Uniform Tenders
Uniform Tenders
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 AmountUSD 931 K
This is an estimated amount, exact amount may vary.
DEPARTMENT OF TOURISM REGION XII Tender
Security and Emergency Services
Corrigendum : Tender Amount Updated
Philippines
Details: Description The Department Of Tourism Xii (dot Xii), Through The General Appropriations Act Of 2025, To Payment For The Procurement Of 24/7 Security Services Intends To Apply The Total Approved Budget For The Contract Of Seven Hundred Ninety-seven Thousand And Seven Hundred Eighty-one Pesos And 96/100 Only (php797,781.96) Inclusive Of Taxes, Delivery Or Shipping Fees And Other Incidental Charges: Lot No. Items Qty Abc 1 Procurement Of 24/7 Security Services 1 Php797,781.96 Overall Total Php797,781.96 Objective To Procure A Contract For Security Services For Purposes Of Safeguarding And Protecting Department Of Tourism Regional Office Xii Properties, Equipment, Facilities, Installations, And Confidential Information As Well As Its Officers, Employees, Their Visitors And All Persons Transacting Legitimate Business Within The Premises. Contract Period The Contract For The Security Services For The Department Of Tourism Regional Office Xii Shall Be For Twelve (12) Months. Mode Of Procurement The Procurement Of Security Services For The Department Of Tourism Regional Office Xii Shall Be Undertaken Through Small Value Procurement Under Ra No. 9184 And Its 2016 Revised Irr. Scope Of The Project The Prospective Bidders Shall Bid And Provide Security Services For The Department Of Tourism Regional Office Xii, With Details As Follows: To Provide Three (3) Security Guards,to Secure And Guard The Office Of The Department Of Tourism Regional Office Xii By Rotation, 24 Hours A Day From Monday To Sunday. To Perform The Following: Guard And Protect Department Of Tourism Regional Office Xii Properties From Theft, Arson, Pilferage, Trespassers, Robbery, Destruction, And Other Unlawful Acts Committed By Any Person As Well As Maintain Peace And Order Within The Department Of Tourism Regional Office Xii Premises. Protect Department Of Tourism Regional Office Xii Officials, Employees, Visitors, And Guests From Assault, Harassment, Threat Or Intimidation, And Other Criminal Acts, And Enforce And Implement Security And Safety Rules And Regulations Within The Department Of Tourism Regional Office Xii Premises. Inspect All Bags And Baggage Carried By People In And Out Of The Department Of Tourism Regional Office Xii Premises. Conduct Random Physical Inspections Of People Entering And Leaving The Premises, As Warranted. Conduct Thermal Scanning Of People Coming Into The Premises. Two (2) Security Guards Will Be Hired On The Day Shift And One (1) Guard On The Night Shift To Cover The 24-hour Rotation, 24 Hours A Day From Monday To Sunday. Minimum Track Record The Department Of Tourism Regional Office Xii Desires A Security Contractor Who Has Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Largest Contract Similar To The Contract To Be Bid. A Similar Contract Must Be A Security Contract Whose Value Must Be At Least Fifty Percent (50%) Of The Approved Budget For The Contract (abc). Obligations And Responsibilities The Contractor Shall: Provide And Operate Efficient Security Plans And Services By The Standards Prescribed By The Department Of Tourism Regional Office Xii And The Applicable Laws, Rules, And Regulations; Provide The Department Of Tourism Regional Office Xii With A Specified Number Of Qualified, Competent, Uniformed And Armed Guards Who Possess The Following Qualifications: Must Be Ra Filipino Citizen; The Guards Must Be At Least 2nd Year Of College Or Should Have Earned 72 Units In College. The Security Guards Should Also Have 3 Years Of Relevant Experience As Guards; Must Be Physically And Mentally Fit And At Least 21 Or More Than 45 Years Of Age; Must Have Passed And Undergone Regular Security Service Training Within The Last 6 Months, A Psychological Evaluation Test, Neuro-psychiatric Examination, Polygraph Integrity Profile, And Drug Test; Must Be Of Good Moral Character, Courteous, Alert, And Without Any Pending Criminal Case Filed In Court Or Any Police Record Involving Criminal Acts; Must Be Duly Licensed And Properly Screened And Cleared By Pnp, Nbi, And Other Government Offices Issuing Clearances For Employment. Provide And Maintain The Required Security Service Equipment, Mobile Units, Communications Units, And Gears In Ready And Operational Condition. Provide Registered Firearms, Nightsticks, And Other Paraphernalia, Such As Flashlights And Hand-cuffs Among Others, To Its Employees. For This Purpose, It Shall Submit To Erc A List Of Firearms With The Corresponding License Numbers Assigned To Its Employees. Provide Personal Protective Equipment (ppe) To Its Employees, Without Any Additional Cost To The Department Of Tourism Regional Office Xii. Ensure That It Can Respond To Situations That Require Immediate Assistance, In Any Form, To Its Employees During National Emergencies, Without Any Additional Cost To The Department Of Tourism Regional Office Xii. Any One Of The Deployed Security Guards Shall Have Appropriate Training On Any Two (2) Of The Following: Crowd Control Management; Bomb Awareness And Management; Intelligence And Investigation; And Basic First Aid. Provide, At No Expense To Department Of Tourism Regional Office Xii, Security Training Programs For All Security Guards To Be Deployed Such As, But Not Limited To, The Following: Recognition Of Characteristics And Behavioral Patterns Of Persons Who Are Likely To Threaten Security, Techniques Used To Circumvent Security Measures, Crowd Management And Control Techniques, Security-related Communications, Inspection, Control, And Monitoring Techniques, Basic Intelligence And Investigation Course, And Report Writing, Comply With All Laws, Rules, And Regulations, As Well As Other Social Legislations In Favor Of Its Security Guards. Employ Security Guards, With Appropriate Training On Customer Relations. Provide A Supervisor Who Shall Oversee Security Operations At The Expense Or Overhead Of The Security Services Contractor. Submit To The Department Of Tourism Regional Office Xii Daily Reports By The Form Prescribed By The Department Of Tourism Regional Office Xii At Five O’clock In The Afternoon (5:00 P.m.). Unusual Incidents, Such As Those Involving Danger To Life Or Property, Injuries, Altercations Or Disturbances, Theft, And Violations Of Department Of Tourism Regional Office Xii Rules And Policies, Shall Be Reported Immediately, But Not Later Than Two (2) Hours From The Discovery Of The Said Incident. Prepare And Maintain A Log Book That Should Be Made Available For Inspection At Any Time. A Certified True Copy Thereof Should Be Submitted Within Twenty-four (24) Hours, Upon The Request Of The Department Of Tourism Regional Office Xii. Assume Liability For Any Or All Losses And Damages For Destructions To Property Or Death/injuries Sustained By The Department Of Tourism Regional Office Xii, Its Employees, And Guests, Which Are Directly Attributable To The Negligence, Fault, Laxity, Unlawful Act, Or Misconduct Of The Contractor Or Any Of Its Officers Or Security Guards. Provide Insurance Coverage Or Pay For Life Insurance Premiums For Its Security Guards. Comply With The Reportorial Requirements Prescribed By The Department Of Tourism Regional Office Xii Relative To The Contractual Obligations Under The Contract. Comply With All Other Applicable Laws, Rules, And Regulations. The Department Of Tourism Regional Office Xii Shall: Allocate The Total Amount Of Seven Hundred Ninety-seven Thousand And Seven Hundred Eighty-one Pesos And 96/100 Only (php797,781.96) Inclusive Of All Government Taxes And Other Fees And Charges, As The Approved Budget For The Contract (abc) To Cover The Payment Of The Services Rendered By The Security Personnel Deployed Thereat By The Winning Contractor. Pay The Winning Contractor The Monthly Billing Rates Stipulated In Said Contract, Subject To Existing Government Auditing And Accounting Rules And Regulations, For And In Consideration Of The Services Rendered By Security Personnel Deployed By The Winning Contractor And Upon Presentation Of Its Semi-monthly Personnel Payment And Affidavit Or Sworn Certification That It Has Paid The Salaries And Benefits Of Its Personnel For The Period Covered, Per Submitted Payroll, And Remitted The Corresponding Premiums To Pag-ibig, Sss, Philhealth, Ecc, Etc. Rights Of Contractor And Department Of Tourism Regional Office Xii The Contractor Shall: Collect Lawful Charges For The Services Rendered, Upon Submission Of Reportorial Requirements And Compliance With The Terms Of The Contract. Confer Or Meet With The Authorized Representatives Of The Department Of Tourism Regional Office Xii On Issues And Concerns About The Proper Implementation Of The Contract. The Department Of Tourism Regional Office Xii Shall: Develop Together With The Contractor A Security Plan. Require The Contractor To Submit Supporting Documents As A Basis For Payment Of Services Rendered By Its Security Guards. Terminate And/or Cancel The Contract As May Be Provided For Therein. Exercise Functional And Operational Supervision Over The Security Guards Deployed Under The Contract For Its Proper Implementation. Qualifications Of The Contractor The Contractor Should Have The Necessary Eligibility, Experience And Expertise In Providing The Security Services, As Provided In The Technical Specifications. Liquidated Damages Where The Contractor Refuses Or Fails To Satisfactorily Complete The Work Within The Specified Contract Time, Plus Any Extension Time Duly Granted, And Is Thereby In Default Under The Contract, The Contractor Shall Pay Department Of Tourism Regional Office Xii For Liquidated Damages, And Not By Way Of Penalty, An Amount, As Provided In The Conditions Of The Contract, Equal To One Tenth (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Portion For Every Day Of Delay. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Department Of Tourism Regional Office Xii May Rescind Or Terminate The Contract, Without Prejudice To Other Courses Of Action And Remedies Available Under The Circumstances Such As But Not Limited To Forfeiture Of Performance Security And/or Blacklisting Of The Contractor. For Entitlement To Such Liquidated Damages, Department Of Tourism Regional Office Xii Need Not Prove The Damages Actually Incurred. Said Damages In Any Amount Shall Be Deducted From Any Money Due Or Which May Become Due To The Contractor Under The Contract And/or Collect Such Liquidated Damages From The Retention Money Or Other Securities Posted By The Contractor At The Dot 12’s Convenience. Force Majeure If A Force Majeure Situation Arises, The Contractor Shall Promptly Notify The Department Of Tourism Regional Office Xii In Writing Of Such Condition And The Cause Thereof. Unless Otherwise Directed By The Department Of Tourism Regional Office Xii In Writing, The Contractor Shall Continue To Perform Its Obligations Under The Contract As Far As Is Reasonably Practical, And Shall Seek All Reasonable Alternative Means For Performance Not Prevented By The Force Majeure. Reservation Clause The Department Of Tourism Regional Office Xii (dot 12) Reserves The Right To Reject Any Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Before The Contract Award By Section 41 Of R.a. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Payment Terms: Suppliers Will Submit A Delivery Invoice To The Department Of Tourism Xii. The Invoice Amount Should Match With The Purchase Order (p.o.) Amount Issued By The Supplier. The Payment Will Be Made In A Check Address To The Supplier. The Deadline For Submission Of The Quotation Shall Be On February 18, 2025, 10am. The Bidders Shall Send Via Courier Or Email Their Duly Accomplished Quotation Together With The Eligibility Requirements To Department Of Tourism Xii, Ground Floor Sanle Bldg., Benigno C. Aquino St., Cor. Lapu-lapu St., Koronadal City 9506 Or Via Email Bidsandawards@dot12.org. Late Submissions Shall Be Rejected. Instructions: The Bidders Shall Submit The Following Eligibility Documents In Addition To The Prescribed Quotation Form: The Bidders Shall Submit The Following Eligibility Documents In Addition To The Prescribed Quotation Form: Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives, Whichever Is Applicable; Mayor’s Permit Issued By The City Or Municipalities Where The Principal Place Of Business Of The Prospective Bidder Is Located; Duly Notarized Omnibus Sworn Statement (for Abcs Above Php 50,000) Valid Philgeps Registration Certificate; And Latest Income/business Tax Return (for Abcs Above Php 500,000) / Tax Clearance All Entries Shall Be Type Or Written In Clearly Legible Manner In Indelible Ink. Prices Are Inclusive Of Taxes, Delivery And Other Incidental Costs.
Closing Date18 Feb 2025
Tender AmountPHP 797.7 K (USD 13.7 K)
Las Pi as General Hospital And Satellite Trauma Center Tender
Electrical and Electronics...+1Electrical Works
Philippines
Details: Description Terms Of Reference Preventive And Corrective Maintenance And All Other Airconditioning Works On All Lpgh&stc Air Conditioning Units I. Scope Of Works 1. Provide A Quarterly Preventive Maintenance And Timely Repair Of All Air Conditioning Units. 2. Conduct A Scheduled Check-up And Standard Preventive Maintenance Of The Air Conditioning Unit As Per Prescribed By The Equipment Manufacturer. 3. The General Scope Of Services Are As Follows: A. Quarterly Maintenance 1. Ensure Proper Functionality And Temperature Settings 2. Clean Or Replace Filters As Needed To Improve Airflow And Efficiency. 3. Check For Leaks Or Damage In Refrigerant Lines 4. Ensure The Drain Is Clear And Free Of Blockages To Avoid Water Damage. 5. Clean Both Coils To Remove Dust, Dirt, And Debris To Maintain Efficiency 6. Tighten All Electrical Connections And Inspect Wires For Wear Or Corrosion 7. Lubricate Motors And Bearings To Reduce Friction And Wear. 8. Ensure The Refrigerant Is At Optimal Levels For Efficient Cooling 9. Check The Blower Assembly And Clean The Fan Blades 10. Listen For Unusual Noises And Inspect For Signs Of Wear And Damage B. Semi – Annual Maintenance (as Above Plus…) 11. Ensure The Refrigerant Lines And Other Components Are Properly Insulated. 12. Clear Any Debris From Around The Outdoor Condenser Unit. C. Annual Maintenance (as Above Plus…) 13. Use A Leak Detector To Locate Possible Refrigerant Leaks 14. Ensure The Contacts Are Free Of Wear And Damage To Prevent Electrical Issues 15. Test The Voltage And Current Draw Of The Compressor To Ensure It’s Within Manufacturer Specifications D. Repair Services 1. Repair Service Is For Situations Where The Air-conditioning Units Either Breaks Down Completely Or Has A Malfunction And Is Not Operating As It Should And This Requires An Additional Unplanned Service Visit By The Service Provider’s Technician At Lpgh&stc’s Request. 2. Service Provider Shall Immediately Respond And Conduct Inspection Within Twenty-four (24) Hours From The Receipt Of Report From Lpgh&stc In Case Of Any Abnormal Operation, Breakdown, And/or Stoppage Of Air-conditioning Units 3. Upon Inspection, The Service Provider Shall Conduct The Necessary Repairs To Ensure That Safety And Functionality Of The Air-conditioning Units. In The Event The Service Provider Assesses That The Air-conditioning Units Requires The Replacement Of Parts, It Shall Give Lpgh&stc Its Recommendation For Replacement Of Parts And A Price Quotation From Their Suppliers Of The Air-conditioning Units Parts Necessary For Replacement. Recommendation For Replacement Of Parts And Price Quotation From Suppliers Must Be Approved By Lpgh&stc. All Parts Supplied By The Service Provider Shall Be Original Parts Or Of Similar Functionality And Quality As Original Parts. 4. In Case Of Unavailability Of Parts From The Service Provider’s Supplier For Whatever Reason Which Shall Cause Delay, Lpgh&stc Shall Have The Option To Purchase The Necessary Parts Form Another Source Through Applicable Mode Of Procurement Allowed Under The Law In Order To Avoid Unnecessary Delay In The Works. 5. Upon Arrival Of The Parts, The Service Provider Shall Ensure That The Parts Are Properly Installed And That The Air-conditioning Units Shall Fully Function Upon The Parts Installation. In Case, The Third-party Supplier For Parts Purchased By Lpgh&stc Under Paragraph 4 Caused The Installation Of The Parts As Required By Its Warranty, The Service Provider Shall Ensure That The Air-conditioning Units Parts Are Properly Installed In Compliance With Its Recommendation And Report. E. Call Back Service • Call Back Services Is For Situations When Within The Fourteen (14) Days, After Preventive Maintenance Or Repair Service Works, There Is A Stoppage Or Malfunctioning Of The Subject Air-conditioning Units. • The Service Provider Shall Immediately Respond Within Twenty-four (24) Hours From The Receipt Of Report From Lpgh&stc In Case Of Any Abnormal Operation And Stoppage Of The Air-conditioning Units. • The Service Provider Shall Provide Call-back Service At No Charge. However, Charges Will Be Applied For Call-backs When Malfunctioning Is Caused By Misuse Of The Equipment Or Negligence. Call Back And Repair Services Coverage Does Not Cover The Cost Of Materials And Labor For Any Additional Repairs Required To Bring The Equipment Back Into Operation. 4. Submit Test Sheets/inspection Reports Including Any Findings And Recommendations. Gathered Data Includes Voltage, Amperes, Pressure For The Gas Coolant, Temperature, Room Temperature, And Remarks And Necessary Data Needed. (data Gathering Is Based Before And After The Pms). 5. The Service Task Of The Preventive Maintenance Shall Include The Following: • A Comprehensive Quarterly Maintenance Of All Air Conditioning Units, Troubleshooting, Repair And Restoration Of All The Components Of Air Conditioning Unit. • Assistance And Advice With Regards To The Proper Operation Of The Equipment. • Check That The Units Are Functioning Properly. • Check For Unusual Noise, Vibration Or Leaks • Submit A Report In A Form Of Checklist Indicating All Components That Needs To Be Checked During Preventive Maintenance Works With The Acknowledgment Of The End User, Verified By Maintenance Personnel And Approved By The Hospital Engineer. 6. The Service Provider Makes Every Effort To Ensure That The Breakdowns Of The Air Conditioning Units As A Result Of Normal Use Of Equipment Should Be Handled By Providing The Following Services: • On-site Repair Works Shall Be Provided Within An Hour For Phone Calls Or Work Requests Received During Office Hours And Two (2) Hours If After Office Hours Or During Holidays. • 24/7 Phone And Email Support - Must Provide Phone And Email Support For Immediate And Best Effort Responses In Order To Serve Lpgh&stc Inquiries And Support Requests/issues. - Service Provider’s Technical Personnel Must Be Available/reachable Through Their Official Contact Numbers (office Telephone And Mobile Phone Numbers) To Reply To All Queries On Various Issues, Request Or Inquiries That Require Urgent Over-the-phone Support. • All Repair Works On The Equipment Shouldn’t Hinder The Progress/completion Of The Preventive Maintenance And Cleaning Works Based On The Schedule Submitted. • The Service Provider Shall Submit Quotation For Parts And Services Not Covered In This Term Of Reference. In Some Cases, Lpgh&stc May Provide The Parts And The Service Provider Will Just Quote For The Labor Cost For The Installation And Vice Versa. 7. Relocation Of Air Conditioning Units As Per Instruction From Lpgh&stc. Service Provider To Submit Quotation And Is Subject For Approval. 8. The Air Conditioning Unit Located At The Emergency Room Should Be Maintained On A Weekly Basis. Ii. Service Provider’s Responsibility 1. The Service Provider Shall Be Responsible For Any Accidental Damages On The Air Conditioning Unit And To Other Hospital Properties Occurred During The Performance Of Their Job. 2. The Service Provider Shall Submit A Schedule On A Quarterly Basis For The Preventive Maintenance And General Cleaning Services For The Duration Of The Contract And Shall Be Subject For Approval Of Lpgh&stc. 3. The Service Provider Shall Provide The Necessary Tools And Equipment Such As Pressurized Water Compressor, Pressure Gauge, Testers, Pushcart, Ppes, Step Ladder, Fins Comb, Vacuum Cleaner, Plastic Containers, Basic Cleaning Materials And Detergent, Housekeeping Tools, Mechanic Tools And All Other Materials And Tools Necessary To Complete The Task. 4. The Service Provider Is Responsible For Providing Qualified Trained Personnel To Undertake Cleaning Of Air Conditioning Units And Its Components. Consult All Local Building, Occupational Safety, Electrical, Mechanical And Other Codes Applicable To The Work/task. Safety Considerations Include, But Are Not Limited To: • The Accessibility Of The Equipment To Non-service Personnel. • Cleaning And Maintenance Procedures. • Use Of Proper Personal Protective Equipment. • Lockout Of All Power Supplies Prior To Beginning Of Work In Accordance With Electrical Safety Guidelines. • Always Return Any Protective Covers Removed From Servicing. 5. During The Contract Implementation, The Service Provider Shall Provide Protective Covering (if Necessary) For The Affected Equipment/area/s. 6. Provide Safety Work Programs To Include Wearing Of Appropriate Company Uniforms And Id For All Workers. 7. The Service Provider Shall Provide At Least Four (4) Certified Air Condition Technicians On Weekdays Working From 8:00 Am – 5:00 Pm And At Least One (1) Certified Air Condition Technician During Weekends And Holidays Working From 8:00 Am – 5:00 Pm. They Also Need To Provide A 24/7 On- Call Technician During Emergency Situations. 8. Conduct Meeting With The Clients For The Status And Other Concerns. 9. Submission Of Service Reports Ie: Preventive Maintenance Checklist, General Cleaning And Other Works Are On A Daily Basis. 10. On The Occasions That Some Areas Are Not Available, They Must Inform The Client And Provide Proper Documentation/reasons With Signature Of The End-user. Iii. Minimum Requirements For The Service Provider 1. Must Be Operating In The Philippines For The Past Five (5) Years Or More. Should Also Be An Authorized Distributor Of Air Conditioning Unit Brands Installed At Lpgh&stc. 2. Must Have At Least One (1) Registered Electrical Engineer And One (1) Registered Mechanical Engineer As Their Regular Employees For At Least Two (2) Years. 3. Must Have At Least Three (3) Certified Air Conditioning Technician With At Least Three (3) Years Of Work Experience In Refrigeration And Air Conditioning Works To Be Assigned At Lpgh&stc. 4. The Bid To Be Submitted Must Indicate The Service Cost Per Unit Of Air Conditioning Unit Per Quarter. The Service Cost Per Unit Per Quarter Shall Further Be Broken Down Into Cost For Preventive Maintenance And Cost For General Cleaning. Iv. Final Inspection And Report A Final Check Is To Be Carried Out To Ensure That No Dust Or Debris Remains On The Surfaces As A Result Of Dismantling Operations. The Maintenance Personnel Will Thoroughly Inspect The Space Jointly With The Air Condition Technician To Determine Whether Any Damage Has Been Done On The Finishes, Equipment Or Any Other Part Of The Workspace. A Final Inspection Report (2 Copies) Will Be Prepared And Submitted Jointly Between The Maintenance Personnel And The Air Conditioning Technician To The Engineering And Facilities Management (e&fm) Head. The Report Shall Contain The Following: • Completion Of The Cleaning Project, As Verified Through Visual Inspection. • The Report Shall Contain Photo Documentation Both Before And After Pictures Verifying The Air Conditioning Units Are Clean, But At A Minimum Must Contain After Pictures That Show That The Air Conditioning Unit Is Free From Non-adhered Substances And Debris. • Areas Of The Air Conditioning Unit Found To Be Damaged, In Need Of Repair, And/or Requiring More Aggressive Cleaning. A Certificate Of Preventive Maintenance And General Cleaning Shall Be Issued By The Service Provider Once All The Pm For The Month Are Completed And All The General Cleaning For The Quarter Are Accomplished. The Certificate Must Be Validated By The In-house Air-condition Technician/s And Approved The Hospital Engineer. V. Penalty 1. A Penalty Will Be Imposed For Every Unperformed Acu’s Computed As Follows: Total Amount Deducted (pro-rata) + 20% Penalty. If The Reason For The Unperformed Acu’s Is/are From The Client, No Penalty Will Be Imposed. 2. If The Service Provider Failed To Performed All The Acu’s For Two (2) Consecutive Months And/or Two (2) Unsatisfactory Evaluations Within The Duration Of The Contract. The Service Provider Will Not Be Able To Join The Bidding And Will Be Blacklisted To The Hospital. Vi. Lpgh&stc Air Conditioning Unit Inventory (complete Tor Shall Be Provided Upon Written Request) Total Cost ₱1,689,000.00 Note: Preventive Maintenance And General Cleaning Of Acu Located In The 12 Storey Building Will Only Start At The End Of Its Warranty Period. (warranty Period Ends On August 2025)
Closing Date19 Feb 2025
Tender AmountPHP 1.6 Million (USD 29.1 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-2024-11-122-2nd 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)
Department Of Agriculture Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Invitation To Bid For The Negotiated Procurement Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Feed Mill Processing Facility In Brgy. #40 Buyon, Bacarra, Ilocos Norte 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2024intends To Apply The Sum Of Ten Million Pesos (php10,000,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Negotiated Procurement Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Feed Mill Processing Facility In Brgy. #40 Buyon, Bacarra, Ilocos Norte With Project Identification Number Da-rfo-1-2024-infra-035-n. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above Procurement Project With The Following Details And Specifications: Details And Specifications Project Location: Brgy. #40 Buyon, Bacarra, Ilocos Norte Project Description: Construction Of Feed Mill Processing Facility With A Dimension Of 15m X 10m Component 1: Building Scope Of Work: Description Qty Unit I. Mobilization And Demobilization 1.00 L.s. Ii. Permits And Clearance 1.00 L.s Iii. Project Billboard/sign Board 1.00 L.s Iv. Safety And Health 1.00 L.s V. Construction Of Temporary Facility 12.00 Sq.m. Vi. Clearing And Grubbing 100.00 Sq.m. Vii. Earthworks 99.66 Cu.m. Viii. Rsb Works 2,429.48 Kgs Ix. Forms Works 420.00 Bd.ft. X. Concrete Works 30.00 Cu.m. Xi. Masonry Works 30.00 Sq.m. Xii. Iron Works 7,619.13 Kgs Xiii. Painting Works 100.00 Sq.m. Xiv. Roofing And Siding Works 448.44 L.m Xv. Windows And Doors 29.50 Sq.m. Xvi. Plumbing Works 1.00 Lot Xvii. Electrical Works 15.00 Outlet Xviii. Da Logo 1.00 Lot Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 2 Skilled Workers • 6 Unskilled Workers Minimum Equipment Required: • 1 Concrete Mixer, One-bagger • 1 Angle Grinder • 1 Cut-off Machine • 1 Bar Cutter • 1 Welding Machine • 1 Generator Set • 1 Electrical Drill Component 2: Machinery All Components Shall Be Of The Same Brand, Brand New And Not Rebranded/renamed. 1. Built A. Compact B. System (per Component) 2. Crusher Function: Crush The Raw Materials To Powder Capacity: 100kg/hr Primemover: 4kw, Electric Motor, Single Phase 3. Mixer Function: Can Mix Materials Uniformly Capacity: 100kg/batch Where One Batch Needs 5-10mins Primemover: 4kw Electric Motor, Single Phase 4. Screw Conveyor Function: Use To Lift And Transfer Powder Or Raw Materials To The Mixer. Primemover: 2.2kw Electric Motor, Single Phase Capacity: 500 Kg/hr 5. Feed Pellet Machine Primemover:15kw, Electric Motor, 3-phase Capacity: 300 Kg/hr 6. Belt Conveyor Capacity: 200 Kg/hr Power:2.2kw, Electric Motor, Single Phase 7. Cooler And Dust Collector Function: Use To Cool The Finished Product Capacity: 200kg/hr Primemover (cooler): 0.75 Kw Primemover (dust Collector): 2.2 Kw 8. Bag Sewing Machine 9. With 2 Tons Silo Other Requirements For The Supplier Of The Goods/machinery: * Brochures/pictures, Operator’s Manual * System Testing Shall Be Conducted By Amtec After Complete Installation * Valid Permit To Operate Issued By Bafe (all Machinery Components Must Be Stated As Product Lines) And Certificate Of Namdac Accreditation Issued By Pcaf * Certificate Of Company-owned/affiliated Service Center Within The Region And Service Center Must Have A Permit To Operate Issued By Bafe * Notarized Affidavit Of Undertaking For After Sales Service That Supplier Must Render Within 72 Hours Upon Receipt Of Notice From The Recipients/ Procuring Entity * Certificate Of Availability Of Spare Parts Of The Brand/model Being Offered Within The Region To Be Issued By The Distributor/manufacturer/affiliated Service Center * Notarized Certificate Of Stock Allocation To Be Submitted During The Bid Opening Issued By The Distributor/dealer/importer Specifying The Name Of Project To Da Rfo 1 * Certificate To Conduct On-site Technical Briefing For Operators On Operation, Maintenance, And/or Repair Of The Supplied Goods By The Supplier With The Following Compatible Accessories: 1. All Components Should Be Provided With Compatible Electric Motor - Connecting Wires And Cables Shall Conform To Electrical Code Of The Philippines - Moisture And Dust Proof - With Thermal Protection Device 2. Control Panel - Compatible To The Electrical Requirements Of The Feed Milling System - Must Contain Mimic Flow Of Operation - With Basic Safety Cut-off Features Including Emergency Shutdown Button - With On-off Push Button Switch And Individual Circuit Breaker For Each Motor - Dust Proof 3. One (1) Unit Weighing Scale - Mechanical Type - Capacity: 1 Ton (minimum) - Readability: 0.5 Kg 4. With Safety And Ease Of Operation Features - Path Walks - Markings/direction/borders - Provision Of Harness - Moving And Rotating Components Of The Feed Mill Must Be Covered - Two (2) Units Fire Extinguisher For The Control Room And Feed Milling Area * Dry Chemical, Stored Pressure Type, Capacity: 6.80kg, Minimum - Basic Safety Kits 5. With Additional 2 Dies, Shieve And 1 Spare Hammermill Teeth 6. Equipped With Electrical Requirements 7. Compatible Panel Board With Circuit Breakers - The Electrical Wire, Wire Accessories, And Piping/conduit To Connect The Transformer Unit To The Main Distribution Panel Board And To The Control Panel Of The Feed Milling System Shall Be Provided By The Bidder - The Electrical Wires, Panel Board, Circuit Breakers And Piping/conduit Must Be Brand New 8. Appropriate Heavy-duty Tools: Made Of Tempered Steel And Chrome Vanadium - With Heavy Duty Toolbox And Roll Up Tools Holder 9. With Appropriate Mounting Frame - All Component Of The Feed Mill Shall Be Installed With Mounting Frame And Fitted With Brackets 10. All Major Components And Parts Of The Feed Should Be Painted Powder Coated. For Mounting Frames, Path Walks And Catwalks Should Be Painted Finish, With Rust-proofing Primer And Final Paint Color 11. With Appropriate Silent Type Generator Set 12. With Converter (from Single Phase Power To 3-phase Power) Completion Of The Works Is One Hundred Twenty (120) Calendar Days For Infrastructure Component And Forty (40) Calendar Days For The Machinery Component Upon The Completion Of Infra Component. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From February 3-13, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Preliminary Conference On 05 February 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 13 February 2025, 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 13 February 2025, 9:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa; C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. E. The Technical Specifications Of The Project (as Part Of Tab F - Project Requirements) Must Be Duly Signed/countersigned And Sealed By A Licensed Agricultural And Biosystems Engineer In Accordance With Republic Act 8559 Or Republic Act 10915. 11. The Da-rfo 1 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ January 31, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2024-infra-035-n
Closing Date13 Feb 2025
Tender AmountPHP 10 Million (USD 172.3 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
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01.
this Solicitation Is Set-aside For 100% For Small Business Concerns Iaw Far 19.502-2, Total Small Business Set-asides.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541380, With A Small Business Size Standard Of $19.0 Million. The Fsc/psc Is Q301.
va Loma Linda Healthcare System (vallhcs) Located At 11201 Benton St, Loma Linda, Ca 92357 Is Seeking A Potential Qualified Contractor That Can Provide Inspection & Certification Of Fume Hoods, Ventilators, Biological Safety Cabinets, And Isolators.
all Interested Entities Shall Provide Quotations For The Following:
title:
va Loma Linda Healthcare System (vallhcs) Inspection & Certification Of Fume Hoods, Ventilators, Biological Safety Cabinets, And Isolators.
background Information:
vallhcs Provides High Quality Care While Ensuring The Safety Of Its Staff, Patients, And Visitors. A Critical Component Of This Commitment Involves Ensuring That All Fume Hoods, Ventilators, Biological Safety Cabinets, And Isolators Within The Va Facilities Are Functioning Optimally And Meet Applicable Regulatory Standards. Regular Inspection And Certification Of This Equipment Are Essential For Supporting Clinical, Research, And Pharmaceutical Operations While Protecting Personnel And The Environment From Hazardous Materials.
objectives:
the Objective Of This Contract Is To Engage A Certified Contractor With Proven Expertise To Provide Monthly, Bi-annual Inspections, Certification, Testing And Maintenance Services For All Fume Hoods, Ventilators, Biological Safety Cabinets, Viable Particle Surface And Air Sampling And Analysis For Medium Risk Facilities And Isolators Within The Vallhs Facilities. The Contractor Will Ensure All Equipment Meets Or Exceeds Current Regulatory And Safety Standards, Including But Not Limited To Those Set By The National Fire Protection Association (nfpa), Occupational Safety And Health Administration (osha), And U.s Pharmacopeia (usp)
scope:
the Contractor Shall Provide All Parts Labor, Transportation, Equipment, Supervision, And Certified Personnel To Perform On-site Bi-annual And Monthly Inspections And Certifications Of Government-owned Fume Hoods, Ventilation Devices, Biological Safety Cabinets (bsc), Laminar Flow Devices, Isolators, Biosafety Hazard Hoods, Sterile Workbenches, Radiation
safety Hoods, Buffer, Ante Spaces, And Pharmacy Clean Rooms (see Section 6.1). The Contractors Shall Be Responsible For Removing Or Disposing Of Hazmat.
the Contractor Shall Provide Bi-annual Or Monthly Inspections, Certifications And Testing On The Equipment Listed Below:
manufacturer
type
s/n
item Number
location
labonco
3620904
020119684e
26754
2c05
lab Equip Co
h7-48
h7-48h
40092
2c05
lab Equip Co
h7-48g
h7-48g
unk
2c07
labonco
36209-00
247536
40138
2c07
fisher
fb-pcr2
1591080398158
41427
2c22
lab Equip Co
h7-48d
h7-48d
40096
2c24
lab Equip Co
h7-48e
h7-48e
40094
2c22
lab Equip Co
h7-48c
h7-48c
40095
2c25
lab Equip Co
h7-48b
h7-48b
40097
2c26
labonco
premier
160729357b
unk
2c27
labonco
premier
160729358b
unk
2c28
labonco
3440000
070976549
39977
2c29
labonco
premier
160729356b
unk
2c30
lab Equip Co
h7-48s
h7-48s
40112
3c28
lab Equip Co
h7-48r
h7-48r
40111
3c27
labonco
h7-48cc
h7-48cc
40122
4c22b
forma Scientific
1284
18565-370
45031
4c22b
labonco
36209-08
257688
16334
4c22b
lab Equip Co
h7-48aa
h7-48aa
40124
4c25
lab Equip Co
h7-48v
h7-48v
unk
4c02
labonco
36209-00
214517
9615
4c02
lab Equip Co
h7-48u
h7-48u
40118
4c03
lab Equip Co
h7-48y
h7-48y
unk
4c04
labonco
3620904
010916879e
45029
4c04
lab Equip Co
h7-48w
h7-48w
unk
4c05
usa Scientific
ac648lfuvc
42337
44237
4c05
lab Equip Co
h7-48x
h7-48x
40121
4c06
fisher Scientific
pcr
-
unk
4c06
mopec
-
me400l09002
45782
1b25
lab Equip Co
h7-48z
h7-48z
6946
4c07
labonco
3440000
070976500
39976
4c07
bmc
6315-08
1dla-26
45027
1b28
labonco
3440809
080891842b
45030
4c07
lab Equip Co
h3-72
143-72
45022
1b49
labonco
36209-01
192918
8742
4c07
labgard
nv-629-600
12697011108
43090
1b28c
bmc
6315-08
1llb-38
45018
1b51a
bmc
6315-08
1llb-28
45019
1b51a
bmc
6315-08
1llc-2
45020
1b51h
bmc
6315-08
1llb-15
45017
1b50a
bmc
6315-08
1llb-9
45016
1b50
bmc
6315-08
1lla-21
45015
1b50
labgard
nv-629-600
126966111008
43091
1b30
labgard
nv-629-600
126965111008
43092
1b21
labgard
nv-629-600
126971111008
43090
1b22
labgard
nv-629-600
126967111008
43093
1b22
nuaire
nv-612-spec
80565103002
45023
1b23
nuaire
nv-602-400
11674091301
40299
1b22
labonco
36209-04
990906254
28319
1b25
germfree
lfgi-6usp
65-15-lug-16441
pharmacy-67087
2c-125 Cancer Center
germfree
lfgi-6usp
65-15-lug-1644o
pharmacy-67088
2c-125 Cancer Center
baker Company
egb-6252
67642
pharmacy-40255
1c-27 Main
baker Company
egb-6252
67643
pharmacy-40168
1c-27 Main
germfree
lfgi-6usp
6s-15-lgu-13405
pharmacy-41505
4c-31 Main
germfree
lfgi-4usp
4s-15-lgu-13340
pharmacy-41506
4c-31 Main
hazardous-
bbf-3ssrx
3s-15-br-16215
pharmacy-trailer
iv-trailer
hazardous-
bbf-3ssrx
3s-15-br-16216
pharmacy-trailer
iv-trailer
non-hazardous
bvbi-3ssrx
3s-15-bvbi-16217
pharmacy-trailer
iv-trailer
non-hazardous
bvbi-3ssrx
3s-15-bvbi-16218
pharmacy-trailer
iv-trailer
contractor Shall Perform The Following Testing:
bi-annual
down Flow Velocity
inflow Velocity
airflow Smoke Pattern Test
hepa Filter Leakage
static Pressure Reading (unit & Duct)
site Assessment
environmental Conditions For Temperature, Humidity, And Pressure
smoke Test Pattern.
airborne Non-viable Particle Counting
Monthly
viable Particle Surface And Air Sampling And Analysis For Medium Risk Facilities
contractor Shall Provide A Field Service Report (fsr) Via Email To The Contracting Officer Representative (cor Within Ten (10) Days Of Completed Service. Contractor Shall Provide The Fallowing Information:
type Of Equipment (i.e. Fume Hood)
manufacture
model Number
class (i.e. Aii)
serial Number
va Equipment Entry (ee) Number
building And Room The Equipment Is Located In.
test Date.
pass Or Fail
date Of Next Inspection
the Contractor Shall Revalidate The Data If Any Equipment Is Added Or Removed.
the Contractor Shall Affix Label To Each Unit That Passes Certification. The Contractor Shall Affix Labels On The Day The Inspection Was Passed Or The Certification Date. The Contractor Shall Provide Label That Includes:
company Name
mailing Address
telephone Number.
certificate Name ( Certificate Of Environmental Compliance To Cal Or Osha And Nfs Standard No.49 )
equipment Manufacture
equipment Name
inspection Date
date Of Next Inspection
signature Of Inspector
full Printed Name Of Inspector
status: Certified
unit Id Number From Contract
the Contractor Shall Affix Label To Each Unit That Fails Certification. The Contractor Shall Affix Labels On The Day Od The Failed Inspection Or Certification. The Contractor Shall Provide Label That Includes:
company Name
mailing Address
telephone Number.
equipment Manufacture
equipment Name
inspection Date
signature Of Inspector
full Printed Name Of Inspector
status: Failed
unit Id Number From Contract
contractor Shall Submit A Written Statement Of Repairs Needed (to Be Referred To As Failed Inspection Report), Including An Itemized Listing Of Parts Deemed Necessary To Certify The Unit. This Must Be Submitted To The Cor Prior To Leaving The Facility On The Day Of Attempted Certification. This Information Must Be Written In Detail So That The Cor May Pass It To A Repair Contractor (if Selected To Be Different From The Certification Contractor) Thus Enabling This Other Contractor To Bring All Materials And Parts Needed At The Time Of Service To Effect Repairs Rendering The Unit Certifiable.
if A Hood Is Deemed Non-repairable, Not Meeting Industry Standards, And Failing The Test Requirements, The Contractor Shall Provide The Cor With The Failed Inspection Report Outlining Specific Non-repairable/replaceable Parts That Prevents Certification On The Same Day Of The Inspection. The Contractor Shall Notify The Cor Verbally And Through A Written Report Of Any Equipment Not Being Repaired To The Cor Prior To Leaving The Government Premises.
emergency Line Item - Over And Above Repairs.
over And Above Repairs - For The Emergency Services, Repairs And Maintenance That Are Over And Above The Sow, If Quote Pricing Is Within The Cor S Government Purchase Card (gpc) Threshold, The Cor Will Authorize Payment. For Emergencies Over The Cor S Gpc Threshold, Only The Contracting Officer (co) Is Authorized To Approve Contract Modifications. Additional Services Shall Be Approved By The Contracting Officer Prior To The Contractor Initiating Any Work. The Contractor Shall Provide An On Schedule- Quote To Both The Co And Cor For Review And Consideration. Additional Funding Will Be Provided By The Facility As Needed For Payment.
training
the Contractor Personnel Performing Inspection And Certification Services Shall Be Fully Accredited And Certified To Conduct Test, Evaluations And Certification Of The Equipment Assigned.
the Contractor Personnel Shall Have Validated Certification Of Accreditation From National Sanitation Foundation (nsf) International: Biohazard Cabinet Field Certifier Accreditation Program. The Certificate Of Accreditation Shall Specify The Initial And Expiration Dates And This Certification Shall Be Verifiable On The Nsf Website And Shall Be Provided To The Cor Ten (10) Days Fallowing Award.
the Contractor Shall Be Required To Update Accredited Contractor Personnel Certifications Throughout The Life Of The Contract As Changes Occur To Staff. New Employee Credentials Of Accreditation For Equipment On Contract And Training Certificates Must Be Submitted And Approved By The Cor Prior To The Employee Commencing Any Work On This Contract.
inspections
the Contractor Shall Perform Inspections Bi-annually. Inspections, Certifications, And Testing Are To Be Completed Within The First Fifteen (15) Working Days Of Each Scheduled Service.
inspections Shall Be Mutually Agreed Upon By The Cor And Contractor Thirty (30) Days Prior To The Inspection.
the Contractor Is Responsible For Complying With The Inspection Schedules.
period Of Performance:
30 Days From Performance Start Date. Work May Be Scheduled During The Day Or Night (depending On Load Demand), Monday Thru Friday And/or Saturday Thru Sunday.
daytime Hours: 6 Am To 4 Pm
evening Hours: 4 Pm To 4 Am
contractor Shall Initiate Work Within 2 Weeks Of Being Contacted By The Designated Contracting Officer S Point Of Contact (poc) Or Designee. Work Shall Be Scheduled Through The Poc Or Designee, Who Will Coordinate With Vallhcs Staff. Timelines Are Subject To Change Due To Vallhcs Operational Requirements.
place Of Performance:
Main Hospital
Va Loma Linda
11201 Benton St.
Loma Linda, Ca 92357
licensing Requirements:
offeror Must Possess A 30-hour Occupational Safety And Health Administration (osha) Safety Card.
ansi Certification Of Accreditation
iso/iec 17025:2017 Calibration And Testing
specific Requirements:
contractor Shall Schedule Start Date With Poc Or Designee Five (5) Business Days In Advance.
the Contractor Shall Provide Bi-annual Or Monthly Inspection, Certifications, And Testing On The Equipment Listed.
contactor Personnel Shall Have Valid Loma Linda Piv Badges Before Starting Work.
contractor Shall Coordinate Energy Source Lock Out /tag Out Procedures With Vallhcs Hvac Supervisor Before Starting Work. When Work Is Complete, Contractor Shall Notify The Vallhcs Hvac Supervisor That Energy Sources Will Be Restored And Require Verification.
contractor S Supervisor Or Lead Technician Are To Check In With Vallhcs Hvac Supervisor, Or In Their Absence, With Graphics Control Prior To Work Each Day.
contractor Shall Conform To The Following Standards, Policies, Regulations, Governing Agency, And Any Other Local, State, Or Federal Guidelines That Are Not Listed Here.
osha 29cfr Regulations, Www.osha.gov
nfpa 99, Www.nfpa.org
california Administration Code. Title 8
nsf/ansi 49
cdc/nih Biosafety In Microbiological And Biomedical Laboratories,4th Ed, May 1999
nih Guidelines For Research Involving Recombinant Dna Molecules, January 2001
american Society Of Hospital Pharmacists Technical Bulletin On Handling Cytotoxic Drug In Hospital
food And Drug Administration
joint Commission
cal/osha 5154
international Organization For Standardization (iso0 Class5,7, And 8 Criteria)
iso 17025 And 14644
cag-003 And Cag-009
iest-rp-cc002
united States Pharmacopeias (usp) 797, (usp) 800 And 116
authorized Services:
only Those Services Specified Herein Are Authorized Under This Contract. Before Permitting And/or Performing Any Service Of A Non-contract Nature, The Contractor Shall Advise The Co Of The Reason (s) For The Additional Work And/or Service. The Contractor Is Cautioned That Only The Co Or His/her Designee May Authorize Additional Service That Are Within The Scope Of This Contract And That Reimbursement Shall Not Be Made Unless Prior Authorization Is Obtained From The Co. All Changes To The Contract Shall Be Issued Through A Contract Modification In Writing From The Co To The Contractor.
delegation Of Authority:
no Additional Service Shall Be Provided Without The Approval From The Contracting Officer (co) Or His/her Designee Of This Contract. The Contractor Shall Not Accept Any Instructions Issued By Any Other Person(s) Other Than The Co Or His/her Delegated Representative Acting Within The Limits Of His/her Authority.
government-furnished Equipment (gfe) Government Furnished Information (gfi):
No Government Equipment Will Be Used By The Vendor.
recognized Holidays:
the Following Is A List Of All Government Recognized Holidays:
in Accordance With 5 U.s.c. 6103, Executive Order 11582 And Public Law 94-97 The Following National Holidays Are Observed And For The Purpose Of This Contract Are Defined As Legal Federal Official Holidays :
new Year S Day: January 1
martin Luther King S Birthday: Third Monday In January
president S Day: Third Monday In February
memorial Day: Last Monday In May
juneteenth Independence Day: June 19
independence Day: July 4
labor Day: First Monday In September
columbus Day: Second Monday In October
veterans Day: November 11
thanksgiving Day: Fourth Thursday In November
christmas Day: December 25
If A Holiday Falls On Sunday, The Following Monday Shall Be Observed As The Legal Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A Legal Holiday By U.s. Government Agencies. Also Included, Would Be Any Other Day Specifically Declared By The President Of The United States Of America To Be A National Holiday.
contractor Employees And Badges:
Contractor Personnel Shall Present A Neat Appearance And Be Easily Recognized As Contractor Employees. Examples: Wearing Of Distinctive Clothing Such As Uniform, Badges, Patches, Etc.
all Contractor Personnel Shall Be Required To Wear Va Always Provided Identification (i.d.) Badges Above The Waist While On The Va Grounds. Contractor Shall Be Required To Coordinate With The Cor To Obtain The Va Provided I.d. Badges For All Staff. All Va Provided I.d. Badges Shall Be Returned At The End Of The Contract Or Upon Completion Of Service. Failure To Wear Id Badges May Result In Removal From Any Of The Va Facilities And/or Otherwise Referred To Government Property.
safety And Ppe Equipment:
Personal Protective Equipment Shall Be Provided For Each Contractor Employee By The Contractor. Possession Of Weapons Are Prohibited.
smoking And Vaping Policies:
Smoking And Vaping Are Prohibited On Government Property.
parking:
it Is The Responsibility Of Contractor Personnel To Park Only In Designated Parking Areas. Parking Information Is Available From The Va Security Service. The Va Shall Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor's Personnel Under Any Circumstances.
complaints:
contractor Shall Promptly And Courteously Respond To Complaints Within Three (3) Working Days To The Cor. Including Complaints Brought To The Contractor S Attention By The Co. Contractor Shall Maintain A Written Record Of All Complaints, Both Written And Oral Showing The Identity Of The Individual, The Nature Of The Complaint, And Contractor S Response. Contractor Shall Permit The Government To Inspect The Written Records Of Complaints Upon Reasonable Notice From The Co.
required Submittals With Quotes Shall Include Following:
proof Of:
offeror Must Possess A 30-hour Occupational Safety And Health Administration (osha) Safety Card.
ansi Certification Of Accreditation
iso/iec 17025:2017 Calibration And Testing
the Contract Period Of Performance Is 2-5-2025 1-31-2030, With An Fop Of Destination.
place Of Performance/place Of Delivery:
va Loma Linda Healthcare System
11201 Benton St
loma Linda, Ca 92357
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services
far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (dec 2022).
addendum To Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services Applies To And Is Included With This Acquisition.
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (sep 2023).
the Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (5), (9), (11), (12), (18), (26), (31), (33), (34), (35), (36), (37), (39), (40), (55), (63), (c)(1), (2), (7), (8).
all Invoices From The Contractor Shall Be Submitted Electronically In Accordance With Vaar Clause 852.232-72 Electronic Submission Of Payment Requests. This Is Accomplished Through The Tungsten Network Located At: Http://www.fsc.va.gov/einvoice.asp. This Is Mandatory And The Sole Method For Submitting Invoices.
all Quoters Shall Submit The Following: All Information Required By Far 52.212-1(b) Submission Of Offers.
all Quotes Shall Be Sent To The Network Contracting Office (nco): Koby.thiel@va.gov.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government.
the Following Are The Decision Factors: Price, And Past Performance, With Price More Important.
past Performance Will Be Based On Cpars And Fapiis Ratings. No Rating In Cpars Is Equal To A Neutral Rating.
the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
questions Shall Be Received Not Later Than 01-29-2025, 8:00 Am Mst At Koby.thiel@va.gov Only. Subject Line Should Include Response To Rfq 36c26225q0366.
final Submission Of Your Response Shall Be Received Not Later Than 02-03-2025, 8:00 Am Mst At Koby.thiel@va.gov Only. Subject Line Should Include Response To Rfq 36c26225q0366.
submissions Shall Include Your Quote As Well As A Capabilities Statement With Qualifications Proving All Certifications And Education Required For The Work Being Conducted In The Sow. Submissions Not Meeting All Requirements Of The Sow Will Be Considered Ineligible For Award.
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
all Quotes Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
koby.thiel@va.gov
Closing Date3 Feb 2025
Tender AmountRefer Documents
DINGLE POTOTAN WATER DISTRICT Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Republic Of The Philippines Dingle-pototan Water District Pototan, Iloilo _____________________________________________________________________________________________________ Request For Quotation No Np-25-001 The Dingle-pototan Water District, Through Its Bids And Awards Committee (bac), Intends To Procure Services For The Installation Of Dingle-pototan Water District Billing And Collection System Of Commercial Division In Accordance With Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republict Act No. 9184. The Bids And Awards Committee (bac) Will Hold A Pre-bid Conference On February 6, 2025 At 8:30 Am At Dingle-pototan Water District, Brgy. Abangay, Pototan. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Last Page Of This Request For Qoutation (rfq). Kindly Submit Your Quotation Duly Signed By You And Your Duly Authorized Representative Not Later Than February 18, 2025 At 8:30 Am At Dingle-pototan Water District, Brgy. Abangay, Pototan. A Copy Of Your 2025 Business/mayor’s Permit And Philgeps Registration Number Is Also Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Mayor’s/business Permit. The Duly Accomplished And Notarized Omnibus Sworn Statement (gppb-prescribed Forms), Income/business Tax Return Will Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (033)-529-6057 Or Email Us At Dpwdcomdiv2023@gmail.com And/or Bacdpwd2025@gmail.com. Request For Quotation (rfq) May Also Be Downloded From The Dingle-pototan Water District Website: Http://dinglepototanwd.gov.ph (original Signed) Sweden Joy R. Lesondato Bac Secretariat Date: Name Of Company: Address: Tin: Philgeps Registration Number: Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Installation Of Billing And Collection System Program: Technical Specification Important Note: State “comply” In The Column “statement Of Compliance” Against Each Of The Individual Parameters Of The Each “specifications”. Technical Specifications Statement Of Compliance Software Components: Concessionaires • Create Concessionaires (account Number Auto Generared) • Update Concessionares Re-open Re-open/new Connection Disconnected Temporary Close Permanent Close Renewal Of Service Contract Change Name/ownership Change Of Service Type Active Inactive • View Account Ledger View And Print Water Meter Billing Ledger View And Print Other Accounts Billing Ledger • View Concessionare Information • Print Concessionaire Information • Search/filter Concessionaire Water Rates • Create Water Rates • Update Water Rates • View Water Rates • Print Water Rates • Search Water Rates • Generate Water Rates Meter Reading • Create Meter Reading • View Meter Reading • Edit Reading Pull-out/change Meter (old And New Meter) Generate Bill Remove Reading • Print List Of Meter Reading Monthly Per Zone • Print Bills • Search/filter Meter Reading Billing • Billing Schedule • Other Accounts Receivable Create Other Account Receivable View Other Account Receivable Print List Of Other Account Receivable Generate Bill Delete Other Account Receivable (ungenerated Bill) Remove Other Accounts Receivable Billing Statement Discounts For Senior Citizen And Others Collection • Manage Account Receivable Other Collection Transactions O Create Payment For Other Charges Consumer Payment Online O Create Payment For Water Bills Print Accounts Receivable • Mange Detailed Account Receivable Create Bill Adjustment Memo Record Multiple Payment/billing View And Print Billing History Search/filter Detailed Account Receivable Filter Concessionaires With Zero Balance Bill • Manage Collection Adjust Paid Account Apply Penalty Post Arears Print Receipt Unpost Paid Accounts Print List Of Payments Reports • Collection Report List Of Collection Report Daily Collection Report Monthly Collection Report Monthly Summary Collection Report • Billing Report Daily Billing Summary Monthly Billing Report Monthly Billing Summary Repport Total Billed Unbilled Concessionaire • Aging Report Daily Aging Report Detailed Monthly Aging Report (no Movement) Monthly Aging Summary Report • Consumption Report Monthly Zero Consumption Individual Consumption Analysis Monthly Consumption Pattern Top Users On Water Usage Average Consumption Report Percentage Concessionaire Rate Consumption Per Barangay • Concessionaire Report Concessionaire Per Barangay Total Number Of Concessionires Monthly (barangay/zone/service Type) Total Number Of Service Type Per Barangay And Per Zone Categorize Number Of Concessionaires Per Barangay With Consumption Total Monthly Concessionaires O New Connection O Re-open O Re-open/new Connection O Disconnected O Temporary Close O Permanent Close O Active O Inactive O Change/pull Out Meter • Penalty Report Monthly Penalty Charge Summary Daily Penalty Report Monthly Penalty Report • Connection Status Report Monthly Connection Status Report Connection Status Report As Os Date Disconnection List • List Of Pull Out/change Meters • Monthly Adjustment Report (penalty, Withholding Tax, Additional Adjustments) • Incorporated Reporting Conversion (data) • Disconnection Order • Read And Bill Ready Settings • Zone • Manage Services • Manage Concessionaires • Manage Pament History • Manage Meter • Manage Arrears • Manage Status • Manage Bill • Adjustmemt System Maintenance Schedule Of Requirements Bidder’s Statement Of Compliance A. Services For The Installation Of Dingle-pototan Water District Billing And Collection System (bcs) Of Commercial Division. February 19, 2025 Financial Offer Approved Budget For The Contract Total Offered Quotation Four Hundred Seven Thousand Eighty-one Pesos And 50/100 (p407,081.50) In Words: In Figures: Payment Details: Payment Shall Be Made Through Dbp Check After Completion Of Billing And Collection System (bcs) And After The Required Dry Run And/or Test Of The Program And Upon Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. Bank Institution Account Number Account Name Branch Signature Over Printed Name Position/designation Office Telephone No. Fax/mobile No. Email Address/es Terms And Conditions: 1. Service Providers Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of (60) Calendar Days From The Date Of Submission Of Quotation. 3. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. Award Of Contract Shall Be Made To The Lowest Calculated And Responsive Quotation For Services Which Complies With Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 6. 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. 7. Billing And Collection System (bcs) Shall Be Installed According To Requirements Specified In The Technical Specifications. 8. The Dingle-pototan Water District Shall Have The Right To Require A Dry Run And/ Or Test The Program To Confirm Their Conformity To The Technical Specifications For Period Of (30) Calendar Days. 9. In Case Two Or More Programmers/bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Dingle-pototan Water District Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Winning Programmer/bidder In Accordance With Gppb Circular 06-2005. 10. Full Payment Shall Be Processed After Completion Of Billing And Collection System (bcs) And After The Required Dry Run And/ Or Test Of The Program, And Upon Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Total Cost Of The Program Not Installed Within The Prescribed Period Shall Imposed Per Day Of Delay. The Dingle-pototan Water District May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reached Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Programmer/bidder Shall Complete The Updating Of Billing And Collection System Program For 60 Calendar Days. 13. Any Time After The Completion Of The Updating Of Billing And Collection System, The Programmer/bidder Shall Provide The Client Attention To Answer Any Questions Or Assist In Solving Any Problems With Regard To The Operation Free Of Charge And Hour For Any Assistance Thereafter, That The System Has A 24-hours And 7 Days A Week System Support In Case The System Has A Concern That Includes On Site And On –line Repair. The Programmer/bidder Agrees To Respond Any Reasonable Request For Assistance. 14. The Programmer/bidder Shall Provide A Cumulative 15 Hours Of Training With The End User. 15. The System Maintenance Will Be Free Of Charge For A Duration Of One (1) Year From The System Is Fully Operation Or Installed. 16. Notice To Proceed Will Follow After The Procurement Of Hardware. (hardware Specifications Will Be Provided By The Winning Programmer/bidder) 17. In Compliance With Section 4.3 Appendix 33 Of The 2016 Revised Irr Of Ra No. 9184 And Consistent With The Administrative Order No. 34, S. Of 2020, The Dingle-pototan Water District Shall Publish In Its Official Website And Social Media Platform The Following Post-award Information: A) Project Name; B) Approved Budget For The Contract; C) Contract Period; D) Name Of The Winning Bidder And Its Official Business Address; E) Amount Of Contract Awarded F) Date Of Award And Acceptance G) Implementing Office/unit/division/bureau Of The Concerned Agency Or Instrumentality. (original Signed) Marie Lyannbeth C. Sindingan Signature Over Printed Name Oic Commercial Division Position/designation (033) 529 - 6057 Office Telephone No. Fax/mobile No. Dpwdcomdiv2023@gmail.com Email Address/es Republic Of The Philippines Dingle-pototan Water District Pototan, Iloilo Proposed Approve Budget Of The Contract (abc), Technical Specifications And Terms And Conditions For The Installation Of Billing And Collection System (bcs) Of Dingle-pototan Water District Approved Budget Of The Contract (abc) - Four Hundred Seven Thousand Eighty-one Pesos And 50/100. (p407,081.50) Technical Specification Important Note: State “comply” In The Column “statement Of Compliance” Against Each Of The Individual Parameters Of The Each “specifications”. Technical Specifications Statement Of Compliance Software Components: Concessionaires • Create Concessionaires (account Number Auto Generared) • Update Concessionares Re-open Re-open/new Connection Disconnected Temporary Close Permanent Close Renewal Of Service Contract Change Name/ownership Change Of Service Type Active Inactive • View Account Ledger View And Print Water Meter Billing Ledger View And Print Other Accounts Billing Ledger • View Concessionare Information • Print Concessionaire Information • Search/filter Concessionaire Water Rates • Create Water Rates • Update Water Rates • View Water Rates • Print Water Rates • Search Water Rates • Generate Water Rates Meter Reading • Create Meter Reading • View Meter Reading • Edit Reading Pull-out/change Meter(old And New Meter) Generate Bill Remove Reading • Print List Of Meter Reading Monthly Per Zone • Print Bills • Search/filter Meter Reading Billing • Billing Schedule • Other Accounts Receivable Create Other Account Receivable View Other Account Receivable Print List Of Other Account Receivable Generate Bill Delete Other Account Receivable (ungenerated Bill) Remove Other Accounts Receivable Billing Statement Discounts For Senior Citizen And Others Collection • Manage Account Receivable Other Collection Transactions O Create Payment For Other Charges Consumer Payment Online O Create Payment For Water Bills Print Accounts Receivable • Mange Detailed Account Receivable Create Bill Adjustment Memo Record Multiple Payment/billing View And Print Billing History Search/filter Detailed Account Receivable Filter Concessionaires With Zero Balance Bill • Manage Collection Adjust Paid Account Apply Penalty Post Arears Print Receipt Unpost Paid Accounts Print List Of Payments Reports • Collection Report List Of Collection Report Daily Collection Report Monthly Collection Report Monthly Summary Collection Report • Billing Report Daily Billing Summary Monthly Billing Report Monthly Billing Summary Repport Total Billed Unbilled Concessionaire • Aging Report Daily Aging Report Detailed Monthly Aging Report (no Movement) Monthly Aging Summary Report • Consumption Report Monthly Zero Consumption Individual Consumption Analysis Monthly Consumption Pattern Top Users On Water Usage Average Consumption Report Percentage Concessionaire Rate Consumption Per Barangay • Concessionaire Report Concessionaire Per Barangay Total Number Of Concessionires Monthly (barangay/zone/service Type) Total Number Of Service Type Per Barangay And Per Zone Categorize Number Of Concessionaire Per Barangay With Consumption Total Monthly Concessionaires O New Connection O Re-open O Re-open/new Connection O Disconnected O Temporary Close O Permanent Close O Active O Inactive O Change/pull Out Meter • Penalty Report Monthly Penalty Charge Summary Daily Penalty Report Monthly Penalty Report • Connection Status Report Monthly Connection Status Report Connection Status Report As Os Date Disconnection List • List Of Pull Out/change Meters • Monthly Adjustment Report (penalty, Withholdig Tax, Additioanal Adjustments) • Incorporated Reporting Conversion (data) • Disconnection Order • Read And Bill Ready Settings • Zone • Manage Services • Manage Concessionaires • Manage Pament History • Manage Meter • Manage Arrears • Manage Status • Manage Bill • Adjustmemt System Maintenance Terms And Conditions: 1. Service Providers Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of (60) Calendar Days From The Date Of Submission Of Quotation. 3. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. Award Of Contract Shall Be Made To The Lowest Calculated And Responsive Quotation For Services Which Complies With Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 6. 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. 7. Billing And Collection System (bcs) Shall Be Installed According To Requirements Specified In The Technical Specifications. 8. The Dingle-pototan Water District Shall Have The Right To Require A Dry Run And/ Or Test The Program To Confirm Their Conformity To The Technical Specifications For Period Of (30) Calendar Days. 9. In Case Two Or More Programmers/bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Dingle-pototan Water District Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Winning Programmer/bidder In Accordance With Gppb Circular 06-2005. 10. Payment Shall Be Processed After Completion Of Billing And Collection System (bcs) And After The Required Dry Run And/ Or Test Of The Program, And Upon Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Total Cost Of The Program Not Installed Within The Prescribed Period Shall Imposed Per Day Of Delay. The Dingle-pototan Water District May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reached Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Programmer/bidder Shall Complete The Updating Of Billing And Collection System Program For 60 Calendar Days. 13. Any Time After Completion Of The Updating Of Billing And Collection System, The Programmer/bidder Shall Provide The Client Attention To Answer Any Questions Or Assist In Solving Any Problems With Regard To The Operation Free Of Charge And Hour For Any Assistance Thereafter, That The System Has A 24-hours And 7 Days A Week System Support In Case The System Has A Concern That Includes On Site And On –line Repair. The Programmer/bidder Agrees To Respond Any Reasonable Request For Assistance. 14. The Programmer/bidder Shall Provide A Cumulative 15 Hours Of Training With The End User. 15. The System Maintenance Will Be Free Of Charge For A Duration Of One (1) Year From The System Is Fully Operation Or Installed. 16. Notice To Proceed Will Follow After The Procurement Of Hardware. (hardware Specifications Will Be Provided By The Winning Programmer/bidder) 17. In Compliance With Section 4.3 Appendix 33 Of The 2016 Revised Irr Of Ra No. 9184 And Consistent With The Administrative Order No. 34, S. Of 2020, The Dingle-pototan Water District Shall Publish In Its Official Website And Social Media Platform The Following Post-award Information: H) Project Name; I) Approved Budget For The Contract; J) Contract Period; K) Name Of The Winning Bidder And Its Official Business Address; L) Amount Of Contract Awarded M) Date Of Award And Acceptance N) Implementing Office/unit/division/bureau Of The Concerned Agency Or Instrumentality. Prepared By: (original Signed) Marie Lyannbeth C. Sindingan Oic Commercial Division 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. [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 Date7 Feb 2025
Tender AmountPHP 407 K (USD 6.9 K)
2301-2310 of 2344 archived Tenders