The Contract. All Staff (100%) Meet Standards aql: 100% Meet Standards surveillance Method: Oppe Data Pertinent To Care Performed For Each Provider Working Under This Contract. Oppe Data Will Review The Following Elements: patient Care Performance medical/clinical Knowledge practiced Based Learning And Improvement interpersonal And Communication Skills professionalism system Based Practice frequency: Annual measure: Qualifications Of Key Personnel performance Requirement: All Contractor S Physician(s) Shall Be Board Certified/board Eligible Accordance With Abs Standards For General Surgery standard: All (100%) Contractor S Physician(s) Are Board Certified/board Eligible aql: 100% surveillance Method: Periodic Inspection Of Qualification Documents frequency: Bi-annually measure: Scope Of Practice/privileging performance Requirement: Contractor S Physician(s) Perform Within Their Individual Scopes Of Practice/privileging standard: All (100%) Contractor S Physician(s) Perform Within Their Scope Of Practice/privileges 100% Of The Time aql: 100% Contractor S Physician(s) Perform Within Their Scope Of Practice/privileges 100% Of The Time surveillance Method: Random Sampling Of Records frequency: Every 6 Months measure: Patient Access performance Requirement: The Contractor Shall Provide Contractor S Physician(s) In Accordance With The Operating Hours And Va Clinical Schedule Outlined In This Pws standard: All (100%) Contractor S Physician(s) Are On Time And Available To Perform Services aql: Contractor S Physician(s) Is On-time And Available To Perform Services 95% Of The Time surveillance Method: Periodic Inspection Of Time And Attendance Sheets frequency: Daily measure: Patient Safety performance Requirement: Patient Safety Incidents Shall Be Reported Using Va Patient Safety Reporting System. All Incidents Reported Immediately (within 24 Hours.) standard: All (100%) Of Patient Safety Incidents Are Reported Using Va Patient Safety Reporting System Within 24 Hours Of Incident aql: 100% Of Patient Safety Incidents Are Reported Using Va Patient Safety Reporting System Within 24 Hours Of Incident surveillance Method: Periodic Inspection frequency: Daily measure: Maintains Licensing, Registration, And Certification performance Requirement: Updated Licensing, Registration And Certification Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current standard: All (100%) Licensing, Registration(s) And Certification(s) For Contractor S Physician(s) Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current aql: 100% Licensing, Registration(s) And Certification(s) For Contractor S Physician(s) Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current. No Acceptable Deviation. surveillance Method: Periodic Inspection frequency: Annually measure: Mandatory Training performance Requirement: Contractor Shall Complete All Required Training On Time Per Facility Policy standard: All (100%) Of Required Training Is Complete On Time By Contractor S Physician(s) aql: 95% Completions surveillance Method: Periodic Inspection Or Random Sampling frequency: Annually measure: Privacy, Confidentiality And Hipaa performance Requirement: Contractor Is Aware Of All Laws, Regulations, Policies And Procedures Relating To Privacy, Confidentiality And Hipaa And Complies With All Standards Zero Breaches Of Privacy Or Confidentiality standard: All (100%) Contractor S Physician(s) Comply With All Laws, Regulations, Policies And Procedures Relating To Privacy, Confidentiality And Hipaa aql: 100% Compliance surveillance Method: Periodic Inspection; Contractor Shall Provide Evidence Of Annual Training Required By The Facility, Reports Violations Per Va Handbook 6500.6 frequency: Annually registration With Contractor Performance Assessment Reporting System as Prescribed In Far Part 42.15, The Va Evaluates Contractor Past Performance On All Contracts That Exceed The Simplified Acquisition Threshold And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database, Cpars, Which Is Maintained By The Naval Sea Logistics Center In Portsmouth, New Hampshire. Cpars Has Connectivity With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. Ppirs Is The System Used To Collect And Retrieve Performance Assessment Reports Used In Source Selection Determinations And Completed Cpars Report Cards Transferred To Ppirs. Cpars Also Includes Access To The Federal Awardee Performance And Integrity Information System (fapiis). Fapiis Is A Web-enabled Application Accessed Via Cpars For Contractor Responsibility Determination Information. each Contractor Whose Contract Award Is Estimated To Exceed The Simplified Acquisition Threshold Requires A Cpars Evaluation. A Government Focal Point Will Register Your Contract Within Thirty Days After Contract Award And, At That Time, You Will Receive An Email Message With A User Id (to Be Used When Reviewing Evaluations). Additional Information Regarding The Evaluation Process Can Be Found At Www.cpars.gov Or If You Have Any Questions, You May Contact The Customer Support Desk @ Dsn: 684-1690 Or Comm: 207-438-1690. for Contracts With A Period Of One Year Or Less, The Co Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Co Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract, When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Sixty (60) Days To Submit Any Comments And Re-assign The Report To The Co. failure For The Contractor S Representative To Respond To The Evaluation Within Those Sixty (60) Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond; The Contractor S Representative Will Be Locked Out Of The Evaluation And May No Longer Send Comments. government Responsibilities: va Support Personnel, Services Or Equipment: Not Needed contract Administration/performance Monitoring: After Award Of Contract, All Inquiries And Correspondence Relative To The Administration Of The Contract Shall Be Addressed To: (enter Contract Administration If Not Already Listed In Another Area- List The Title (not Name) And Contact Information For Cor, Clinical Point Of Contact, And Any Other Relevant Personnel Involved). co Responsibilities: the Co Is The Only Person Authorized To Approve Changes Or Modify Any Of The Requirements Of This Contract. The Contractor Shall Communicate With The Co On All Matters Pertaining To Contract Administration. Only The Co Is Authorized To Make Commitments Or Issue Any Modification To Include (but Not Limited To) Terms Affecting Price, Quantity Or Quality Of Performance Of This Contract. the Co Shall Resolve Complaints Concerning Contractor Relations With The Government Employees Or Patients. The Co Is Final Authority On Validating Complaints. In The Event The Contractor Effects Any Such Change At The Direction Of Any Person Other Than The Co Without Authority, No Adjustment Shall Be Made In The Contract Price To Cover An Increase In Costs Incurred As A Result Thereof. in The Event That Contracted Services Do Not Meet Quality And/or Safety Expectations, The Best Remedy Will Be Implemented, To Include But Not Limited To A Targeted And Time Limited Performance Improvement Plan; Increased Monitoring Of The Contracted Services; Consultation Or Training For Contractor Personnel To Be Provided By The Va; Replacement Of The Contract Personnel And/or Renegotiation Of The Contract Terms Or Termination Of The Contract. cor Responsibilities: the Cor Shall Be The Va Official Responsible For Verifying Contract Compliance. After Contract Award, Any Incidents Of Contractor Noncompliance As Evidenced By The Monitoring Procedures Shall Be Forwarded Immediately To The Co. the Cor Will Be Responsible For Monitoring The Contractor S Performance To Ensure All Specifications And Requirements Are Fulfilled. Quality Improvement Data That Will Be Collected For Ongoing Monitoring Includes But Is Not Limited To: Enter Data That May Be Collected. the Cor Will Maintain A Record-keeping System Of Services By Electronical Fileinvoice Payment Process System (ipps). The Cor Will Review This Data Monthly When Invoices Are Received And Certify All Invoices For Payment By Comparing The Hours Documented On The Va Record-keeping System And Those On The Invoices. Any Evidence Of The Contractor's Non-compliance As Evidenced By The Monitoring Procedures Shall Be Forwarded Immediately To The Co. the Cor Will Review And Certify Monthly Invoices For Payment. If In The Event The Contractor Fails To Provide The Services In This Contract, Payments Will Be Adjusted To Compensate The Government For The Difference. all Contract Administration Functions Will Be Retained By The Va. special Contract Requirements: reports/deliverables: The Contractor Shall Be Responsible For Complying With All Reporting Requirements Established By The Contract. Contractor Shall Be Responsible For Assuring The Accuracy And Completeness Of All Reports And Other Documents As Well As The Timely Submission Of Each. Contractor Shall Comply With Contract Requirements Regarding The Appropriate Reporting Formats, Instructions, Submission Timetables, And Technical Assistance As Required. the Following Are Brief Descriptions Of Required Documents That Must Be Submitted By Contractor: Upon Award; Weekly; Monthly; Quarterly ; Annually, Etc. Identified Throughout The Pws And Is Provided Here As A Guide For Contractor Convenience. If An Item Is Within The Pws And Not Listed Here, The Contractor Remains Responsible For The Delivery Of The Item. note To Contracting: These Items Must Be Described In 52.212-1 Addendum To Instructions To Offerors what submit As Noted submit To quality Control Plan: Description And Reporting Reflecting The Contractor S Plan For Meeting Of Contract Requirements And Performance Standards upon Proposal And As Frequently As Indicated In The Performance Standards co other Than Cost And Price Information Supporting Proposed Physician Rate (required For Affiliate Onsite Hourly- Remove If It Does Not Apply) upon Proposal, To Submit Epa Request, Upon Change In Key Personnel co copy Of Subcontracting Plan Is Required For All Large Businesses. Copy Of Contractor Certification Statement If No Subcontracting Possibilities Exist upon Proposal And As Updated co copies Of Any And All Licenses, Board Certifications, Npi, To Include Primary Source Verification Of All Licensed And Certified Staff upon Proposal And Upon Renewal Of Licenses And Upon Renewal Of Option Periods Or Change Of Key Personnel co With Proposal; Renewal Submitted To Vetpro System certification That Staff List Has Been Compared To Oig List upon Proposal And Upon New Hires co proof Of Indemnification And Medical Liability Insurance upon Proposal And Upon Renewals co certificates Of Completion For Cyber Security And Patient Privacy Training Courses before Receiving An Account On Va Network And Annual Training And New Hires. co acls/bls Certification upon Award And Every Two Years After Award cor contingency Plan For Replacing Key Personnel To Maintain Services As Required Under The Terms Of The Contract upon Proposal And As Updated cor billing: invoice Requirements And Supporting Documentation: Supporting Documentation And Invoice Must Be Submitted No Later Than The Last Workday Of The Month. Subsequent Changes Or Corrections Shall Be Submitted By Separate Invoice. In Addition To Information Required For Submission Of A Proper Invoice In Accordance With Far 52.212-4 (g), All Invoices Must Include: name And Address Of Contractor invoice Date And Invoice Number contract Number And Purchase/task Order Number date Of Service contractor S Physician(s) (name Of Contractor S Employee) hourly Rate quantity Of Hours Worked total Price vendor Electronic Invoice Submission Methods: invoices Will Be Electronically Submitted To The Tungsten Website At Https://www.tungstenautomation.com/. Tungsten Automation Direct Vendor Support Number Is 877-489-6135 For Va Contracts. The Va-fsc Pays All Associated Transaction Fees For Va Orders. During Implementation (technical Set-up) Tungsten Automation Will Confirm Your Taxpayer Id Number With The Va-fsc. This Process Can Take Up To 5 Business Days To Complete To Ensure Your Invoice Is Automatically Routed To Your Certifying Official For Approval And Payment. To Successfully Submit An Invoice To Va-fsc Please Review How To Create An Invoice Within The How To Guides. All Invoices Submitted Through Tungsten Automation To The Va-fsc Should Mirror The Current Submission Of Invoice. Clarification Of Additional Requirements Should Be Confirmed With Your Certifying Official (your Co Or Buyer). Payment Will Only Be Made For Actual Services Rendered. Payments Shall Be Made Monthly In Arrears. The Va-fsc Requires Specific Information In Compliance With The Prompt Pay Act And Business Requirements. The Contractor Shall Be Reimbursed Upon Receipt Of A Proper Invoice. For Additional Information, Please Contact: tungsten Support phone: 1-877-489-6135 website: Https://www.tungstenautomation.com/ department Of Veterans Affairs Financial Service Center https://www.fsc.va.gov/einvoice.asp â  reduction In Services: This Is A Fixed Quantity Contract For A Specified Number Of Hours. If, At The End Of The Pop, The Government Has Not Utilized The Total Number Of Hours Required Under This Contract Because Of A Change In Its Requirements, The Parties Agree That They Will Attempt To Negotiate In Good Faith A Contract Modification Reducing The Scope Of The Contract With A Corresponding Adjustment In The Total Contract Price. In No Event Will The Va Pay For Hours That Exceed The Total Number Of Hours Specified In The Contract For The Pop. payments In Full/no Billing Va Beneficiaries: The Contractor Shall Accept Payment For Services Rendered Under This Contract As Payment In Full. Va Beneficiaries Shall Not Under Any Circumstances Be Charged Nor Their Insurance Companies Charged For Services Rendered By The Contractor, Even If Va Does Not Pay For Those Services. This Provision Shall Survive The Termination Or Ending Of The Contract. to The Extent That The Veteran Desires Services Which Are Not A Va Benefit Or Covered Under The Terms Of This Contract, The Contractor Must Notify The Veteran That There Will Be A Charge For Such Service And That The Va Will Not Be Responsible For Payment. the Contractor Shall Not Bill, Charge, Collect A Deposit From, Seek Compensation, Remuneration, Or Reimbursement From, Or Have Any Recourse Against, Any Person Or Entity Other Than Va For Services Provided Pursuant To This Contract. It Shall Be Considered Fraudulent For The Contractor To Bill Other Third-party Insurance Sources (including Medicare) For Services Rendered To Veteran Enrollees Under This Contract. contractor Security Requirements (va Handbook 6500.6): Pulled From Ecms, Team Should Select Language From Each Section As Applicable.
Closing Date3 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Security and Emergency Services
Corrigendum : Closing Date Modified
United States
Details: Introduction the Army Contracting Command (acc) Orlando Is Issuing This Sources Sought Notice And Holding An Industry Day As A Means Of Conducting Market Research To Identify Parties Having In The Capability And The Resources To Support The Requirement To Provide Agile, Specialized And Cost Effective Security Assistance Teams (sats) In Order To Facilitate Security Assistance Programs That Build Partnership Capacity As Well As Defense And Security Relationships; That Promote Specific U.s. Security Interests, Including All Security Assistance Activities; Develop Allied And Friendly Military Capabilities For Self-defense And Multinational Operations; And Provide U.s. Forces With Peacetime And Contingency Access To Host Nations In Support Of United States Army Campaign Plan And U.s. National Security Objectives. the Intention Is To Award A New Multiple Award Task Order Contract (matoc) Indefinite Delivery Indefinite Quantity (idiq) Contract. place Of Performance minimal Continental United States (conus) Performance (program Management) And Phase-in Period Will Occur. Predominantly Performance Will Be Outside The Continental United States (oconus). *note 01: The Oconus Portion Required Will Have Contractor Performance Under Potentially Austere, Physically Demanding, And Stressful Working Conditions. program Background u.s. Army Security Assistance Training Management (satmo) Is A Subordinate Command Under The U. S. Army Security Assistance Command (usasac), A Major Subordinate Command (msc) Of Army Material Command (amc). Satmo Executes The Overseas Portion Of The U.s. Army’s Security Assistance Enterprise Outside Continental United States (oconus) Training And Technical Assistance Mission. Satmo Plans, Forms, Prepares, Deploys, Sustains And Re-deploys Continental United States (conus)-based (from The Continental U.s.) Sats To Execute Oconus Security Cooperation Missions In Support Of Geographic Combatant Command Theater Security Cooperation Programs And U.s. Foreign Policy (for The Purposes Herein, The Terms “security Assistance” And “security Cooperation” Mean “foreign Military Aid.”). satmo Staff Teams With Active Component Army, Active Component Members Of Other Services, Reserve Component Army, Reserve Component Members Of Other Services And Dod Civilians. Satmo May Use Contractor Services If None Of These Are Available For A Given Aviation Sat Mission To Support Rotary Wing Aircraft. Because Of Long Lead-times For Non-contract Personnel, And Current Operations Tempo, Satmo Anticipates An Increasing Requirement For Contractor Support, Especially For Aviation Skills Including Flying, Maintenance And Operational Planning. Additional Requirements Will Include The Same Aviation Skills As Previously Listed But For Non-standard Aircraft. In This Case Non-standard Aircraft Are All Types Not Currently Employed By The Active Component, This Includes Legacy Air Frames. In Accordance With The Assistant Secretary Of The Army For (acquisition, Logistics, And Technology) (asa (alt)) Memorandum Dated 6 January 2010, All Non-standard Aircraft Training Not Procured Through The United States Army Aviation And Missile Command (amcom) Acquisition Center Shall Be Referred To The Deputy Assistant Secretary Of The Army (procurement) (dasa (p)), The Deputy Assistant Secretary Of The Army (acquisition Policy And Logistics) (dasa (apl)), And The Deputy Assistant Secretary Of The Army (defense Exports And Cooperation) (dasa (dec)) For Review And Evaluation And Asa (alt) For Approval Prior To Any Commitment And Execution By Any Other Acquisition Office. Specific Skill Requirements Will Be Identified At The Task Order (to) Level. When It Is Known That Uniformed Personnel Will Not Be Available, Contractor Support Will Become The First Option Considered. In Other Cases, The More Rapid Reaction Time Of Contractors May Be A Governing Factor In Using Contractor Teams. Aviation Sats Deployed Because Of This Contract May Be A Single Contractor Employee, A Combination Of Department Of Defense Personnel And Contractor Employee(s), Or Entirely Contractor Employees. aviation Services Will Be Provided During The Aviation Sat Execution Phase And During The Post Deployment Stage Of An Aviation Sat Mission Cycle. The Aviation Services Required Are Divided Into Two (2) Categories: Rotary Wing Training Related Services And Rotary Wing Technical Assistance Related Services. The Example Subtasks And Explanations Listed Below Are Representative Of Aviation Sat Rotary Wing Missions That Satmo May Accomplish During A To. potential Technical Assistance Related Mission Sets Are Fast Rope Insertion And Extraction System (fries), Special Patrol Insertion And Extraction System (spies), Hoist, External Loads, Over Water, Helicopter Arial Refuel (har), High Altitude Aviation Training Site (haats), Aerial Gunnery, Aviation Special Operations, And Air Assault/air Movement. Provide Any Supporting Documentation Reflecting The Experience. Potential Qualified Trainers And Advisors Of Usaace Rotary Wing Pilots (sp/ip, Me/mtp, Amso, Aso), 15 Series Military Occupational Specialty Codes (mos), Mos Maintainers (15b,15d,15f,15g, 15h, 15n,15r, 15y), And 15 Mos Crew Members (15t, 15u) With Additional Qualifications Of Standardization Instructor (si)/ Flight Instructor (fi), And Flight Engineer (fe) And Personnel Capable Of Establishing Base Operations Training Capabilities. specific Tasks tasks Listed Herein Are Only Examples And Are Not To Be Performed Unless Issued On A Task Order. These Are Intended To Provide A Sampling Of The Types Of Missions (and Inherent Requirements) Which Could Reasonably Be Expected To Be Resourced And Executed By The Contractor. The List Is By No Means Exhaustive, Either In The Nature Or The Scope Of Possible Missions. training Related Services. Satmo Provides Aviation Training, Maintenance Training, And Advisory Services To Customer-host Nations In Several Different Major Areas. conduct Aviation Assessments To: determine Aviation Training Requirements. identify Aviation Areas Requiring Technical Assistance (maintenance, Logistics, Standardization, Etc.). host Aviation Engineering Directorate (aed) Sourced Airworthiness Assessment Teams. evaluate Aviation Safety Processes And Programs. conduct Formal Academic And Flight Training: initial Rotary Wing Qualification Courses To Train Crewmembers In The Basic Skills Required To Operate An Aircraft Under Day, Night, And Instrument Condition. aircraft Qualification Courses To Train Crewmembers To Operate A Specific Aircraft. aircraft Series Transition Courses To Train Crewmembers That Are Already Qualified On A Specific Aircraft To Operate A New Or Different Version. training On Advanced Aviation Skills Such As Night Vision Systems, Aerial Gunnery, Formation Flight, Etc. crew Chief, Flight Engineer, And Crew Communications Courses. graduate-level Aviator Instructor Pilot And Maintenance Test Pilot Qualification Courses. non-aircraft Specific Pilot Courses On Aviation Mission Planning, Aerodynamics, Aviation Medical Issues, Etc. The Contractor Will Have Access To The Host Nation Aviation Mission Planning System/device On Any To That Requires Amps Duties. conduct Formal Academic And Hands-on Demonstration Training: individual Aircraft Repairer General And Aircraft Specific Maintenance Courses. aviation Organizational/line Unit Maintenance Courses. aviation Intermediate/allied Shops Maintenance Courses. training On Advanced Maintenance Skills Such As Technical Inspection, Quality Control, Production Control, Maintenance Management, Etc. training On Supporting Aviation Systems Including Ground Support Equipment, Special Tools, Aviation Sets/kits/equipment, And Air Traffic Control Communication Systems. provide Advice, Informal Training, Mentorship, And Assistance To: enhance Unit Flight And Tactical Operations. conduct Individual And Collective Sustainment Training. promote Host Nation Aviation Safety. assist To Establish Host Nation Aviation Systems, Programs, Processes, And Sops; Especially In The Areas Of Safety, Operations, Training, Standardization, Maintenance, Logistics, And Sustainment. inform Host Nation Personnel Of Us Army Aviation Best Practices And Lessons Learned. technical Assistance Related Services. Provide Technical Assistance And Expertise Required To Operate, Maintain, Sustain Or Return Complex Customer-nation Aviation Systems To Operational Readiness. Examples Include: Conducting Specific Aircraft Systems-related Training Courses, Assisting The Customer To Implement An Automated Aviation Technical Supply System, Or Advising Them On How To Establish Aircrew Life Support Equipment (alse) Training Program. Each To Will Address Specifics On The Required Technical Assistance Tasks To Be Performed. generic Aviation Maintenance Related Technical Assistance Task Statement. Provide Technical Assistance And Expertise To Repair, Modernize, Inspect Or Validate The Mission Readiness Of Host Nation Aviation Equipment Or Weapon Systems And Its Components. All Final Inspections Will Be Accomplished By The Government Or Customer-nation. Training Of Customer-nation Personnel Is Not The Primary Focus During These Missions. Any Training Benefit Derived Is Collateral To The Primary Mission. Essential Maintenance Related Subtasks May Include: inspect, Troubleshoot And Repair Equipment (type Of Equipment Tbd At To Level) Iaw An Army Aviation And Missile Command Aviation Safety Action Memo (asam) Or Safety Of Flight Message (sofm) To Restore The Equipment (type Of Equipment Tbd At To Level) Model Helicopter To Mission Readiness Status. operational Planning. Analyzing Emergent Requirements And Assisting In Plan Development To Meet Those Requirements. required Qualifications all Flying Contractor Members Shall Meet The Qualification Requirements Of Dcma Inst 8210.1d (ar 95-20). eligibility the Applicable Naics Code For This Requirement Is 611512 (flight Training), With A Small Business Size Standard Of $34.0m. The Product Service Code Is U099 (education/training - Other). Businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly Identify Their Business Size In Their Capabilities Statement. *note 01: The Current Sba Table Of Small Business Size Standards Was Updated 17 March 2023; Since The Beginning Of 2022, The Sba Has Regularly Updated The Table To Account For Inflation. Businesses Must Update Their Sam.gov Profiles To Have Their Small Business Status Reflect The Most Current Small Business Size Standards. Until Updated, The Sam Profiles Will Continue To Display The Small Business Status Under Outdated Size Standards. *note 02: In Accordance With 13 C.f.r. 121.104, The Current Calculation For Dollar (monetary) Value Based Naics Codes Is Average Total Receipts Over The Last Five (5) Completed Fiscal Years *note 03: In Accordance With 13 C.f.r. 121.106, The Current Calculation For Employee Based Naics Codes Is Average Number Of Employees Used For Each Pay Period For The Preceding Completed 24 Calendar Months. additional Information the Estimated Period Of Performance Consists Of Five-year Base With Performance Commencing In Late May 2027. The Government May Issue By Bi-lateral Extension Extend The Ordering Period Of This Contract For Up To An Additional Five (5) Years Provided The Maximum (total Contract Minimum) Designated In The Schedule Has Not Been Exceeded. Therefore The Total Duration Of The Ordering Period Of Performance, Including The Extension, Shall Not Exceed 10 Years. the Contract Type For Task Orders Is Anticipated To Be A Firm Fixed Price. The Base Indefinite Delivery Indefinite Quantity (idiq) Contracts Estimated Ceiling Is $249m. the Government Is Currently Refining The Acquisition Strategy, And The Planned Approach Has Not Yet Been Finalized. Your Firm’s Responses To This Posting Will Assist The Government With Its Development. industry Day Is Being Held On 3 February 2025. Individual Breakout Sessions Are Being Held 4 February 2025. Instructions On How To Register For Industry Day And Individual Breakout Sessions Are Contained In The Attachments. questions And Answers Session: Individuals Are Encouraged To Submit Their Technical Questions Via Email To Ms.caryn H. Mcgraw, Email Caryn.h.mcgraw.civ@army.mil. And Ms. Glenda Torres, Email Glenda.m.torres.civ@army.mil. No Later Than 3 Pm, 9 January 2025. Technical Questions Submitted In Advance Will Be Addressed During The Questions And Answers Session At Industry Day, Followed By An Open Discussion Where The Panel May Address Technical Questions From The Audience. submission Details (capabilities Statement) contractors Are Requested To Submit A Capabilities Statement Including A Cover Sheet Of No More Than 15 Pages. Font Shall Be No Smaller Than Arial 10. The Cover Page Should Include Company Name, Address, And Points Of Contact Including Phone Numbers And E-mail Addresses. The Cover Sheet Shall Not Count Towards The Page Count. the Deadline For Response To The Capability Statement, Industry Day Registration, And Individual Breakout Session Registration Is No Later Than 3 Pm, Est, 9 January 2025. All Responses Under This Sources Sought Notice, Industry Day Notification, And Individual Breakout Registration Must Be E-mailed To Caryn H. Mcgraw, Email Caryn.h.mcgraw.civ@army.mil. And Glenda Torres, Email Glenda.m.torres.civ@army.mil. this Documentation Must Address At A Minimum The Following Items: list The Types Of Rotary Wing Pilot, Maintainer, Or Base Operations Training Capabilities Your Company Had Provided Before Or Is Currently Providing. Provide Contract Numbers For Reference, If These Contracts Are With The Army Or Other Department Of Defense Contracts. describe Your Company’s Capability And Capacity To Provide Qualified Trainers And Advisors Of U.s. Army Aviation Center Of Excellence (usaace) Rotary Wing Pilots (standard Pilot, Instructor Pilot, Maintenance Test Flight Evaluator, Maintenance Test Pilot, Aviation Mission Survivability Officer, And Aviation Safety Officer), And 15 Series Military Occupational Specialty (mos) Jobs Related To Maintaining, Repairing, And Operating Military Aircraft Such As Maintainers (15b,15d,15f,15g, 15h, 15n,15r, 15y) And Crew Members (15t, 15u) With Additional Qualifications Of Standardization Instructor/ Flight Instructor, And Flight Engineer, And Personnel Capable Of Establishing Base Operations Training Capabilities. describe Your Company’s Experience (with Examples) Training And Assisting In The Following Mission Sets: Fries, Spies, Hoist, External Loads, Over Water, Har, Haats, Aerial Gunnery, Aviation Special Operations, And Air Assault/air Movement. Provide Any Supporting Documentation Reflecting The Experience. This List Of Mission Sets Is Not All Inclusive And Experience On Any Other Type Of Mission Sets Can Also Be Provided. describe The Company’s Experience Preparing Employees For Oconus Deployment And Meet All Dod Foreign Clearance Guide Requirements For Passports, Visas, Training And Pre-deployment Preparations. does Your Company Have Experience With Training, Advising, And Assistance With Foreign Customers With Differing Cultures To Include Language Barriers In An Austere Environment? Please Include Oconus Locations, Types Of Performance/services Provided, And Contract Numbers. can Or Has Your Company Managed A Task Of This Nature? If So, Please Provide Details. can Or Has Your Company Managed A Team Of Subcontractors Before? If So, Provide Details. what Specific Technical Skills Does Your Company Possess Which Ensure Capability To Perform The Requirements Detailed Above? provide A Statement Including Current Small/large Business Status And Company Profile To Include Number Of Employees, Annual Revenue History, Office Locations, Duns Number, Etc. a Statement Indicating If Your Firm Is A Large Or Small Business Under Naics Code 611512; If Small Business, Please Indicate Any Applicable Socio-economic Status [i.e., 8a, Small Disadvantaged Business (sdb), Hubzone, Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), Or Women-owned Small Business (wosb). your Firm’s Response To This Sources Sought, Including Any Capabilities Statement, Shall Be Electronically Submitted In Either Microsoft Word Or Portable Document Format (pdf). the Information Provided To This Sources Sought Shall Not Be Proprietary And May Be Utilized To Assist The Determination Of The Acquisition Strategy To Follow For This Future Effort. The Information Will Be Retained To Document The Market Research Report And Will Be Classified As Controlled Unclassified Information Under Acquisition/procurement Disposition. all Questions Must Be Submitted To The Contract Specialist Identified Above. The Government Is Not Committed Nor Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise As A Result Of A Response To This Sources Sought. note (limitations On Subcontracting): If You Are A Small Business Interested In Being The Prime Contractor For This Effort, Please Be Advised That Far Clause 52.219-14 (limitations On Subcontracting) (deviation 2021-o0008) Was Updated In September 2021. The Current Clause Adds The Definition Of “similarly Situated Entity” And The 50% Calculation For Compliance With The Clause. Small Business Prime Contractors May Now Count “first Tier Subcontractor” Work Performed By A “similarly Situated Entity” As If It Were Performed By The Prime Contractor Itself. to Assist In Our Market Research And Set-aside Determination For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize A “similarly Situated Entity” To Meet The Limitations On Subcontracting Requirements, Please Identify The Name & Unique Entity Id/cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics That You As The Prime Would Assign For Their Workshare. Information Regarding Any Planned “similarly Situated Entity” Should Be Included In Answering Any Questions Outlined In The Ssn In Order To Assist The Government's Capability Determination. disclaimer this Sources Sought Is For Informational Purposes Only. This Is Not A “request For Proposal (rfp)” To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. Responses Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Request For Quote (rfq) Or Invitation For Bid (ifb) Or Rfp, If Any Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government-wide Point Of Entry (gpe). It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Information Pertaining To This Requirement.
Closing Date17 Jan 2025
Tender AmountRefer Documents 
1141-1150 of 1161 archived Tenders