Ups Tenders
Ups Tenders
Adela Serra Ty Memorial Medical Center Tender
Healthcare and Medicine
Philippines
Details: Description Invitation To Bid For The Procurement Of Clinical Chemistry Reagents (tie-up Basis) With Ib No. 2025-02-04 (09) 1. The Adela Serra Ty Memorial Medical Center, Using A Single Year Framework Agreement, Through The Astmmc Fund Intends To Apply The Sum Fifteen Million One Hundred Forty Two Thousand Pesos Only [php 15,142,000.00], Being The Abc To Payments Under The Contract For Each Item. Bids Received In Excess Of The Abc Shall Be Automatically Rejected. 2. The Adela Serra Ty Memorial Medical Center Now Invites Bids For The Procurement Of Clinical Chemistry Reagents (tie-up Basis). Delivery Of The Goods Is Required Within 15 Calendar Days After Issuance Of A Call-off. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Adela Serra Ty Memorial Medical Center And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Monday Thru Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 4, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents In The Amount Of Twenty Five Thousand Pesos Only [php 25,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment In Person. 6. The Adela Serra Ty Memorial Medical Center Will Hold A Pre-bid Conference On January 23, 2025; 11:00 Am At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga 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 Below, On Or Before 11:00 Am; February 4, 2025. 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 11:01 Am; February 4, 2025 At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Adela Serra Ty Memorial Medical Center Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Office, 2nd Floor Opd Bldg. Astmmc, Tandag City, Sds, 8300 Tel No. 086-211-4306 Astmmcprocurement@gmail.com 12. For Downloading Of Bidding Documents, You May Visit: Philgeps.gov.ph January 15, 2025 Date Issued Dominador B. Toral, Rn, Md, Dpbohns Hbac Chairman Lot / Item Number Description Quantity Unit Unit Cost Total Delivered, Weeks/ Months Winning Bidder Responsibilities: > Must Provide And Install An Iso Certified, Fully Automated Chemistry Analyzer For Free Of Use. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >in Case Of Breakdown, Prompt Replacement (not Later Than 48 Hrs. Upon Notice Of Breakdown) With Another Unit Of Machine Or Parts. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Possess A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have At Least 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Machine Provided Must Be Lis Ready. > Supplier Must Shoulder The Two (2) Analyzer's Lis Connectivity Fee/charges With The Existing Astmmc Lis Provider. Please Refer Below For The Lis Connectivity Corresponding Charges To Be Paid Directly To Adela Serra Ty Memorial Medical Center Account. Lis Connectivity Charges/fees Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Fully Automated Analyzer 288,000.00 270,000.00 252,000.00 234,000.00 216,000.00 2nd And Succeeding Analyzer 160,000.00 150,000.00 140,000.00 130,000.00 120,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Semi-automated Analyzer 192,000.00 180,000.00 168,000.00 156,000.00 144,000.00 2nd And Succeeding Analyzer 112,000.00 105,000.00 98,000.00 91,000.00 84,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Poct Analyzer 128,000.00 120,000.00 112,000.00 104,000.00 96,000.00 2nd And Succeeding Analyzer 80,000.00 75,000.00 70,000.00 65,000.00 60,000.00 > Must Provide A Back- Up Machine With The Same Brand To Serve The Purpose, Aside From The Back-up Machine, The Supplier Must Shoulder Expenses Incurred For The Sending Out Of Samples To Other Laboratories Due To Machine Breakdown And Unresponsiveness Of Supplier. > National Reference Laboratory Result Of Eqas Must Be Excellent For The Past 2 Years. Machine Should Be Officially Enrolled Or Have Record At Qcnet.com. It Should Have Multiple Installation And Has Been Proven To Provide Satisfactory Laboratory Test Results. > Meet Laboratory Quality Objective Performance #1, The Turnaround Time (tat) To Release Result After 2 Hours And Can Run All Tests 24 Hours A Day, 7 Days A Week > Must Provide And Free Of Charge (foc): - All Consumables Needed For The Machine To Function - Controls (level I, Ii, Iii) & Calibrators - Computer Sets, Ups With More Than 3kva, Avr, Printer - Calibration & Preventive Maintenance - Any Parts Or Accessories Of Machine >install Own Water Tank For Water Source To Provide Adequate Uninterrpted Water Supply For The Machine To Consumption. Machine W/ Built In Water Filtration System To Provide Unlimited And Uninterrupted Distilled Water Supply For The Machine To Function. In Case That Built-in Water Station Cannot Serve Its Purpose, Distilled Water Can Be Provided By The Laboratory But Cost Incurred Shall Be Charged Against The Supplier And Supplier's Performance Will Be Affected During The Monthly Performance Evaluation Report By The End Users. > Quantity Of Reagents Must Be Delivered In A Quarterly Basis Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement May Be Issued For Less Than 18 Months Reagents And Supplies > A Framework Agreement For A 1-year Contract Shall Be Made. >machine Specifications Of Fully Automated Chemistry Analyzer: > Floor Type Machine >analytical Principle/system Description: Photometric/potentiometric/turbidimetric/clia/spectrophotometry >test Throughput Per Hour: 1000-1200 >sample Type For Analysis: Whole Blood/serum/plasma/csf Or Other Fluids/urine >sample Tube Size Used For Analysis: 13x100mm & 12x75mm >sample Capacity: At Least 60-150 Sample Positions >sample Volume 1.5-3.5 Ml >machine Water Requirements: With Machine For Water System Necessary To Its Operation >machine Quality Assurance: Autocalibration, Auto-qc, Auto Westgard Rules/levy Jennings Plotting Of Real Time Qc >machine Diagnostics System & Services: Online/remote Access/ With Color Touchscreen Monitor >machine Patient Data Storage: At Least 100,000 > Machine Must Be Brandnew Or Not Less Than 5 Years Old From The Manufacture Date >stat Samples Priority Placement/program >programmed With Automatic Sample Dilution >able To Detect Sample Clot & Bubbles >sample Transparency Measurement (hemolysis, Icteric & Lipemic) >remote Diagnostics Online Error >at Least 5 Or 6 Sigma Metrics Glucose (at Least 300 Tests) / Packaging 35 Cart/box/bottle/cassette 18,000.00 630,000.00 15 Calendar Days After Issuance Of A Call-off Total Cholesterol (at Least 300 Tests/cart) 30 Cart/box/bottle/cassette 18,000.00 540,000.00 15 Calendar Days After Issuance Of A Call-off Triglyceride (at Least 300 Tests/cart) 30 Cart/box/bottle/cassette 22,000.00 660,000.00 15 Calendar Days After Issuance Of A Call-off Hdl Direct (at Least 300 Tests/cart) 30 Cart/box/bottle/cassette 34,000.00 1,020,000.00 15 Calendar Days After Issuance Of A Call-off Creatinine (at Least 350 Tests/cart) 40 Cart/box/bottle/cassette 20,000.00 800,000.00 15 Calendar Days After Issuance Of A Call-off Bun (at Least 300 Tests/cart) 50 Cart/box/bottle/cassette 18,000.00 900,000.00 15 Calendar Days After Issuance Of A Call-off Bua (at Least 250 Tests/cart) 50 Cart/box/bottle/cassette 18,000.00 900,000.00 15 Calendar Days After Issuance Of A Call-off Sgpt (at Least 250 Tests/cart) 40 Cart/box/bottle/cassette 16,000.00 640,000.00 15 Calendar Days After Issuance Of A Call-off Sgot (at Least 250 Tests/cart) 60 Cart/box/bottle/cassette 16,000.00 960,000.00 15 Calendar Days After Issuance Of A Call-off Total Protein (at Least 350 Tests/cart) 10 Cart/box/bottle/cassette 16,000.00 160,000.00 15 Calendar Days After Issuance Of A Call-off Albumin (at Least 250 Tests/cart) 12 Cart/box/bottle/cassette 16,000.00 192,000.00 15 Calendar Days After Issuance Of A Call-off Total Bilirubin (at Least 350 Tests/cart) 10 Cart/box/bottle/cassette 18,000.00 180,000.00 15 Calendar Days After Issuance Of A Call-off Direct Bilirubin (at Least 200 Tests/cart) 10 Cart/box/bottle/cassette 18,000.00 180,000.00 15 Calendar Days After Issuance Of A Call-off Calcium (at Least 300 Tests/cart) 35 Cart/box/bottle/cassette 21,000.00 735,000.00 15 Calendar Days After Issuance Of A Call-off Magnesium (at Least 200 Tests/cart) 35 Cart/box/bottle/cassette 16,000.00 560,000.00 15 Calendar Days After Issuance Of A Call-off Lipase (at Least 100 Tests/cart) 10 Cart/box/bottle/cassette 30,000.00 300,000.00 15 Calendar Days After Issuance Of A Call-off Amylase (at Least 250 Tests/cart) 10 Cart/box/bottle/cassette 18,000.00 180,000.00 15 Calendar Days After Issuance Of A Call-off Alkaline Phosphatase (at Least 250 Tests/cart) 10 Cart/box/bottle/cassette 30,000.00 300,000.00 15 Calendar Days After Issuance Of A Call-off Lactate Dehydrogenase (at Least 250 Tests/cart) 10 Cart/box/bottle/cassette 30,000.00 300,000.00 15 Calendar Days After Issuance Of A Call-off Sodium, Potassium, Chloride Module (20,000 Tests/module) 2 Module 550,000.00 1,100,000.00 15 Calendar Days After Issuance Of A Call-off Reagent And Machine For Point-of-care For Electrolytes 1 Set 750,000.00 750,000.00 15 Calendar Days After Issuance Of A Call-off Serum C3 (100/box) 1 Box 100,000.00 100,000.00 15 Calendar Days After Issuance Of A Call-off Serum Phosphorus 100 Tests/box 5 Box 21,000.00 105,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 12,192,000.00 Lot 2 Winning Bidder Responsibilities: > Must Provide And Install An Iso Certified, Fully Automated Hba1c Analyzer For Free Of Use. >"if It's Not Brand New Machine, It Must Have Been Used For Not More Than Three (3) Years." Provide Certificate Of Machine Purchase And Any Proof From Its Usage. >should Have Atleast 2 Current Installations To Secondary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Reagents, Controls, Calibrators And All Consumables Must Be Compatible With The Machine. > Service Engineer Must Be Knowledgeable Of Their Machine And Responds To Any Of Our Problems Or Concern Immediately. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. > Machine Provided Must Be Lis Ready. > Supplier Must Shoulder Connectivity Fee/charges For Lis Services And Coordinate With Astmmc Lis Provider For The Lis Connection. > In Case Of Breakdown, Prompt Replacement (not Later Than 48 Hrs Upon Notice Of Breakdown) With Another Unit Of Machine Or Parts. > Must Provide A Back-up Machine To Serve The Purpose, Aside From The Back-up Machine,supplier Must Shoulder Expenses Incurred For The Sending Out Of Samples To Other Laboratories Due To Machine Breakdown And Unresponsiveness Of Supplier. > Must Shoulder Expenses Incurred For The Sending Out Of Samples For Testing To Other Laboratories Due To Machine Breakdown And Unresponsiveness Of The Supplier. > Meet Laboratory Quality Objective Performance #1, The Turnaround Time (tat) To Release Result After 2 Hours And Can Run All Tests 24 Hours A Day, 7 Days A Week. > Must Provide And Free Of Charge (foc): - All Consumables Needed For The Machine To Function - Calibrators - Controls - Computer Sets, Ups, Avr, Printer - Calibration & Preventive Maintenance - Any Parts Or Accessories Of Machine - All Not Mentioned/others > Quantity Of Reagents Must Be Delivered Based On Nefa Or Notice To Execute Framework Agreement Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement May Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. Hence, Renewable Yearly After Evaluation, Deliberation And Recommendation Report From The End Users. Machine Specifications: > Principle: High Performance Liquid Chromatography (hplc) > Automatic System Start-up Checklist And Touch Screen Operation > One-step Cartridge Switching > Automatic Sample Barcode Reading > Onboard Monitoring > Lis Ready > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Posses A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Machine Provided Must Be Lis Ready. > Supplier Must Shoulder The Two (2) Analyzer's Lis Connectivity Fee/charges With The Existing Astmmc Lis Provider. Please Refer Below For The Lis Connectivity Corresponding Charges To Be Paid Directly To Adela Serra Ty Memorial Medical Center Account. Lis Connectivity Charges/fees Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Fully Automated Analyzer 288,000.00 270,000.00 252,000.00 234,000.00 216,000.00 2nd And Succeeding Analyzer 160,000.00 150,000.00 140,000.00 130,000.00 120,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Semi-automated Analyzer 192,000.00 180,000.00 168,000.00 156,000.00 144,000.00 2nd And Succeeding Analyzer 112,000.00 105,000.00 98,000.00 91,000.00 84,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Poct Analyzer 128,000.00 120,000.00 112,000.00 104,000.00 96,000.00 2nd And Succeeding Analyzer 80,000.00 75,000.00 70,000.00 65,000.00 60,000.00 Hba1c (250 Tests/box) 30 Box 90,000.00 2,700,000.00 Subtotal 2,700,000.00 Lot 3 Winning Bidder Responsibilities: > Must Provide And Install Two (2) Units Of Iso Certified, Fully Automated Portable Ise Electrolyte Analyzer For Free Of Use That Can Be Usedsimultaneously. > "if It's Not Brand New Machine, It Must Have Been Used For Not More Than Three (3) Years." Provide Certificate Of Machine Purchase And Any Proof From Its Usage >should Have Atleast 2 Current Installations To Secondary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Reagents, Controls, Calibrators And All Consumables Must Be Compatible With The Machine. > Service Engineer Must Be Knowledgeable Of Their Machine And Responds To Any Of Our Problems Or Concern Immediately. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Possess A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. > In Case Of Breakdown, Prompt Replacement (not Later Than 48 Hrs Upon Notice Of Breakdown) With Another Unit Of Machine Or Parts. > National Reference Laboratory Result Of Eqas Must Be Excellent For The Past 3 Years. Machine Should Be Officially Enrolled Or Have Record At Qcnet.com. It Should Have Multiple Installation And Has Been Proven To Provide Satisfactory Laboratory Test Results. > Meet Laboratory Quality Objective Performance #1, The Turnaround Time (tat) To Release Result After 2 Hours And Can Run All Tests 24 Hours A Day, 7 Days A Week. > Must Provide A Back-up Machine To Serve The Purpose, Aside From Back-up Machine The Supplier Must Shoulder Expenses Incurred For The Sending Out Of Samples To Other Laboratories Due To Machine Breakdown And Unresponsiveness Of Supplier. > Must Provide And Free Of Charge (foc): - All Consumables Needed For The Machine To Function - Daily Cleaning Kits - Controls - Calibrators - Ups, Avr, Printer - Any Parts Or Accessories Of Machine > Quantity Of Reagents Must Be Delivered In A Quarterly Basis Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement May Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. Machine Specifications: > Sample Type: Serum, Plasma Or Urine > Sample Size: 100 Ul Serum, 60 Ml Capillary > Principle: Direct Measurement Ion Selective Electrode (ise) > Automatic Or Un-demand Calibration, Automatic Probe Wiping > Simple And Easy To Use, Result Printed Automatically > Easy To Maintain. All Calibrants Contained In Convenient, Disposable Solution Packs, All Wastes Collected In Solution Pack, Disposable Electrodes Require No Maintenance.> Must Provide And Free Of Charge (foc): - All Consumables Needed For The Machine To Function - Daily Cleaning Kits - Controls - Calibrators - Ups, Avr, Printer - Any Parts Or Accessories Of Machine > Quantity Of Reagents Must Be Delivered In A Quarterly Basis Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement May Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. Machine Specifications: > Sample Type: Serum, Plasma Or Urine > Sample Size: 100 Ul Serum, 60 Ml Capillary > Principle: Direct Measurement Ion Selective Electrode (ise) > Automatic Or Un-demand Calibration, Automatic Probe Wiping > Simple And Easy To Use, Result Printed Automatically > Easy To Maintain. All Calibrants Contained In Convenient, Disposable Solution Packs, All Wastes Collected In Solution Pack, Disposable Electrodes Require No Maintenance. Ise Electrolytes (na+, K+, Cl-) Solution Packs (at Least 500 Tests/pack) 10 Pack 25,000.00 250,000.00 Subtotal 250,000.00 Total Amount 15,142,000.00 Purpose For Clinical Chemistry Section Use.
Closing Date4 Feb 2025
Tender AmountPHP 15.1 Million (USD 258.9 K)
FOREST SERVICE USA Tender
Civil And Construction...+1Bridge Construction
United States
Details: 12/12/2024 Update: An Sf 30 Solicitation Amendment Has Been Issued To Extend The Closing Date From December 18, 2024 At 12:00 Pm Pst, To January 2, 2025 At 12:00 Pm Pst. The Amendment Document Is Available In The Attachments Below. Please Review, Sign, And Include It With Your Complete Quote Package Before The Solicitation Closes On January 2, 2025, At 12:00 Pm Pst. Additionally, The Original “drawings” Document Has Been Updated With A Revised Version, Which Is Also Attached Below. Be Sure To Review The Updated Document.
12/10/2024 Update The Contractor Questions And Answers Have Been Posted Under The Attachments Secion Of This Solicitation Announcement. The Solicitation Drawings Will Be Updated, And The Solicitation Close Date Will Be Extended, That Solicitation/ Amendement Documentation Should Be Posted On Or Around 12/12/2024.
--------------------
project Title: Carolyn Creek Trail Bridge (gaoa)
the Contractor Shall Furnish All Materials, Labor, Equipment, Tools, Transportation, Supervision, Expertise, And Other Necessary Incidentals, Except As Otherwise Provided, To Successfully Complete This Project.
background:this Project Consists Of Design (taking The Government Drawings To A Fabricator And Having Them Do Shop Drawings), Purchasing, Delivering, And Installing A 27-foot Span Glulam Timber Trail Bridge With Metal Railing. The Site Is Roughly One Mile Up A Hiking Trail With A 10% Grade (approx.) With Two Switchbacks And May Require The Use Of A Helicopter For Transport. In This Case, The Contractor Would Be Responsible For Coordinating The Weight Of The Various Bridge Components With The Available Helicopter. The Site Is Not Accessible By A Vehicle And The Topography Around The Existing Bridge Is Very Steep. Existing Rock/ Stacked Abutments Will Remain In Place And Be Used As Abutments For The New Bridge. A Staging Area (approx. 3,200 Sf) Will Be Made Available For Bridge Materials At The Roads End Trailhead At The End Of Lamoille Canyon Road, Which Is Where The Trail To The Site Begins.
set-aside: Total Small Business Set-aside (far 19.5)
magnitude: Between $100,000 And $250,000 (far 36.204(c))
the Magnitude Is Between $100,000 To $250,000. In Accordance With Far 36.204, For Construction Contracts, We Are Obligated To State The Magnitude Of A Project Using Specific Price Ranges, Both In Terms Of Its Physical Characteristics And Estimated Price Range. However, It's Crucial To Understand That These Price Ranges Are Broad Categories And Selecting One Does Not Imply That Our Budget Is At The Higher End Of That Range. The Intent Is To Give A General Sense Of The Project's Scale Without Revealing The Government's Precise Estimate. For Instance, If We Categorize A Project As Being "between $1,000,000 And $5,000,000," It Doesn't Mean Our Budget Is Close To $5,000,000. It Simply Means The Estimated Cost Falls Within That Bracket. The Actual Value Could Be Anywhere Within That Range. We Hope This Clarifies The Approach Outlined By Far 36.204.
location:the Project Is Located On A Hiking Trail With No Vehicle Access.
directions:
1. From Elko, Nv, Drive Southeast On Nv-227 For 20 Miles Toward Lamoille, Nv.
2. Turn Right (south) Onto Nf-660 (lamoille Canyon Road) And Drive 11.7 Miles To The Road’s End Parking Lot.
3. Hike 1.4 Miles On The Island Lake Trail To The Project Site.
bridge Coordinates: 40.616571, -115.376915
period Of Performance:
• Start Date: 07/14/2025
• Completion Date: 09/12/2025
• Notice To Proceed: 05/15/2025
• All Construction Work Must Be Completed No Later Than 09/12/2025.
site Visit: Not Applicable
contractor Questions Deadline:
• Date: 12/04/2024
• Time: 12:00 Pm Pst
• Submit Questions Using The Provided “contractor Questions And Answers Template.”
• Send All Questions To Elizabeth.ratcliff@usda.gov Only.
• Do Not Contact Anyone Else Regarding This Solicitation.
request For Proposal (rfp) Close Date:
• Date/time: January 2, 2025, At 12:00 Pm Pst
• All Proposals Must Be Emailed To Elizabeth.ratcliff@usda.gov. No Mail Submissions (e.g., Usps, Ups) Will Be Accepted.
quote Submission Instructions:
1. Ensure That You Fill Out And Return The 41 Page"rfq 1240lt25q0003" Document With Your Quote Documents.
2. Ensure That You Fill Out And Return The"j.4 - Contractor Experience Questionare"document With Your Quote Documents.
3. Ensure You Provide A "technical Capability/approach" Statement With Your Quote Documents. This Is Not An Attachment, And Must Be Drafed By The Offeror.
4. Do Not Split The Solicitation Documents.
5. Re-review The Entire 41-page Document, Including All Attachments, And Additional Documents Prior To Submission.
pages To Review And Complete:
• Page 2: Offer Section. Fill Out All Highlighted Sections Legibly. Use Adobe Acrobat To Complete The Document Electronically Rather Than Handwriting, As Handwritten Entries May Be Difficult To Read And Cause Issues Entering The Quote Data Into Our Contracting System.
• Page 5: Enter Unit Price, Total Item Amount, And Total Amount For All Line Items.
• Page 25: Complete The “foreign And Domestic Construction Materials Price Comparison” If Applicable.
• Page 28: Complete Far 52.204-8 Annual Representations And Certifications (may 2024) By Selecting One Of The Highlighted Boxes.
• Page 33: Complete Far 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) By Marking The #1 And #2 Highlighted Boxes With The Appropriate Representation Statement.
• Page 36: "review L.2 Quote Preparation Instructions" For Detailed Submission Guidelines.
ensure All Required Sections Are Completed Before Submitting Your Proposal. Proposals Not Meeting The Above Requirements May Be Considered Non-compliant.
Closing Date2 Jan 2025
Tender AmountRefer Documents
Department Of Science And Technology Caraga Tender
Laboratory Equipment and Services
Philippines
Details: Description Notice To All Providers/suppliers: The Department Of Science And Technology, Caraga, Through Its Bac Intends To Procure For The Supply And Delivery Of 3-units Ups To Be Used For Finance And Administrative Division Qty Unit Item Description Unit Abc Total Abc 4 Set Stainless Steel Mixing Bowl, Diameter: 30 Cm 4,700.00 18,800.00 40 Roll Parchment Paper Sheets For Baking, Heat Resistant, Water Proof, Non-stick 80.00 3,200.00 20 Box Disposable Surgical Mask (blue), 50/box 500.00 10,000.00 20 Box Disposable Hairnets, 100/box 300.00 6,000.00 20 Piece Apron, Medium 200.00 4,000.00 4 Piece Aluminum Foil, 12 Inches X 500 Meters 1,000.00 4,000.00 10 Piece Cling Wrap, 12 Inches X 300 Meters 200.00 2,000.00 20 Bottle Liquid Detergent, Antibacterial, 500 Ml 140.00 2,800.00 20 Piece Sponge, 100mm X 75 Mm X 30 Mm 50.00 1,000.00 4 Set "bottle Brush, Microfiber Brush Material, Stainless Steel Handle, Set Of 3 1 Large Brushes, Diameter: 45mm, Brush Length: 225mm 1 Narrow Brush, Diameter: 25 Mm, Brush Length: 125 1 Straw Brush, Diameter: 9mm, Brush Length: 100 Mm" 1,000.00 4,000.00 2,500 Piece Sensory Sample Cups / Container (height: 24 Mm, Diameter: 38 Mm) 5.00 12,500.00 8 Piece Sample Container Box / Storage Box (95-l Capacity) 800.00 6,400.00 4 Set "measuring Cups And Spoon Set, Stainless Steel Spoons: 1/4 Teaspoon, 1/2 Teaspoon, 1 Teaspoon, 1/2 Tablespoon, 1 Tablespoon Cups: 1/8 Cup, 1/4 Cup, 1/3 Cup, 1/2 Cup, 1 Cup" 3,000.00 12,000.00 8 Piece Stainless Steel Pitcher, 1 L 300.00 2,400.00 8 Set Stainless Steel Wire Whisk, Set Of 3, Heat Resistant 3,000.00 24,000.00 12 Piece "silicone Spatula Set Of 5 1 Large Flat Spatula (length: 28 Cm, Width: 6 Cm) 1 Small Flat Spatula (length: 21 Cm, Width: 3.5 Cm) 1 Large Scooping Spatula (length: 28 Cm, Width: 5 Cm) 1 Small Scoop Spatula (length: 21 Cm, Width: 2.5 Cm) 1 Straight Long Spatula (length: 18.5 Cm, Width: 1 Cm)" 1,000.00 12,000.00 4 Set Silicone Basting Pastry Brush, Length: 20 Cm 2,000.00 8,000.00 4 Set Stainless Steel Ladle 300.00 1,200.00 4 Set "cookware Set, Stainless Steel, Oven Safe, Including: 1.5 Qt. (1.4l) Saucepan W/ Cover 2.5 Qt. (2.4l) Saucepan W/ Cover 3 Qt. (2.8l) Sauté Pan W/ Cover 6 Qt. (5.7l) Stockpot W/ Cover 9.5"" (24cm) Skillet W/ Cover" 10,000.00 40,000.00 20 Piece Stainless Baking Trays, 15 In X 18 In Standard Size, Stainless Steel 300.00 6,000.00 40 Pack Kitchen Tissue, 2 Ply, 50 Pulls 80.00 3,200.00 4 Piece White Plastic Food Serving Tray (12 In X 16 In) 500.00 2,000.00 7 Piece Stainless Steel Thickened Basin, Diameter: 14 Cm 300.00 2,100.00 7 Piece Stainless Steel Thickened Basin, Diameter: 16 Cm 300.00 2,100.00 3 Piece Stainless Steel Thickened Basin, Diameter: 18 Cm 1,000.00 3,000.00 30 Piece Stainless Baking Trays, 15x18 Standard Size 300.00 9,000.00 20 Box Glass Jars, Mason Jar, 500 Ml, One Dozen Per Box 5,630.00 112,600.00 500 Piece Retortable Foil Laminated Pouch, Standing, 14 Cm X 22 Cm 25.00 12,500.00 As Such, The Supplier Of Known Qualifications Is Hereby Invited To Submit Their Quotations/price Proposals Not Later Than 12 February 2025, 5:00 P.m. The Service Provider Must Submit The Following Requirements: 1. Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located; And 2. Philgeps Registration Certificate/number; 3. Tax Clearance Certificate; And 4. Omnibus Sworn Statement. Please Submit Your Formal Proposal/bid Duly Signed By Your Representative Through Email, Supply@caraga.dost.gov.ph, Or Via Sealed Envelope Or The Option Of The Supplier, Attention To: Jennifer J. Dejarme Bac Chairperson Dost Caraga Csu Campus, Ampayon, Butuan City Note: Late And Unsigned Proposals/quotations Will Not Be Honored. A Proposal With An Incomplete Set Of Requirements Will Also Not Be Accepted.
Closing Date12 Feb 2025
Tender AmountPHP 326.8 K (USD 5.6 K)
MUNICIPALITY OF VALENCIA Tender
Furnitures and Fixtures
Philippines
Details: Description 1. The Municipality Of Valencia, Negros Oriental, Through The Gf Cy 2025 – Maintenance & Other Operating Expenses (semi-expendable Property) Intends To Apply The Sum Of Four Hundred Thirty-three Thousand Fifty Pesos (₱ 433,050.00) Being The Abc To Payments Under The Contract For Purchase Of Goods For The Mayor’s Office (public Library) With Pr# 25-01-0069. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Qty. Unit Of Issue Item Description & Specification Estimated Unit Cost Estimated Total Cost 1. 5 Pcs. Computer Desktop ₱ 45,000.00 ₱ 225,000.00 Ryzen 7 5700g 1 Tb Ssd/ Motherboard Atx Casing W/ Psu/mouse Monitor 24”/keyboard Mousepad/ups/speaker/ Head Phone Utp Cable 10m Good Quality All Accessories 2. 2 Pcs. Printer W/ Scanner 16,000.00 32,000.00 Print, Scan, Copy, Fax With Adf Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Wi-fi, Wi-fi Direct Borderless Printing Up To 4r Can Scan/copy Long And Short Papers 3. 4 Pcs. Executive Chairs 4,200.00 16,800.00 Adjustable Height/ Swivel 360 Degrees/ Mid-back Office Desk Chair/ Strong And Good Quality Color: Black 4. 24 Pcs. Plastic Chair (mono Bloc) 600.00 14,400.00 Seamless Simple In Structure With Sturdy Back Support Durable Color: Beige 5. 1 Pc. Steel Cabinet 18,000.00 18,000.00 4 – Drawer Filing Cabinet Vertical File Cabinet Durable Color: Beige 6. 1 Pc. Sliding Glass Door Steel Cabinet 14,000.00 14,000.00 5 Layer Steel Cabinet With Sliding Glass Doors With Lock Color: Beige 7. 2 Pcs. Office Table (for Office Personnel) 10,750.00 21,500.00 Melamine Laminated Particle Board With Pvc Edging Metal Handle Color: Walnut 8. 3 Pcs. Long Office Table (for Student) 21,600.00 64,800.00 Width: 240 Cm Depth: 120 Cm Height: 75 Cm Panels: Mfc (melamine Faced Chipboard) Legs: Metal Color: Beige Book Shelves 9. 1 Set Bookstand 6,500.00 6,500.00 Particle Board Laminated With Melamine Panels Width: 80 Cm Depth: 30 Cm Height: 96.5 Cm Color: Oak 10. 1 Set Bookcase 8,450.00 8,450.00 Particle Board & Mdf Laminated With Paper Venner Color: Gallic Walnut 11. 1 Set Bookcase With 2 Drawer 11,600.00 11,600.00 Particle Board & Mdf Laminated With Paper Venner & Material Handle Width: 58.1 Cm Depth: 31.5 Cm Height: 180 Cm Colors: Euro Oak Total Abc: ₱ 433,050.00 2. The Municipality Of Valencia, Negros Oriental, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Days. Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Municipality Of Valencia, Negros Oriental And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29,2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only (₱ 500.00). 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 Municipality Of Valencia, Negros Oriental Will Hold Pre-bid Conference On February 5, 2025 @ 2:00 Pm At Bids And Awards Committee, Valencia, Negros Oriental And/or Through Video Conferencing Or Webcasting Via Zoom Or Messenger, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On Or Before February 19,2025 @ 2:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 19,2025 At The Given Address Below At Bac Office, Valencia, Negros Oriental @ 2:00pm. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Valencia, Negros Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date19 Feb 2025
Tender AmountPHP 433 K (USD 7.4 K)
DEPT OF THE ARMY USA Tender
Security and Emergency Services
United States
Details: Electronic Security Systems (ess) Maintenance
the Purpose Of This Sources Sought Is To Gain Knowledge Of The Potential Interested Businesses For This Requirement. This Notice Is For Planning Purposes Only. All Interested Parties Should Respond. Performance For This Requirement Is At Fort Cavazos, Texas. The Planned Naics Code Is 561621 (security Systems Services (except Locksmiths)) With A Standard Size Of $25 Million.
we Encourage All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price.
this Is A Sources Sought Notice Only. The Government Will Not Enter Into An Agreement Based On Responses To This Notice. The Government Is Trying To Determine If There Are Adequate Sources For This Requirement. If You Are Interested In This Requirement, Please Reply To This Sources Sought Notice And Include Answers To The Questions Below By The Closing Date Of This Notice. Please Submit Via E-mail To The Points Of Contact Listed In This Notice. Reference The Sources Sought Notice Number In Your Response.
description Of The Requirement:
this Is A Follow-on Requirement For Electronic Security Systems (ess) Maintenance And Repair Services On The Fort Cavazos, Tx Installation. The Contractor Shall Provide All Necessary Personnel, Management, Equipment, Supplies, Transportation, Tools, Materials, Supervision, To Perform Maintenance, Repairs, Replace To Repair, Adjustments, Installations, Surveying, System Designs, Removal, And Replacement Services During Facility Renovations, Projects, System Administration, And Cyber Security Information Assurance (ia) For Each Electronic Security System (ess) Under This Contract At Fort Cavazos, Texas. It’s Projected There Will Be Approximately 743 Ids Zones And Approximately 76 Portals. Work Performed Under This Contract Will Be Throughout The Fort Cavazos Main Cantonment, West Fort Cavazos, North Fort Cavazos, And In Fort Cavazos Housing Areas Where Icids Is Fielded.
the Contractor Shall Have Experience With A Contract Approximately Equal In Size, Type And Complexity To The Fort Cavazos Systems And Shall Possess A Working Knowledge Of All Security Systems Covered Under This Contract.
fort Cavazos Integrated Commercial Intrusion Detection System (icids) Has Undergone A System Upgrade To The Department Of The Army Approved Icids-v. With The Icids-v System Newly Installed The Objectives Are To Sustain A 100% Operational Status Of Each Zone With Reoccurring Preventive And Routine Maintenance And Testing Schedules Pursuant To Army Regulations. The Contractor Shall Provide Timely Troubleshooting And Repairs During Normal Business Hours And Outside Normal Business Hours. Deliver Customer Service For Newly Identified Areas Requiring Ids Installation For The Protection Of Military And/or Civilian Assets Within The Confines Of Fort Cavazos, Texas. The Contractor Shall Administer And Maintain Each Ess, And Each Component, Sensor, Connection, System Wiring, Control Unit, Transmission Media, Network Cable, Fiber, Fiber Jumpers, Coaxial, Media Converters, Data Encryption Systems, Uninterruptable Power Supplies (ups), Unclassified Network Switches, Servers, Computers, And Conduit At Fort Cavazos, That Are An Integral Part Of The Installation’s Security Posture.
the Contractor Selected For This Service Contract Must Be A Current Daq Icids Certified Var (value Added Reseller) For Sales, Installation, Configuration, And Maintenance-related Services. The Contractor Must Maintain An Active Var Status Throughout The Life Of This Contract And Provide Proof Of Var Status Prior To Award Of The Contract. Any Individual Performing Privileged Or Administrator Functions On The Systems Be Actively Certified In Accordance With Dod 8570.01 At The Iat (information Assurance Technical) Level 2. The Contractor Shall Provide Personnel Possessing The Skills, Knowledge, And Training To Perform The Services Required By This Contract. All Personnel Required To Maintain The Icids-v System Should Complete The Icids-v Installation Training Courses, Consisting Of Operator, System Administrator, And Maintainer Training. Additionally, Maintenance Personnel Should Have Specific Experience In Computer Networking, Electronic Component Troubleshooting, Fiber Optic And Telephone Communications, Access Control And Physical Security Devices. The Contractor Personnel Shall Also Possess The Skills, Knowledge, And Training To Satisfactorily Perform Services On Each Additional Security System Provided In The Attached Performance Work Statement (pws).
information Sought By The Government:
company Information:
company Name
address
point Of Contact
telephone Number
e-mail Address
business Size (small Or Other Than Small Business) And Socio-economic Status For The Listed Naics Code.
if Your Company Is Currently Registered In System For Award Management (sam).
information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination.
identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any.
identify Any Condition Or Action That May Be Having The Effect Of Unnecessarily Restricting Competition With Respect To This Acquisition. Please Contact The Micc Advocate For Competition, Scott Kukes, At Scott.d.kukes.civ@mail.mil Or 210-466-3015, If You Believe That This Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, This Announcement, And The Micc Poc Information From The Sam.gov Notice. Provide The Specific Aspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion.
this Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The Government Is Not Seeking Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Notice. The Government Will Not Pay For Any Costs Incurred In Response To This Notice. Not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation. If A Solicitation Is Released, It Will Be Posted On Sam.gov. It Is The Responsibility Of Potential Offerors To Monitor Sam.gov For Additional Information Pertaining To This Requirement.
Closing Date21 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Solid Waste Management
United States
Details: S222 Boise Vamc, Id Medical Waste Disposal Services
this Is A Sources Sought Notice Only. This Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Sources Sought Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement. The Responses Received From Interested Contractors Will Assist The Government In Determining The Appropriate Acquisition Method.
the Department Of Veterans Affairs (va), Network Contracting Office (nco) 20, Is Conducting Market Research To Identify Potential Sources Which Can Provide The Following Services:
title: Medical Waste Disposal Services
tasks:
contractor Shall Furnish All Labor, Materials, And Expertise For The Pick-up, Removal, Transportation, And Disposal Of Medical Waste Up To And Including Regulated Medical Waste And Trace Antineoplastic/chemotherapy Waste For The Va Medical Center, Boise, Idaho, Cboc (community Based Outpatient Clinic) In Twin Falls, Idaho, Mountain Home, Idaho, Caldwell, And Salmon Idaho.
all Containers And Bags Supplied By The Contractor Shall Be Sealable, Clean, And Labeled In Compliance With Occupational Safety And Health Administration (osha), The Environmental Protection Agency (epa), And The Department Of Transportation (dot).
contractor Must Meet Or Exceed All City, County, State, And Federal Laws And Codes In The Transportation And Disposal Of Regulated Medical Waste.
contractor Must Meet Or Exceed All Va Requirements For The Transport And Disposal Of Regulated Medical Waste.
contractor Vehicles Must Meet Or Exceed All City, State, Federal, And Dot Licensing And Vehicle Requirements For Transporting Medical Waste. The Contractor Shall Supply The Va Representative A Copy Of The Contractors And Any Subcontractors Current Dot License Showing They Are Certified To Transport Regulated Medical Waste.
contractor Must Meet Or Exceed All State, Federal, Osha, And Joint Commission Standards In The Handling And Disposing Of Medical Waste As Well As The Training Of Personnel In The Handling And Disposing Of Regulated Medical Waste.
the Va Is Responsible For The Waste Up And Until It Is Disposed Of In A Va Approved Manner. The Contractor Will Be Responsible In Showing Proof Of Industry Standards For Liability Insurance For The Contractor And Any Subcontractor Who Will Handle The Waste.
contractor Shall Provide Continuing Education On Packaging And Segregation To Employees Packaging The Waste For Shipment.
contractor Will Ensure That All Personnel Meet Or Exceed All Training Requirements For Handling And Disposing Of Medical Waste As Required By Osha, Epa, Dot, And Joint Commission Standards And That The Proper Documentation Is Available For Review Upon Request Of The Contracting Officer Or The Contracting Officer’s Representative (cor).
all Waste Picked Up Shall Be Documented With A Copy Given To The Va Representative At The Time Of Pick Up. The Documentation Shall Indicate The Number And Size Of Containers That Were Picked Up. The Shipping Papers Shall Be Signed By The Transporter And The Generator At The Time The Waste Is Picked Up.
the Contractor Shall Provide To The Va Cor A Certificate Of Treatment And Disposal By Va Approved Process For All Medical Waste Picked Up.
the Contractor Will Incinerate Waste Upon Request By The Va Medical Center And The Contractor Shall Provide A Certificate Of Destruction To The Va Medical Center For Waste Requiring Incineration At 18000f Or Greater.
pick Up Locations, Frequency And Days.
location Frequency Day
vamc, Bldg. 85 Once Per Week And As Needed. Tuesday
twin Falls Cboc As Needed To Be Determined
caldwell Cboc As Needed To Be Determined
mountain Home Cboc As Needed To Be Determined
salmon Cboc Once A Month To Be Determined
all Changes In Pickup Dates Or Locations Shall Be Coordinated By The Contractor And The Cor.
contractor Will Make Additional Pick-ups Upon Request At An Additional Cost As Agreed To By The Va And The Contractor.
contractor Will Incinerate Waste For An Additional Cost As Agreed To By The Va And The Contractor.
contractor Shall Provide A Per Container Price Schedule For The Disposal Of A 28-gallon Red Waste Container.
contractor Shall Invoice Only For Containers Picked Up And Disposed Of.
regulated Medical Waste Will Be Defined As Set Forth In Vha Directive 1850.06 Appendix A.
the C&a Requirements Do Not Apply, And A Security Accreditation Package Is Not Required.
naics Anticipated: 562211-hazardous Waste Treatment And Disposal
type Of Contract Anticipated: Tbd
period Of Performance Anticipated: 17 May 2025 To 16 May 2030 (base + 4 Option Years); Additionally, 52.217-8 Option To Extend Services For An Additional Six (6) Months Is Anticipated.
notes: Depending On The Results Of Market Research And Socioeconomic Set-aside Decision, The Appropriate Limitation To Subcontracting May Be Incorporated Into Resulting Solicitation/contract.
potential Candidates Having The Capabilities Necessary To Provide The Above Stated Services Are Invited To Respond To This Sources Sought Notice Via E-mail To Sherry Ploor At Sharon.ploor@va.gov No Later Than Friday, 31 January 2025 At 4:30pm Mt. No Telephone Inquiries Will Be Accepted.
responses Should Include The Following Information:
company Name
sam Ueid #
address
business Size
point Of Contact Name, Phone Number And E-mail Address
capability Statement
if Applicable, Current Gsa Federal Supply Schedule Contract
disclaimer And Important Notes: This Sources Sought Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. The Government Will Treat Any Information Received As Proprietary And Will Not Share Such Information With Other Companies. Any Organization Responding To This Sources Sought Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. The Government May Or May Not Issue A Solicitation As A Result Of This Announcement. There Is No Solicitation Available At This Time.
Closing Date31 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Request For Information (rfi)/sources Sought
sources Sought Description
this Is Not A Solicitation Announcement. This Is A Rfi/sources Sought Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 339112. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement.
please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service Disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)
please Submit Your Capabilities That Show Clear, Compelling, And Convincing Evidence That You Can Meet The Requirement Described In The Attached Sow. Please Provide Your Uei Number.
the Department Of Veterans Affairs (va), Visn 16 Network Contracting Office, Is Seeking Sources That Can Provide The Following:
durable/ Home Medical Equipment/accessories (dme/hme) Services To Provide All Necessary Labor, Facilities, Pick-up And Delivery, Set-up, Disassembly, Storage, Repairs, And Inventory Management Of Va Owned Equipment. Multiple Resource Use Specific To Repair Of Mobility Devices (e.g. Manual Wheelchairs, Power Chairs, And Scooters):
the Facility Is Located At:
southeast Louisiana Veterans Healthcare System
2400 Canal Street
new Orleans, La 70119
scope Of Work:
Contractor Shall Provide Delivery And Pick-up, Receiving, Storage, Set-up, Assembly, Take-down, Disassembly, Installation, Instructions, Sanitizing, Repair, And Maintenance Of Va Owned Dme/hme To Eligible Veterans/caregivers As Required By The Va
repair Of Mobility Devices (e.g., Manual Wheelchairs, Power Wheelchairs And Scooters). Services Provided Shall Be All Inclusive Of Deliveries And Transportation To Include Set-up/delivery Of Equipment And Related Accessories, Safety Inspections, And In-service Training (non-clinical) For Veterans On Equipment Functionality.â In Accordance With Sound Industry Practice, And The Terms And Conditions Of The Contract, Contractor Shall Be Responsible For The Proper Care, Maintenance, And Use Of Government-owned Dme/hme In Its Possession Or Control From The Time Of Receipt Until Properly Relieved Of Responsibility.â The Removal Of Government-owned Dme/hme To Storage, Or Its Contemplated Transfer, Does Not Relieve Contractor's Responsibility.
deliveries And/or Pick-ups Shall Be Made At Such Times And In Such Quantities As Specified By The Contracting Officer, Contracting Officer Representative (cor) And/or The Purchasing Agent.
contractor Shall Furnish Durable Medical/ Home Medical Equipment (dme/hme) And/or Accessories Necessary To Provide Dme/hme Services To Eligible Veterans Under The Jurisdiction Of The Primary Service Area Of The Slvhcs, In The Veteran S/caregiver S Homes Or Other Designated Points In Accordance With Standards Established By The Joint Commission For Home Care Through Reissue Of Equipment And/or Accessories For Which Contractor Has Provided Pick-up, Repair, Cleaning, And Storage.
durable Medical Equipment And/or Accessories Necessary To Provide Dme/hme Shall Only Be Provided (setup) Based On An Assessment Of The Veteran And An Order (prescription) By A Vamc Health Care Provider. Each Dme/hme Task Order Shall Be Individually Requested Through A Prosthetic Purchase Order On An Individual Veteran Basis.
contractors Must Meet The Joint Commission Standards Or Equivalent Body (which Meets Or Exceeds Tjc Accreditation) For Services Provided Under The Contract. Throughout The Contract, Contractor Shall Be Able To Consistently Perform Services At Or Above The Standards Set By The Joint Commission. The Joint Commission Standards Can Be Found At Http://www.jointcommission.org/.
if Contractor Is Surveyed During The Contract Term By Any Accreditation Body, They Shall Notify The Cor Or Designee In Writing Of Survey Dates And Outcomes. If Any Accreditation Is Revoked Or Local, State, Or Federal Citations Received During The Performance Period Covered By The Contract Contractor Shall Notify The Cor Or Designee Within Three (3) Business Days Of The Citation.
for This Performance Work Statement (pws), The Normal Delivery Or Service Area Is Considered To Cover The Counties/parishes Serviced By The Southeast Louisiana Veterans Healthcare System (slvhcs) And Its Affiliated Community Based Outpatient Clinics (cbocs).
if You Are Interested, And Are Capable Of Providing The Sought Out Supplies/services, Please Provide The Requested Information. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions:
responses To This Notice Shall Be Submitted Via Email To Kimberly Anderson At Kimberly.anderson6@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Wednesday, February 5, 2025 At 3:00 Pm Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation
disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Responses. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Shall Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. Responses To This Notice Shall Not Be Considered A Response To A Solicitation. Determination By The Government Not To Compete The Proposed Procurement Is Solely Within The Discretion Of The Government If It Is Determined That It Is In Their Best Interest To Do So.
Closing Date5 Feb 2025
Tender AmountRefer Documents
City Of Dapitan Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee City Of Dapitan February 05, 2025 Invitation To Bid The City Government Of Dapitan, Through Its Bids And Awards Committee (bac), Invites Interested Parties To Apply For Eligibility And If Found Eligible To Bid For The Following Contract: Contract Id: Pr# 2025-01-31-024 Contract Name: Procurement Of Office Supplies & Devices Purpose: For Official Use At City Budget Office, This City Approved Budget For The Contract (abc): Php 183,750.00 (inclusive Of All Applicable Taxes) Part Of The Total Abc Of P403,100.00 Source Of Fund: General Fund • Prospective Bidders Should Have Expertise In Undertaking A Similar Project Within The Last Three (3) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. • Bidders / Contractor’s Shall Submit Their One (1) Copy Sealed Envelope Containing Their Technical And Financial Documents. • Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates. • The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post Qualification Of The Lowest/single Calculated Bid Shall Be Conducted. • All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr). The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting February 06 – 13, 2025 Availability And Issuance Of Bidding Documents February 06 – 18, 2025; 1:30 P.m. Deadline For The Submission Of Bids February 18, 2025; 1:30 P.m Bid Evaluation February 18, 2025; 2:00 P.m • Philippine Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The City Of Dapitan. (bacdapitan@gmail.com) • Payment For The Philippine Bidding Documents Is A Non – Refundable Amount Of Five Hundred Pesos Only (php 500.00) Payable To The Office Of The City Treasurer, Dapitan City. The City Government Of Dapitan Assumes No Responsibility Whatsoever Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. The City Government Of Dapitan Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Rejects All Bids At Any Time Prior To Award Of Contract, Without Thereby Incurring Any Liability To The Affected Bidder Of Bidders. Sgd.engr. Renmar Terenz E. Draper Cgdh I, Management Information Systems Office Bac Chairman Annex A: 1. 150 Rms. Long Us Bond Paper (8.5” X 13’) 2. 150 Pcs. Ballpen (black) – Good Quality 3. 150 Pcs. Ballpen (blue) – Good Quality 4. 2 Pcs. Parker Signing Pen Black 0.7 5. 1 Bx Pentel Pen Broad – Black 6. 50 Pcs. Correction Tape 36m 7. 3 Bxs. Pencil – Good Quality 8. 15 Pcs. Sticky Note (45mm X 12mm) 5 Colors 9. 15 Pcs. Sticky Note (arrow) 10. 10 Pcs. Highlighter – Yellow – Good Quality 11. 2 Pcs. Puncher ( 2 Holes) Heavy Duty 12. 5 Pcs. Stapler With Remover # 35 Heavy Duty 13. 2 Bxs. Staple Wire W/ 50-100pgs Cap. Heavy Duty Big 14. 10 Bxs. Colored Paper Fastener 50 Sets 15. 3 Rms File Folder (white) Long 16. 3 Pcs. Elmer’s Glue 130g 17. 15 Pcs. Expanding Envelope (morocco) With Garter Long 18. 5 Pcs. Clear Scotch Tape 1 Inch – Good Quality 19. 2 Rolls Duct Tape Silver Gray (2 Inches Wide) 20. 40 Pcs. Ring Binder, Plastic (1 1/2 Inch) 21. 15 Pads Board Paper. 8.5 X 13”, 200gsm, 10 Shts/pad 22. 5 Pcs. Stamp Pad 23. 5 Btls. Stamp Pad Ink, Violet 50ml 24. 5 Bxs. Staple Wire 23/15 (9/16”0 Chisel Pointed 25. 3 Rms. Pvc Cover (330 X 218mm) Long Clear, 100 Sheets 31. 10 Pcs. Record Book Big 500 Pages 32. 5 Pcs. Record Book Big 300 Pages 33. 35 Btls. Ethyl Alcohol 70% Solution – 500ml 34. 6 Gals. Ethyl Alcohol 70% Solution 35. 10 Packs Toilet Paper (9 Rolls/pack) 36. 3 Packs Battery Pack Aa 37. 2 Pcs. Door Mat 38. 2 Btls. Insecticide 600ml 39. 10 Blts. Dishwashing Liquid 1 Ltr. 40. 4 Gals. Bleaching Liquid 41. 5 Pcs. Dishwashing Paste 200g 42. 2 Cans Disinfectant Spray 400g. 43. 5 Pcs. Dish Sponge Pad 44. 6 Pair Heavy Duty Rubber Gloves (thick Household Gloves) 45. 20 Rolls Heavy Duty Thick Garbage Bag Roll (large) 46. 5 Pcs. Car Air Freshener Shaldan (lemon) 600g 47. 5 Pcs. Air Freshener For Office (peony & Berry 1000ml 48. 5 Pcs. Air Freshener For Office (lemon) 1000 Ml 50. 45 Pcs. Smart Prepaid Card @ 300 51. 3 Units Steel Cabinet 4 Drawers 52. 2 Unit Monitor 24 Inches 53. 1 Pc. Ups 650va 54. 3 Units Office Swivel Chair
Closing Date18 Feb 2025
Tender AmountPHP 183.7 K (USD 3.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Page 2 Of 2
this Request For Information (rfi) Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation.
the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e).
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
sources Sought Description
this Is Not A Solicitation Announcement. This Is A Sources Sought/rfi Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 532420 (size Standard Of $40 Million). Responses To This Sources-sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources-sought, A Solicitation Announcement May Be Published. Responses To This Sources-sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement.
the Department Of Veterans Affairs (va), Visn 22 Network Contracting Office, Is Seeking Sources That Can Provide Equipment Lease And Maintenance For Mailing, Shipment Tracking, Proof Of Delivery, And Receiving Services For Mailroom And Warehouse For The Va Loma Linda Health Care System (vallhcs).
the Contractor Shall Provide And Be Responsible For The Shipment And Delivery (if Applicable) To Va Loma Linda Health Care System At 11201 Benton Street, Loma Linda, Ca 92357.
scope Of Work
lease Of Mail Metering Machines And Package Tracking Equipment/software.
the Jerry L Pettis Va Medical Center, Loma Linda, California Is Seeking Prospective Contractors Who May Be Interested In Competing For The Leasing Of A Digital Mailing System With New Shaped Based Rating System To Replace Aging Digital Mailing System For Assigning Postage To A Variety Of Mail Processed By The Support Services Mail Room. Additionally, Both Campuses Require Package Tracking Equipment And Software.
1. Background:
the Intent Of This Proposal Is To Lease With A Base Year And Four Option Years, For The New Mailing System Equipment And Associated Service Contract, Including All Required Hardware, Software, Maintenance And Services Necessary To Manage Mail Operations For The Loma Linda Va Mail Rooms That Meet All Usps, Federal And Va Mail Processing Requirements Including Intelligent Mail Package Barcode (impb) Compliant.
c. Periods Of Performance:
base Period: April 1, 2025 Through March 31, 2026
option Year 1: April 1, 2026 Through March 31, 2027
option Year 2: April 1, 2027 Through March 31, 2028
option Year 3: April 1, 2028 Through March 31, 2029
option Year 4: April 1, 2029 Through March 31, 2030
2. Mail Meter Equipment Features
a. Features Of Digital Mailing System Seeking To Lease:
b. Increase The Efficiency And Proper Assignment Of Postage Charges To A Variety Of Mail In Differing Sizes And Weights To A High Volume Of Mail That Is Processed Through The Mailroom On A Daily Basis.
c. Ensure Continuity Of Mailing Operations In The Event Emergency Equipment Maintenance Or Repairs Are Required.
d. One Usps Shape Based Compliant Mail Metering Systems To Address Our Daily Mail Volume Needs. Schedule 48 Pricing Implemented. The Ability To Weigh The Mail Piece And Determine Its Shape In Line While Processing Is Required (wow). The Topeka Mail Room Meter Capacity Shall Be Up To 50,000 Pieces Of Mail Every Month.
e. The Meter/equipment Will Require The Following Features For Each Campus (total Footprint Not To Exceed 112 Inches):
mailing System That Can Process Outgoing Mail And Flats With A Mixed Mail Feeder.
stand-alone Meter With Federal Funding Capability.
stand-alone Impb Processing For Priority Mail, First Class Parcels, And Package Services That Includes Computer, Label Printer, And >70-pound Scale.
schedule 48 Rates Are Required.
multi-carrier Capability (i.e., Usps, And Ups) To Allow For Rate Shopping And To Ensure Continuity Of Operations For Package Shipments.
electronic Return Receipt (err) As Processed Through The Mail Machine Which Includes Certified Barcode Scanning.
automatic And Manually Selectable Date Advance.
minimum Processing Speed - 125 Letters Per Minute.
power Stacking.
interfaced Scale Automatically Setting Meter For Correct Postage.
ssl Encrypted Communication.
an Additional Separate, Integrated/interfaced 70 Lb. Scale For Larger Items.
departmental/categories Accounting With Report Printer.
open/closed Flap Sealing.
fifteen-inch Touch Screen Display.
automatic Gum Label Dispenser.
4-color Text Messaging System With Ability For Local Personnel To Customize Message And Quick Response (qr) Barcode/graphics Printing.
ability To Export, Both Locally And Digitally, Encrypted Customized Reports.
weigh On The Way (wow)/in-line Weighing To Include Shape-based Rating.
online Services For Tracking Packages And Viewing Accounting Information To Include Monthly Reporting Of Number Of Pieces Processed And Dollar Amount.
provide Operational Stand/table.
must Be Configured To Allow For Best Rate Selection (i.e., Priority Mail Commercial Base And Priority Mail Commercial Plus).
usps Approved Information Based Indicia (ibi) System Capability (printed Indicia And Mail System Must Be Capable Of Providing Usps Commercial Base Pricing On Priority And Express Mail).
must Be Fips And Ato Compliant
equipment
ix9conveyor Ix-9 Conveyor Stacker
2 Ix9dwm Pkg Ix-9 Dynamic Weighing Module
2 Ix9c Ix-9c 300 Lpm Base Puffy Postcard Feeder W/wireways
2 Ixwp30 Ix 30lb Weighing Platforms
2 Ixdu300 300 Department Upgrade
2 Ds85i-inte3hcf
3 Station Expert: 2 Auto Fdrs + 1 Hcdf, Cis Scanner, Multi License
1 Idstc51 Zebra Tc52 Scanner W/camera
10 Idstcwallchar Tc52/57 Power Supply/wall Charger
10 Idstc- 5156cable Tc52/57 Charging Cable - Power Supply Not Included.
10 Idstc-5156boot Tc52/57 Protective Boot
10 Idstc-5156batt Tc52/57 4300 Mah Battery
10 Idstcstylus3pk Tc52/57 Stylus 3 Pack
4 Idsws-n Wireless Barcode Scanner
3 Idstc- 5slotcrad Tc51/56 5-port Charging Cradle.
3 Intra Enterprise Software Subscription By Sc Logic.
g. Installation, Training, And On-going Support/maintenance As Needed Throughout The Term Of The Lease Including But Not Limited To:
vendors Must Provide Complete Installation, Configuration, Setup, And Testing Of All Equipment And Software, Including Integration With And Configuration For Data Streams And Document Types Processed At Valom.
all Postage Rate Updates Provided At Least 10 Calendar Days Before The Rate Change Takes Effect.
periodic Preventive Maintenance Necessary To Avoid Unexpected Down Times Performed At Least Quarterly And More Frequently If Necessary. Contractor To Provide Parts And Labor (including Print Heads).
response From An On-site Repair Technician Within 4 Hours Of Placing A Service Call. Contractor To Provide Parts And Labor (including Print Heads).
ensure Continuity Of Mailing Operations In The Event Emergency Equipment Maintenance Or Repairs Are Required. (i.e., During Potential Downtime, Contractor Is To Provide A Replacement Unit Within 24 Hours).
training For Staff Including Initial Training And Any Ongoing Training Determined To Be Necessary By The Contracting Officer S Technical Representative (cotr) At No Additional Cost (not To Exceed 5 Formal On-site Trainings For The Remainder Of The Contract).
meter Will Be Re-located By The Vendor Selected, Including To A Different Facility, When Needed As Determined By The Cotr At No Additional Cost To The Facility.
3. Parcel Tracking Equipment Features
a. The Parcel Tracking Software Will Require The Following Features For Each Campus:
parcel Tracking Software
counter Signature Pad
low To Mid Volume 4 In. Label Printer
cordless Scanner
single Bay Cradle/battery Charger For Handheld Scanner (2 Each)
basic Operator Training Up To 4 Hrs. (2 Operators)
pc W/ Flat Panel Monitor
b. Technical Support. The Vendor Will Supply Telephone Technical Support During Normal Business Hours Mon. Fri. 8am 8pm Pm To Include The Following:
assistance With Disaster Recovery Including Viruses & Hard Disk Failure.
end User Web Ex And Diagnostic Assistance Sessions.
inversion Updates/ Installation And Debugging With Scanners, Mobile Computers And Printers.
system Configuration Concerns & Questions.
assistance With Hardware System Upgrades And Recommendations For Integration.
changes To Software Configuration, Import Recipient List, Change User Definable Fields, New Users, Software Backup Recommendations.
direct Access To Software Development Staff, Discounted On-site Technical Support.
methods To Modify Report Templates To Support Management Decision Making.
c. Repairs. Vendor Will Repair Or Up To 2 Mobile Units Per Year And Will Ship A Spare Unit Within 1-2 Days (shipped Via Ups/fedex) Providing Calls Have Been Received Before 2 Pm Cst. The Original Unit Will Be Repaired & Returned Providing It Is Deemed Repairable By Vendor At No Additional Cost. Repairs Cover Normal Wear & Tear As Well As Repairs To Displays, Touch Screens, Plastics, Keypad Exit Windows Internal And Other External Components Damaged Through Accidental Breakage. Consumables Such As Batteries & Stylus Are Not Covered.
item Information: Brand Name Or Equal
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
12.00
mo
__________________
__________________
equipment Lease For Mailroom Mail Processing. Postage Meter Machine, Inbound, Outbound, And Proof Of Delivery Services For Both Mailroom And Warehouse.
0002
12.00 Mo _________________
software Lease For Mailroom Mail Processing. Postage Meter Machine, Inbound, Outbound And Proof Of Delivery Services For Both Mailroom And Warehouse. Intra Enterprise Software Subscription By Sc Logic.
__________________
0002
12.00 Mo ___________________
servicing And Maintenance Of Equipment
__________________
grand Total
__________________
the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Product That Fulfills The Required Specifications.
if You Are Interested And Capable Of Providing The Sought-out Supplies, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions:
(1) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.
(2) Is Your Company Considered Small Under The Naics Code (532420) Identified Under This Rfi?
(3) Are You The Manufacturer Or Distributor Of The Items Being Referenced Above (or Equivalent Product/solution)? What Is The Manufacturing Country Of Origin Of These Items?
(4) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above (or Equivalent Product/solution), Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
(5) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number.
(6) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract?
(7) If Possible, Please Provide General Pricing For Your Products/solutions For Market Research Purposes.
(8) Please Submit Your Capabilities In Regard To The Salient Characteristics Being Provided And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes?
*** Submissions Addressing Section (8) Should Show Clear, Compelling, And Convincing*** Evidence That All Equal To Items" Meet All Required Salient Characteristics.
responses To This Notice Shall Be Submitted Via Email To Anette.doan@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than 01/10/2025, At 11:00 A.m. Pacific Standard Time (pst). If A Solicitation Is Issued It Shall Be Announced Later, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Request For Information. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
Closing Date10 Jan 2025
Tender AmountRefer Documents
Department Of Health Regional Office Ii Tender
Others
Philippines
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2024-056 Location Of The Project – Tuguegarao City Request For Quotation Date:01/30/25 Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 8:00 Am February 04, 2025 In A Sealed Envelope Or Thru E-mail: Procdohro2@gmail.com Very Truly Yours, Domingo K. Lavadia, Mba, Jd Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost 1 Unit 1 29,088.00 Computer Scanner 2 Roll 2 14,000.00 Magicard D Ymcko Dye Film, 300 Images (300 Shots Color Ribbon For Magicard D Series) - Compatible To Id Printer Magicard D Duo 3 Set 3 7,200.00 Magicard Enduro 3e/rio Pro Cleaning Kit (enduro, Enduro+or Enduro 3e, Rio Pro Cleaning Kit (10 Cards, 1 Pen) - Compatible To Id Printer Magicard D Duo 4 Unit 4 14,000.00 Back Up Ups, Av 5 Set 2 40,000.00 Computer Desktop Set Ink Refill, Compatible To Brother Printer 6 Bottle 15 9,750.00 Black 7 Bottle 10 6,000.00 Cyan 8 Bottle 10 6,000.00 Yellow 9 Bottle 10 6,000.00 Magenta Ink Refil, Compatible For Epson L2350 10 Bottle 10 6,500.00 Black 11 Bottle 10 6,000.00 Cyan 12 Bottle 10 6,000.00 Yellow 13 Bottle 10 6,000.00 Magenta Ink Cartridge, Compatible For Hp Office Jet Pro 7740 Wide Format All In One 14 Cartridge 10 8,000.00 Black (cartridge No. Hp 955 Setup H) 15 Cartridge 10 8,000.00 Cyan (cartridge No. Hp 955 Setup H) 16 Cartridge 10 8,000.00 Yellow (cartridge No. Hp 955 Setup H) 17 Cartridge 10 8,000.00 Magenta (cartridge No. Hp 955 Setup H) Support To Operation Of Rled: Procurement Of Computer Supplies For The 1st Quarter Of 2025 "general Terms And Conditions: I. Supplier Shall Submit The Filled Out Rfq With Complete Supporting Documents As Follows And: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filling And Payment System (efps); 2. Philgeps Certificate Of Registration And Membership With Updated List Of Required Documents 3. Certified Copy Of License To Operate Issued By Fda Or Appropriate Agency (for Drugs And Meds/hospital& Lab Supplies/chemical Products) 4. Certified Copy Of Certificate Of Product Registration Issued By Fda Or Appropriate Agency, (required For Drugs And Medicines And Chemical Products; For Medical Devices, As Applicable Per Fda Memo Circular 2014-005) 5. Samples (as Per Request) 6. Please See Attached Technical Specifications And Kindly State Compliance For Each Parameter. 7.submit Updated Tax Clearance Ii. Delivery Period: For Goods: 14 Calendar Days Upon Receipt Of Purchase Order And For Catering Services: On The Day Of Activity Iii. Delivery Site: Doh Cv Chd- Mondays To Thursdays (except Holidays), 8:00 Am To 3:00 Pm Only Iv. Before Delivery Of Goods, Winning Supplier To Apply For Request For Schedule Of Delivery Immediately Upon Receipt Of Ntp/po At Supply Section Or Send Request At Email At Supplyro2@gmail.com From Mondays To Wednesdays At 8am To 4 Pm Only. Required Documents In Processing Rsd: 1)approved Request For Schedule Of Delivery; 2) Signed Po/notarized Contract 3) Signed Ntp 4) Certificate Of Product Registration 5) Batch Notification For Antibiotics 6) Lot Release Certificate (item# 4 For Drugs/meds, Hospital & Lab Supplies, Item # 5 And 6 For Drugs And Medicines Only) V. Packaging: The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: 1)name Of The Procuring Entity 2) Name Of The Supplier 3) Name Of Manufacturer (for Drugs And Medicine, Medical/lab Supplies, Vaccines, Etc.) 4) Lot Number, Manufacturing Date And Expiration Date (for Drugs, Medicines, Medical/laboratory Supplies And Other Health Commodities If Applicable) 5) Contract Description 6) Dimension Of Each Carton (l X W X H – In Cm) 7) Quantity Per Carton And Total Quantity Of Items To Be Delivered / Quantity Per Batch / Lot If Applicable 8) Weight Per Carton (in Kg) 9) Print - Philippine Government Property-department Of Health-not For Sale” Vi. Price Validity: Within 30 Days Upon Submission Vii. Price Quotation Should Not Exceed The Abc Viii. It Is A Pre-condition To The Acceptance Of This Quotation And The Purchase Order That In Case Of Disallowance In Post-audit Due To Over Pricing, The Supplier Shall Be Held Solely Responsible For Return Thereof. Ix. The Bids And Awards Committee, Doh Cv Chd, Tuguegarao City Has The Right To Accept, Reject And Waive Defects In The Rfq." Page 1 Of 2 After Having Read And Accepted The Above Stated General Terms And Conditions, I Quote On The Items At Prices Above Indicated. Further, I Certify That The Supporting Documentary Requirements Are Faithful Reproduction Of The Original. __________________________________________ Business Name To Our Valued Suppliers: ____________________ __________________________________________ 1. Let’s Join Hands In The Fight Against Corruption Canvasser Printed Name And Signature Of Supplier 2. Gift-giving To Our Employees/officials Is Strictly Prohibited Tel. No. / Cellphone No.: ______________________ 3. Please Report Any Corrupt Acts Of Our Employees/officials To Our: Account Name: ______________________________ Deputized Resident Ombudsman - Tel. No. (02) 304-6523 Lbp Account Number: _________________________ Integrated Development Committee - Tel. No. (02) 304-6523 Tin No: ____________________________________ Date Of Tin Registration: ______________________ Date Seved:__________________ Pr/jr No. 2025-01-0171 Page 2 Of 2 /kevin
Closing Date4 Feb 2025
Tender AmountPHP 188.5 K (USD 3.2 K)
4361-4370 of 4462 archived Tenders