Uniform Tenders
Uniform Tenders
Court Of Appeals Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Request For Quotation Rental Service Of Professional Lights And Sounds Equipment, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals (1 Lot) Amp-006-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No. Item Description Approved Budget For The Contract 1 Rental Service Of Professional Lights & Sounds Equipment, Led Video Wall Equipment And Manpower For The 89th Founding Anniversary Of The Court Of Appeals ₱84,000.00 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than January 27, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 3rd Floor, Centennial Building Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. Quotations And Other Documents Required May Either Be Submitted Manually At 3rd Floor Office Of The Bac Secretariat, Centennial Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph On Or Before The Deadline Of Submission As Stated In This Rfq. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. No Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) (annex “b”) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. 5. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 10. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 11. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. 12. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. 14. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate For Final Settlement Of Government Contracts And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-006-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “rental Service Of Professional Lights & Sounds Equipment, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Uom Item Description Qty Total Price Professional Lights And Sounds Equipment 1 Lot Dj Controller 1 Unit 17” Laptop With Minimum Cpu Specifications Of At Least 3.00ghz And At Least 6 Core Count 1 Unit 22 Chanel Professional Studio Mixer 1 Unit 2000w Power Amplifiers Sound Processor 1 Set Powered Speaker 6 Units Sub Woofers 2 Units Wireless Microphones With Case 4 Units Par Lights 16 Units Light Stand 2 Units 90w Moving Heads 6 Units Smoke Machine 1 Unit Dj Boxes, Cables And Connectors 1 Set Speakers And Microphone Stand 2 Sets Dmx Controller 1 Unit Led Video Wall Equipment P3 Led Wall 9ft X 24ft 1 Set Led Riser 1 Set Video Processor And Controller 1 Set Video Switcher 1 Set Cables And Connectors 1 Set Computer Workstation 1 Set Stage And Accessories – 16x24x2 Ft. (lxwxh) Stage 1 Set Manpower Disk Jockey At Least 1 Personnel Sound Technician At Least 2 Personnel Light Technician At Least 4 Personnel Video Technician At Least 1 Personnel Stagehand At Least 3 Personnel Handyman At Least 3 Personnel Total Price In Figures: Total Price In Words: ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Rental Service Of Professional Lights & Sounds, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals (1 Lot) I. Approved Budget For The Contract: The Approved Budget For The Contract Is Eighty-four Thousand Pesos (php84,000.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: The Supplier Shall Supply And Deliver The Following Requirement: Lot Item Description Qty 1 Lot Professional Lights And Sounds Equipment Dj Controller 1 Unit 17” Laptop With Minimum Cpu Specifications Of At Least 3.00ghz And At Least 6 Core Count 1 Unit 22 Chanel Professional Studio Mixer 1 Unit 2000w Power Amplifiers Sound Processor 1 Set Powered Speaker 6 Units Sub Woofers 2 Units Wireless Microphones With Case 4 Units Par Lights 16 Units Light Stand 2 Units 90w Moving Heads 6 Units Smoke Machine 1 Unit Dj Boxes, Cables And Connectors 1 Set Speakers And Microphone Stand 2 Sets Dmx Controller 1 Unit Led Video Wall Equipment P3 Led Wall 9ft X 24ft 1 Set Led Riser 1 Set Video Processor And Controller 1 Set Video Switcher 1 Set Cables And Connectors 1 Set Computer Workstation 1 Set Stage And Accessories – 16x24x2 Ft. (lxwxh) Stage 1 Set Manpower Disk Jockey At Least 1 Personnel Sound Technician At Least 2 Personnel Light Technician At Least 4 Personnel Video Technician At Least 1 Personnel Stagehand At Least 3 Personnel Handyman At Least 3 Personnel Iii. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Iv. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila V. Delivery Requirements: Delivery Shall Be Made On Or Before 6:00 Am Of 03 February 2025, At Court Of Appeals – Manila, Maria Orosa St. Ermita, Manila. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b” Omnibus Sworn Statement (revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission ___________ Notary Public For ______ Until _______ Roll Of Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____.
Closing Date27 Jan 2025
Tender AmountPHP 84 K (USD 1.4 K)
Court Of Appeals Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Request For Quotation Supply, Delivery, And Installation Of Uninteruptible Power Supply Batteries (1 Lot) Amp-020-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No. Item Description Approved Budget For The Contract 1 Supply, Delivery, And Installation Of Uninterruptible Power Supply Batteries ₱103,200.00 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than February 27, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 1st Floor, Annex Vi Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsec.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation, Either Manually At The Office Of Bac Secretariat, Ground Floor, Annex Vi Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsec.ca@judiciary.gov.ph. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Sgd. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee Requirements/instructions No Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) (annex “b”) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. 5. Statement Of Compliance With The Technical Specifications Must Be Duly Signed And Dated By The Authorized Representative. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. 5. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 10. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 11. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. 12. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. 14. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-020-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply, Delivery, And Installation Of Uninterruptible Power Supply Batteries”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Uom Item Description Qty Unit Price Total Price Lot 1 Supply, Delivery, And Installation Of Uninterruptible Power Supply Batteries 40 Pcs Total Price In Figures: Total Price In Words: ___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address Statement Of Compliance With The Technical Specifications After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply, Delivery, And Installation Of Uninterruptible Power Supply Batteries (1 Lot) I. Approved Budget For The Contract: The Approved Budget For The Contract Is One Hundred Three Thousand And Two Hundred Pesos (php103,200.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: The Supplier Shall Comply With The Technical Specifications Outlined In Annex “c”. Iii. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Iv. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila V. Delivery Requirements: Please Refer To Item 5 Of The Technical Specifications (annex “c”) Of The Project. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b” Omnibus Sworn Statement (revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission ___________ Notary Public For ______ Until _______ Roll Of Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____. Republic Of The Philippines Court Of Appeals Manila It Technical Specification Document For The Supply, Delivery And Installation Of Ups Batteries Annex “c” Tsr-2025-008 1. Introduction This Document Outlines The Technical Specifications For The Replacement Of Batteries For The 30kva Ups (invt Brand) Installed At The Data Center. The Replacement Is Necessary To Ensure The Uninterrupted Operation Of Critical It Infrastructure And To Maintain The Reliability Of The Power Backup System 1.1 Objectives The Objective Of This Activity Is To Procure And Install High-quality Replacement Batteries That Will Restore The Ups System's Full Functionality And Ensure Continuous Power Availability In The Data Center. The New Batteries Should Provide Optimal Performance To Support The Court Of Appeals (ca) It Infrastructure. 1.2 Specifications Note The Specifications Outlined In This Document Provide A General Framework For The Minimum Requirements That The Supplier Must Deliver For The Project. While These Specifications Are Comprehensive, They May Not Encompass All The Intricate Details And Configurations Necessary For Successful Implementation. The Supplier Is Responsible For Identifying And Including Any Additional Items, Work, Or Configurations Typically Required To Complete The Project As Specified. This May Include, But Is Not Limited To, Unforeseen Components, Adjustments To Existing Systems, Or Additional Work Essential For Achieving The Project's Goals. Any Omissions Or Additional Requirements That Become Apparent During The Project's Execution Must Be Incorporated Into The Scope Of Work At No Extra Cost To The Ca, Ensuring That The System Meets All Performance, Operational, And Compliance Standards. 2. Scope Of Work The Scope Of This Procurement Covers The Supply, Delivery, And Installation Of Forty-pieces (40) Batteries For A 30kva Ups (invt Brand), Including Testing And Commissioning To Ensure Proper Functionality. The Supplier Must Also Provide A One (1) Year Warranty For The Supplied Batteries And Installation Service. 3. Technical Specifications 3.1. Batteries Item Specification Supporting Documents To Be Submitted 1 Battery Type Valve Regulated Lead Acid (vrla) Product Brochures/ Manuals/ Data Sheets/ Reference Guides/ Other Supporting Documents 2 Voltage 12v Product Brochures/ Manuals/ Data Sheets/ Reference Guides/ Other Supporting Documents 3 Capacity 18ah Product Brochures/ Manuals/ Data Sheets/ Reference Guides/ Other Supporting Documents 4 Warranty And Support • The Supplier Must Provide A 1-year Warranty Covering Defects On The Battery And Workmanship. • The Supplier Must Provide After-sales Service And Support, Ensuring A Response Time Within 24 Hours For Any Service Requests Or Technical Assistance Required. 5 Delivery And Installation • Delivery Of The Batteries Should Be Completed Within 15 Days From The Date Of Purchase Order. • Installation And Commissioning Must Be Completed Within 5 Days From Delivery. • The Supplier Must Ensure Safe Removal Of The Old Batteries In Compliance With Environmental Regulations. • The Supplier Must Conduct A Full Load And Runtime Test After Installation. 6 Testing And Commissioning • The Supplier Must Perform A Full System Diagnostic Test Post-installation To Verify The Proper Functioning Of The New Batteries. • A Detailed Test Report And Certification Of Completion Must Be Provided After Commissioning. 7 Documentation Requirements The Supplier Must Provide The Following Documents Upon Delivery: ◦ Manufacturer’s Datasheet And Specifications For The Supplied Batteries ◦ Warranty Certificate For Batteries And Installation ◦ Installation And Testing Report ◦ 8 Acceptance Criteria The Following Acceptance Criteria Must Be Met Before Final Approval And Payment: ◦ The Delivered Batteries Must Match The Specified Quantity, Type, Voltage, And Capacity. ◦ All Batteries Must Pass Installation, Testing, And Commissioning Procedures Successfully. ◦ The Ups System Must Operate Without Faults After Battery Replacement. ◦ The Supplier Must Provide All Required Documentation Including Warranty Certificates And Testing Reports. ◦ Any Defects Or Non-conforming Items Must Be Replaced By The Supplier At No Additional Cost. ◦ A Certificate Of Acceptance Must Be Signed By The End-user After Successful Verification. ◦ 9 Payment Terms Payment Will Be Processed Upon Successful Delivery, Installation, And Testing Of The Batteries. 10 Legal Compliance And Reporting The Supplier Shall Sign A Non-disclosure Agreement (nda) To Ensure The Confidentiality Of All Project Details And Any Sensitive Data Accessed During The Project And The Duration Of The Contract. 11 Indemnification And Liability Clause The Supplier Shall: ◦ Indemnify And Hold Harmless The Ca From All Liability For Damages Arising From Injuries Or Disabilities To Persons Or Damages To Property Occasioned By The Supplier Or Any Of Its Subcontractors. ◦ Be Responsible For Any Accidents, Damages, Or Legal Claims That Occur During Installation, Maintenance, Or Operation. 12 Supplier Qualification The Supplier Must: ◦ Have At Least 3 Years Of Experience In Supplying And Installing Ups Batteries. ◦ Have A Team Of Qualified Technicians For Battery Installation And Commissioning. _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address
Closing Date27 Feb 2025
Tender AmountPHP 103.2 K (USD 1.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below.
network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support Ground Ambulance Services To Eligible Beneficiaries That Use Va Greater Los Angeles Healthcare System (vaglahs) Located At 11301 Wilshire Blvd, Los Angeles Ca 90073. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Reporting, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below:
Draft Performance Work Statement Draft
title: Bls Ground Ambulance Services (va Greater Los Angeles Healthcare System) Visn 22/station 691/naics 62190
purpose: The Va Greater Los Angeles Healthcare System Va Medical Center (va Gla), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Critical Care Transport (cct) Services. The Contactor Shall Make These Ambulance Services Available To The Va As Needed, 24 Hours A Day, Seven Days A Week (24/7), Including Weekends And Holidays.
background: The Va Greater Los Angeles Healthcare System Main Campus Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 And Its Nine (9) Community Based Outpatient Clinics Serve Over 84,000 Veterans In The Southern California Area. The Hospital Has 716 Inpatient Beds And Sees Approximately 8,000 -inpatient Admissions And 1.3 Million Outpatient Visits A Year. Veterans Served By This Facility Live Within The Counties And Zip Codes Listed In Paragraphs 5.2.6 And 5.2.7.
acronyms
als Advanced Life Support
aod Administrative Officers Of The Day
bls Basic Life Support
cct Critical Care Transport
cctp Critical Care Transport Paramedic
ccemtp Critical Care Emergency Medical Transport
co Contracting Officer
cor Contracting Officer S Representative
cpr Cardiopulmonary Resuscitation
dol Department Of Labor
emt Emergency Medical Technician
iaw In Accordance With
oo Ordering Officer
pws Performance Work Statement
qasp Quality Assurance Surveillance Plan
qc Quality Control Plan
tb Tuberculosis
tjc The Joint Commission
vts Veteran Transportation Service
scope/requirements
Types Of Ambulance Service
the Contractor Shall Provide Non-emergent, Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As-need Basis In Accordance With All Federal, State.
and Local Regulations.
occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up.
Transport Of Miscellaneous Items With The Patient
the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Va Greater Los Angeles Healthcare System Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff.
Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract.
emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel
emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed.
if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review.
all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor.
cctps Shall Have Met All State Requirements For The Tier In Which They Are Performing Services In (i, Ii, Iii). Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request.
investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Va Greater Los Angeles Healthcare System. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Va Greater Los Angeles Healthcare System. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees.
emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If They Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated.
tuberculosis Exposure Control Policy
the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination.
the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period.
Contractor Equipment, Vehicles, And Inspection
ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards.
the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va.
vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions.
the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours.
the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Va Greater Los Angeles Healthcare System Or Its Cboc Locations.
the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Critical Care Transport Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Up To And Including Cct If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In.
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract.
the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To
the Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music Originating From Any Device In Vehicles While Transporting Va Patients.
each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety.
be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And
for The Past Three Years:
have Not Had A Driver S License Canceled Or Suspended.
have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance.
have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven.
have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance.
the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves.
ambulance Drivers Shall Have A Valid Driver S License, In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic.
emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government:
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974).
shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed.
Transportation Request
4.5.1 Vetride Or Va-approved Transportation Software Utilization:
the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract.
department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed:
receive And Respond To Electronic Trip Requests.
receive, Use, And Ensure The Use Of The Vendor Pass By The Driver.
submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System.
all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission.
the Contractor S Invoice Must Be On The Hcfa 1500 To Include:
contract Number
date Of Service (to Include Box 24 A-j)
authorization Number(s)
pick-up And Drop-off Location Of The Patient
base Rate
name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported.
date Of Birth And Sex
diagnosis Codes Or Nature Of Illness Or Injury
documentation Of Circumstances When Billing For Waiting Time
any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc.
va Authorizing Official S Name
healthcare Procedure Coding System/national Level Ii (hcpcs)
unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended.
Note: Invoices For Government Transportation Contracts Will Transition From Tungsten To Vetride During The Life Of The Contract. The Co Will Provide Notice To The Contractor Of The Start Date With Updated Instructions From Those Listed Above. Until The Transition Has Been Approved, Contractor Shall Use Tungsten To Submit All Invoices.
a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Va Greater Los Angeles Healthcare System Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests.
va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization.
the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As Invoicing For Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. Va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled.
only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests:
contracting Officer (co)
administrative Officer Of The Day (aod)
contracting Officer S Representative (cor)
ordering Officers (oo)
beneficiary Travel Office Staff
the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change.
ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders.
non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests.
All Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information:
mode Of Transportation Required,
required Time Of Arrival
name Of The Beneficiary,
pick-up And Delivery Point,
type And Number Of Additional Medical Care Specialists Required,
type Of Equipment Required,
last Four Of The Patient's Social Security Number, And
any Other Special Instructions
for All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response.
the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard Industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale.
the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost.
the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls, Als Transports. One Of These Four Simultaneous Transports May Require Cct Capability Up To Tier Iii. If Va Greater Los Angeles Healthcare System Requires Ambulance Services Exceeding Four (4) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable.
the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To Nine (9) Transports Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract.
the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport.
response Times*
orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance.
emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Arrangements Within Thirty (30) Minutes Of Order/patient Pick Up Call.
for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Va Greater Los Angeles Healthcare System: The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance.
for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Va Greater Los Angeles Healthcare System, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time.
for Transportation Requests Which Do Not Have A Pick-up At Va Greater Los Angeles Healthcare System:
the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order.
pick-up Appointment Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions.
the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance.
* The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur.
cancellations
for Va Initiated Transportation Requests (scheduled), If Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government.
4.5.2.1.1. 4.3.1.1.1 A No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation.
for Add-on Transportation Requests Out Of Va Loma Linda Healthcare System S Main Facility And Associated Cboc Locations Only (unscheduled), The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At The Va Loma Linda Healthcare System Campus, There Shall Be No Charge To The Government.
Pick-up/drop-off/reporting Procedures
ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Front Door Of Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel.
when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And
transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician.
when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff And Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record.
in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available.
Patient Welfare
the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense.
the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients.
if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From.
Incident Reporting
the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day.
the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request.
Invoicing
each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes.
when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The
nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage Based On The Shortest Time Of Travel.
if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur:
unloaded Mileage Exceeds 75 Miles.
the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage.
except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only.
upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following:
contractor Name
contract Number
current Purchase Order Number
date Of Service
total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.)
an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.)
payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service. Â under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract.
general Information
this Contract S Ordering Period Shall Be Effective From April 1, 2025, To March 31, 2027
the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following:
va Greater Los Angeles Healthcare System Va Medical Center Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044
va Greater Los Angeles Healthcare System And Community-based Outpatient Clinics (cbocs):
sepulveda Ambulatory Care Center
16111 Plummer Street North Hills, Ca 91343
818-891-7711
los Angeles Ambulatory Care Center
351 East Temple Street Los Angeles, Ca 90013
213-253-5000
east Los Angeles Va Clinic
5426 East Olympic Boulevard
commerce, Ca 90022-5113
313-725-7372
san Gabriel Valley Va Clinic
7 West Foot Boulevard, Suite D
arcadia, Ca 91006-2367
626-836-2300
bakersfield Outpatient Clinic
1801 Westwind Drive
bakersfield, Ca 93301
661-632-1800
lancaster Outpatient Clinic
340 East I, Lancaster Blvd. Lancaster, Ca 93534-1941
661-729-8655
san Luis Obispo Cboc 1288 Morro Street Ste.#200 San Luis Obispo, Ca 93401
805-543-1233
santa Barbara Outpatient Clinic
4440 Calle Real
santa Barbara, Ca 93110
805-683-1491
Santa Maria Cboc
1550 East Main Street Santa Maria, Ca 93454
oxnard Outpatient Clinic
2000 Outlet Center Drive Ste.225 Oxnard, Ca 93036
mariner Outpatient Clinic
5250 Ralston Street
ventura, Ca 93003-7318
877-251-7295
other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To:
facility
address
va Long Beach Health Care System
5901 E. 7th Street, Long Beach, Ca 90822
va San Diego Health Care System
3350 La Jolla Village Drive, San Diego, Ca 92161
va Greater Los Angeles Health Care System
11301 Wilshire Blvd, Los Angeles, Ca 90073
va Loma Linda Health Care System
11201 Benton St, Loma Linda, Ca 92357
other Non-va Medical Facilities And Community Care Facilities As Authorized By The Va.
arroyo Grande Care Center
1212 Farroll Ace
arroyo Grande, Ca 93420-3718
telephone: 805-489-8137
parkview Julian Healthcare Center
1801 Julian Ave
bakersfield, Ca. 93304
telephone: (661) 831-9150
sierra View Care Center
14318 Ohio St.
baldwin Park, Ca. 91706
telephone: (626) 960-1971
topanga Terrace
22125 Roscoe Blvd
canoga Park, Ca 91304
telephone: (818) 883-7292
community Care Center
2335 S. Mountain Ave.
duarte, Ca. 91010
telephone: (626) 357-3207
clearview Sanitarium And Convalescent
15823 S. Western Ave.
gardena, Ca. 90247
telephone: (310) 538-2323
sunnyside Nursing Center
22617 S. Vermont Ave.
torrance, Ca 90502
telephone: (310) 320-4130
country Manor Healthcare Center
11723 Fenton Ave.
lakeview Terrace, Ca. 91342
telephone: (818) 899-0251
guardian Rehabilitation Hospital
533 S. Fairfax Ave
los Angeles, Ca 90036
telephone: (323) 931-1061
kei-ai Los Angeles Healthcare Center
2221 Lincoln Park Avenue
los Angeles, Ca 90031
telephone: (323) 276-5700
maple Healthcare Center
2626 Maple Drive
los Angeles, Ca 90011
telephone: 213-747-6371
new Vista Post-acute
1516 Sawtelle Blvd.
los Angeles, Ca. 90025
telephone: (310) 477-5501
sunray Healthcare Center
3210 W. Pico Blvd.
los Angeles, Ca. 90019
telephone: (323) 734-2171
university Park Healthcare Center
230 E. Adams Blvd.
los Angeles, Ca 90011
telephone: 213-748-0491
view Heights Convalescent Hospital
12619 S. Avalon
los Angeles, Ca. 90061
telephone: (323) 757-1881
windsor Gardens Convalescent Hospital
915 S. Crenshaw Blvd.
los Angeles, Ca. 90019
telephone: (323) 937-5466
bayside Care Center
1405 Teresa Drive
morro Bay, Ca. 93442
telephone: (805) 772-2237
sherman Village Healthcare Center
12750 Riverside Dr.
north Hollywood, Ca 91607
telephone: (818) 766-6105
valley Village Care Center
13000 Victory Blvd.,
north Hollywood, Ca 91606
telephone: (818) 985-5990
maywood Acres Healthcare
2641 S. C St.,
oxnard, Ca 93033
telephone: (805) 487-7840
shoreline Care Center
5225 South "j" Street
oxnard, Ca 93033
telephone: (805) 488-3696
mission View Healthcare Center
1425 Woodside Drive
san Luis Obispo, Ca 93401
telephone: (805) 543-0210
brentwood Healthcare Center
1321 Franklin Street
santa Monica, Ca. 90404
telephone (310) 828-5596
fireside Healthcare Center
94 7 Third St.
santa Monica, Ca. 90403
telephone: (310) 393-7117
chanel Islands Post-acute
3880 Via Lucero,
santa Barbara Ca 93110
telephone: (805) 687-6651
new Vista Nursing & Rehab Center
8647 Fenwick Ave.
sunland, Ca. 91040
telephone: (818) 352-1421
sylmar Health & Rehab
12220 Foothill Blvd.
sylmar, Ca. 91342
telephone: (818) 834-5082
the Care Center On Hazeltine
6835 Hazeltine Ave.
van Nuys, Ca 91405
telephone: 818-997-1841
coastal View Healthcare Center
4904 Telegraph Road
ventura, Ca. 93003
telephone: (805) 642-4101
veteran S Residence.
local Airports Including:
los Angeles International Airport: 1 World Way, Los Angeles, Ca 90045
john Wayne Airport: 18601 Airport Way, Santa Ana, Ca 92707
long Beach Airport: 4100 Donald Douglas Dr, Long Beach, Ca 90808
ontario Airport: Ontario, Ca 91761
hollywood Burbank Airport: 2627 N Hollywood Way, Burbank, Ca 91505
oxnard Airport: 2889 W 5th St, Oxnard, Ca 93030
zip Codes By County Include But Are Not Limited To:
san Barbara County
93013
93014
93067
93101
93102
93103
93105
93106
93107
93108
93109
93110
93111
93116
93117
93254
93427
93429
93434
93436
93437
93438
93440
93441
93454
93455
93456
93457
93458
93460
93463
93464
ventura County
93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390
kern County
93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390
los Angeles County
90001
90002
90003
90004
90005
90006
90007
90008
90009
90010
90011
90012
90013
90014
90015
90016
90017
90018
90019
90020
90021
90022
90023
90024
90025
90026
90027
90028
90029
90030
90031
90032
90033
90034
90035
90036
90037
90038
90039
90040
90041
90042
90043
90044
90045
90046
90047
90048
90049
90050
90051
90052
90053
90054
90055
90056
90057
90058
90059
90060
90061
90062
90063
90064
90065
90066
90067
90068
90069
90070
90071
90072
90073
90074
90075
90076
90077
90078
90079
90080
90081
90082
90083
90084
90086
90087
90088
90089
90090
90091
90093
90094
90095
90096
90099
90189
90201
90202
90209
90210
90211
90212
90213
90220
90221
90222
90223
90224
90230
90231
90232
90233
90239
90240
90241
90242
90245
90247
90248
90249
90250
90251
90254
90255
90260
90261
90262
90263
90264
90265
90266
90267
90270
90272
90274
90275
90277
90278
90280
90290
90291
90292
90293
90294
90295
90296
90301
90302
90303
90304
90305
90306
90307
90308
90309
90310
90311
90312
90401
90402
90403
90404
90405
90406
90407
90408
90409
90410
90411
90501
90502
90503
90504
90505
90506
90507
90508
90509
90510
90601
90602
90603
90604
90605
90606
90607
90608
90609
90610
90701
90702
90703
90704
90706
90707
90710
90711
90712
90713
90714
90715
90716
90717
90723
90731
90732
90733
90734
90744
90745
90746
90747
90748
90749
90755
90801
90802
90803
90804
90805
90806
90807
90808
90809
90810
90813
90814
90815
90822
90831
90832
90833
90834
90835
90840
90842
90844
90845
90846
90847
90848
90853
91001
91003
91006
91007
91008
91009
91010
91011
91012
91016
91017
91020
91021
91023
91024
91025
91030
91031
91040
91041
91042
91043
91046
91101
91102
91103
91104
91105
91106
91107
91108
91109
91110
91114
91115
91116
91117
91118
91121
91123
91124
91125
91126
91129
91182
91184
91185
91188
91189
91199
91201
91202
91203
91204
91205
91206
91207
91208
91209
91210
91214
91221
91222
91224
91225
91226
91301
91302
91303
91304
91305
91306
91307
91308
91309
91310
91311
91313
91316
91319
91320
91321
91322
91324
91325
91326
91327
91328
91329
91330
91331
91333
91334
91335
91337
91340
91341
91342
91343
91344
91345
91346
91350
91351
91352
91353
91354
91355
91356
91357
91361
91362
91364
91365
91367
91371
91372
91376
91380
91381
91382
91383
91384
91385
91386
91387
91388
91390
91392
91393
91394
91395
91396
91401
91402
91403
91404
91405
91406
91407
91408
91409
91410
91411
91412
91413
91416
91423
91426
91436
91470
91482
91495
91496
91497
91499
91501
91502
91503
91504
91505
91506
91507
91508
91510
91521
91522
91523
91526
91601
91602
91603
91604
91605
91606
91607
91608
91609
91610
91611
91612
91614
91615
91616
91617
91618
91702
91706
91714
91715
91716
91722
91723
91724
91731
91732
91733
91734
91740
91741
91744
91745
91746
91747
91748
91749
91750
91754
91755
91756
91759
91765
91766
91767
91768
91769
91770
91771
91772
91773
91775
91776
91778
91780
91788
91789
91790
91791
91792
91793
91801
91802
91803
91804
91841
91896
91899
5.2.8. Contracting Officer Representative
Tbd
Phone:
Email:
5.2.9. Hours Of Operation:
vaglahs S Normal Hours Of Operation Are Monday Through Friday, 5:00 Am To 6:00 Pm, Exclusive Of Federal Holidays; However, Transportation Services Are Required 24 Hours/day, 7 Days/week, Including Federal Holidays.
5.2.10. Recognized Holidays:
the Following Holidays Are Observed By The Federal Government. If A Federal Holiday Falls On A Saturday, The Immediately Preceding Friday Will Be Observed As The Holiday; If A Federal Holiday Falls On A Sunday The Immediately Succeeding Monday Will Be Observed As The Holiday. In Addition To Those Holidays Listed Below, On Occasion There May Be Other Holidays Declared By Executive Order:
new Year S Day Labor Day
martin Luther King Jr. S Birthday Columbus Day
president S Day Veteran S Day
memorial Day Thanksgiving Day
juneteenth Christmas Day
independence Day
note: The Contractor Is Required To Perform On Holidays Should There Be Scheduled Transports.
5.2.11. Identification Of Contractor Employees:
a. While Performing Services Under The Contract, All Employees Shall Wear A Uniform And Name Tag That Readily Identifies The Company And The Person As An Employee Of The Contractor. Uniforms Are To Be Clean And Maintained In Good Repair. Drivers Must Maintain Accepted Standards Of Cleanliness And Grooming And Demonstrate Courtesy To The Patients Being Transported.
b. All Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials.
c. Contract Personnel Shall Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed.
5.2.12. Site Visit:
va Greater Los Angeles Healthcare System Requests A Site Visit On Tbd At Tbd With All Prospective Vendors.
vendors Will Meet Mr. Xxxx At Va Long Beach S Tbd. The Facility Is Located At 11301 Wilshire Boulevard, Los
angeles, Ca 90044. Please Rsvp By Calling Or Emailing Mr. Xxxx At:
Wp:
Email:
quality Control Plan
Quality Control
the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following:
a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors.
a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service.
a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs.
a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract.
a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 4 Simultaneous Transports In Accordance With Pws 4.5.1.7).
a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios.
contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring Services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly.
the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The
contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp).
the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor.
the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance.
Minimum Performance Standards
the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract.
the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan.
task
pws
reference
standard
acceptable Quality Level
method Of Surveillance
provide On- Time Ambulance
services
section 4.5.1.8.3
scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled
orders
97%
customer Feedback
incident Reporting
section 4.8
the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day.
97%
customer Feedback
invoice Reports
section 4.9
provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws
95%
100% Inspection
of Monthly Invoices/reports
covid-19 Or Other Similar Infectious Diseases
contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients.
Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Attachment (see S03 Vts Patient Transport Ppe And Vehicle Cleaning/disinfection Sop).
contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees.
contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract.
conformity To Regulations
8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services.
8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy.
wage Rates
9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract.
9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Is Equal To Or Greater Than Those Specified In The Attached Wage Determination(s).
9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D.
evidence Of Coverage
10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract.
worker S Compensation
11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers Public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory
limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved. , Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer.
contractor Personnel Security Requirements
12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va.
position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low Risk.
background Investigation - The Level Of Background Investigation Commensurate With The Required Level Of Access For This Contract Is National Agency Check With Written Inquiries.
contractor Responsibilities:
The Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language.
The Contractor Shall Submit Or Have Their Employees Submit The Following Required Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security, And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Receipt:
All Documents Completed And Submitted At The Following Website: Http://www.va.gov/securityinvestigationscenter/
The Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or Cause.
the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines.
12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va.
12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately.
medical Liabilities Insurance
13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The Of California Department Of State Health Services.
annual Vha Training
14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files.
in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files.
in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files.
conformance With Environmental Management Systems
15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide Monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract.
all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff.
contractor Performance Assessment Rating System (cpars)
required Registration With Contractor Performance Assessment Rating System (cpars)
16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies.
16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/
or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative.
16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer.
16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond.
surveillance Checklist
va Greater Los Angeles Healthcare System
contract: Ground Ambulance
date/time Of Inspection:
government Poc Primary:
government Poc Alternate:
organization:
va Greater Los Angeles Healthcare System
location: 11301 Wilshire Blvd, Los Angeles, Ca 90073
ss
performance Objective
pws Para
performance Threshold
method Of Surveillance
met
not Met
remarks
ss 1
the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein.
1
95% Compliance
100% Surveillance Of Each Patient Pick-up.
ss 2
the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard.
4.4.3
95% Compliance
100%
surveillance
ss3
the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period.
4.4.3
95% Compliance
100%
surveillance
ss4
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract.
4.3.1
100% Compliance
100%
surveillance
ss5
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974).
4.3.1
100% Compliance
100%
surveillance
ss6
a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol.
attachment B
100% Compliance
100%
surveillance
Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910, Ambulance Services ($22.5 Million).
notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Ositadima.ndubizu@va.gov. All Information Submissions Should Be Received No Later Than 2:00 Pm Pacific Time On February 26, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.
Closing Date26 Feb 2025
Tender AmountRefer Documents
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)
2761-2770 of 2816 archived Tenders