Ups Tenders
Ups Tenders
Infanta quezon Water District Tender
Others
Philippines
Details: Description Republic Of The Philippines Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta Quezon Rfq No: 02-010-s25 Request For Quotation (rfq) For “supply And Delivery Of Office Equipment And Other Computer Supplies” 1. The Infanta (quezon) Water District (iqwd) Referred To As The “purchaser” Now Requests The Submission Of A Price Proposal For The Procurement Of The Above-stated Item Described In The Technical Specifications/schedule Of Requirements With An Approved Budget For The Contract (abc) Of Sixty-three Thousand Four Hundred Twenty Pesos (₱ 63,420.00) 2. Attachment 1 Provides A Set Of Technical Specifications. All Items And Jobs Listed Under The Purchaser’s Specifications Must Be Complied With On A Pass-fail Basis. Failure To Meet Any Of The Requirements May Result In The Proposal Being Rejected. 3. Procurement Procedures Will Be Conducted By The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. The Iqwd Intends To Evaluate The Bid/proposal On A Lump Sum Basis, And An 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/proposals And Other Requirements Must Be Delivered At The Address Below Not Later Than 1:30 P.m., February 19, 2025, At Infanta (quezon) Water District (iqwd) Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon. 6. Interested Bidders May Acquire/download Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) And Iqwd’s Website. 7. Prices Must Be Quoted In Philippine Pesos And Include The Unit Price And Total Price, Including All Taxes To Be Paid And Other Incidental Costs To The Delivery Site/s If The Contract Is Awarded. 8. Your Bid/proposal May Be Typewritten And Placed In A Sealed Envelope Marked “supply And Delivery Of Office Equipment And Other Computer Supplies”, Or You May Send It By Courier. 9. Bids/proposals Shall Be Valid For Sixty (60) Calendar Days From The Deadline For Submission Of Bids. 10. The Contract Period Shall Be Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order. The Supplier/contractor Should Inform The Purchaser Three (3) Days Before Delivery. The Delivery Will Be Made Only During Working Days And Hours. 11. Upon The Decision Of The End-user And Bac, The Supplier And Its Concerned Premises May Be Subjected To Ocular Inspection And Approval By The End-user And Bac Before The Event, If Any, Shall Be Awarded The Contract. 12. The Supplier That Submitted The Lowest Calculated Responsive Bid/proposal, And Passed The Ocular Inspection Conducted By The End User And Bac Before The Event, If Any, Shall Be Awarded The Contract. 13. Proposals Shall Be Compared And Evaluated Based On The Following Criteria: A. Completeness Of Submission Of Documentary Requirements B. Compliance With Technical Specifications/schedule Of Requirements C. Price 14. Delivery Site: Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon 15. 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 Contract Amount. 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. 16. The Purchaser Reserves The Right To Accept Or Reject Any Proposal And To Annul The Procurement Process Or Reject All Proposals Before Contract Award, Without 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 Does Not Materially Affect The Material's Overall Functionality And The Supplier's Capability To Perform The Contract. 17. The Prospective Bidder Shall Submit The Following Documentary Requirements: A. Duly Signed Request For Quotation (rfq) Form B. Technical Specifications/schedule Of Requirements C. Mayor’s/business Permit D. Philgeps Registration Number/certificate E. Income/business Tax Return (for Abcs Above P500k) F. Notarized Omnibus Sworn Statement Gerry C. Bustonera Bac Chairperson Attachment 1 Technical Specifications/schedule Of Requirements The “supply And Delivery, Of Office Equipment And Other Computer Supplies” Shall Be Delivered And Completed Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order By The Supplier. Item No. Description/specifications Qty. Unit 1 Laminating Machine, Heavy Duty 1 Unit -professional Six-roller Laminator For High-volume -laminates Pouches Up To 13-inch Wide And 10mm Thick Without A Carrier -can Laminate Documents And Mounting Board Up To 1/8-inch Thickness -heats Up In 3 Minutes And Laminates In About 15 Seconds -adjustable Speed And Temperature Settings For Individual Preference -6-roller Machine With Digital Led Control Panel -reverse Jam Prevention Features -auto Shut Off -cold Lamination -energy Efficient Features -12.5 Inches Throat Width 3minutes Heat-up Time Max Laminating Speed: 41 Inches/min Steel Material Type Up To 10 Min Max Pouch Thickness 1/8” Mounting Board Capabilities Photo Capable Variable Temperature Settings Heavy Duty/daily Usage Ul Approved With Warranty 2 Uninterruptible Power Supply (ups) 2 Unit 650va, Avr, 230v Input & Output, 4 Nema 5-15r Output Connection 50/60 Hz +/- 1 Hz Sync To Mains Line Interactive Lead-acid Battery (12v) Battery Failure Notification Advanced Safety Features Intelligent Battery Management With Warranty 3 Micro Sd Card With Adapter 1 Unit -capacity: 128 Gb -standard/class: Class 10, Uhs-i, U3, V30, A2 -performance: 170/70mb/s Read/write (64gb) 170/90mb/s Read/write (128gb-1tb) -compatibility: Uhs-i, U3, V30, A2 4k Video Production, Action Cameras, Drone & Android Devices -microsdhc Card Dimensions: 11mm X 15mm X 1mm -sd Adapter Dimensions: 24mm X 32mm X2.1mm -format: Exfat -operating Temperature: -25⁰c To 85⁰c -storage Temperature: -40⁰c To 85⁰c -voltage: 3.3v -with A Long Warranty 4 Universal Ac Plug Adapter With Switch 4 Pcs -insides Of Adapters Are Made Of Copper -durable And Highly Conductive -maintain Their Grip On The Plugs Even After Thousands Of Use -engineered To Conform To Local And International Standards 5 Battery For Canon Eos M100 Camera 1 Pc (model: Lp-e12, 7.2v, 875 Mah) Lithium-ion With Warranty 6 Portable Battery-operated Vacuum For Computer 1 Pc -2.0 Brushless Dc Motor Technology -13kpa Max Suction -washable & Lightweight -ultra-low Noise Level -class F7 Hepa Filter -input Voltage: 5v === 2a / 9v === 2a -rated Voltage: 10.8v/ Rated Frequency: 50/60 Hz -120w Rated Power -100ml Dust Cup Capacity -stainless Mesh Filter + F7 Hepa Filter -2000 Mah Built-in Lithium Battery Capacity -10mins @high Speed / 30mins @low Speed -3h@dc5v =2a / 2h@dc9v =2a Charging Time -with Charger & Complete Accessories With Warranty
Closing Date19 Feb 2025
Tender AmountPHP 63.4 K (USD 1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: The Minneapolis Vamc Requires A Blood Bank Automation System With The Salient Characteristics Listed Below.
this Is A Sources Sought Looking For Businesses To Provide The Supplies Listed Below For Market Research Purposes. No Awards Of A Contract Will Be Made From This Announcement.
if You Are A Vendor That Can Provide The Requested Information Above And Required Supplies Described Below With Competitive Pricing, Send Your Information (to Include Your Organization's Unique Entity Identifier Number) With A Description Of Proof Of Capability To: Joey Bloomer, Joseph.bloomer@va.gov By February 11th, 2025. Only Emailed Responses Will Be Considered.
additionally, Please Provide Answers As Appropriate To The Following Questions In The Table Below With Your Response To This Sources Sought. Failure To Respond To The Following Questions May Affect The Acquisition Strategy.
1.
identify Your Organization's Socio-economic Category.
2.
identify If Your Organization Is The Manufacturer Of The Requested Supplies.â if You Are Not The Manufacturer, Identify The Manufacturer Of The Supplies That You Will Provide, Their Socio-economic Category And A Letter Showing That Your Organization Is An Authorized Distributor For The Requested Supplies.â
3.
fill Out The Certificate Under Far Provision 52.225-2(b), Identifying The Item And Its Country Of Origin. ( Https://www.acquisition.gov/far/part-52#far_52_225_2__d3401e52). If The Product Is A Us Domestic End Product, Write In Usa For The Item's Country Of Origin.
4.
state Whether Any Of The Requested Supplies May Be Ordered Against A Government Contract Awarded To Your Organization (e.g Federal Supply Schedule (fss), General Services Administration (gsa), Etc.).
5.
address Whether Your Organization Meets The Requirements Of 13 Cfr 121.406 (b)(1)(i), (b)(1)(ii) And (b)(1)(iii) (https://www.ecfr.gov/current/title-13/chapter-i/part-121/subpart-a/subject-group-ecfr0fca5207262de47/section-121.406#p-121.406(b)).
6.
provide Estimated Shipping And Delivery Information For The Requested Supplies (e.g. Expected Lead Time On Delivery).
â
*if Applicable, Vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products, Will Apply To The Potential Solicitation If Set-aside For Veteran Owned Small-businesses.*
â
*if Applicable, Vaar 852.212-71 Gray Market Items, Will Apply To The Potential Solicitation.*
*if Applicable, Far 52.219-14 Limitations On Subcontracting, Will Apply To The Potential Solicitation If Set-aside For Small-businesses. *
statement Of Work
blood Bank Automation System
1. Basic Requirement:
the Minneapolis Va Health Care System Blood Bank Laboratory Located At 1 Veterans Drive, Minneapolis, Mn 55417, Hereinafter Referred To As Mvahcs, Is In Need Of A Contract To Provide A Cost-per-test Or Reagent Rental For One Primary Automated Blood Bank Analyzer And Two Backup Manual Blood Bank Analyzers. Both Primary Automated And Backup Manual Analyzers Must Be Column-agglutination Based Technology For Red Cell Antibody Detection. All Costs Shall Be Figured Into The Price Of The Reagents, Supplies, And Consumables. This Agreement Is To Include One Primary Automated Analyzer, Two Backup Manual Analyzers (including Both An Incubator And Centrifuge), One Uninterruptible Power Supply (ups), Installation, Validation, Training, Customer Service, Technical Support, Preventative Maintenance, Equipment Service (including Parts, Labor, And Travel), And All Shipping Costs.
the Analyzers May Be Placed In A Temporary Location For Validation And Need To Be Moved To A Permanent Location After They Re Validated For Use. Contractor Will Be Responsible For Moving Analyzers For This One Time Move, At No Cost To The Government.
2. Contract Type And Terms:
the Mvahcs Will Award A 5-year Idiq With 6 Ordering Periods, Firm, Fixed-price, Indefinite Delivery Indefinite Quantity Contract For All Items Listed In The Schedule Of Items. Contract Use Will Be Limited To The Mvahcs. The Effective Ordering Period Of The Contract Shall Be From 4/1/25-3/31/30.
the Ordering Period Of The Contract Shall Be:
year 1 Pricing Period: 4/1/25-9/30/25
year 2 Pricing Period: 10/1/25-9/30/26
year 3 Pricing Period: 10/1/26-9/30/27
year 4 Pricing Period: 10/1/27-9/30/28
year 5 Pricing Period: 10/1/28-9/30/29
year 6 Pricing Period: 10/1/29-3/31/30
3. Estimated Quantities:
the Tests Listed In The Test Menu Are Estimated Annual Requirements. The Mvahcs Attempts To Be As Accurate As Possible When Providing Estimated Quantities, However, Actual Quantities Required May Vary From Quantities Listed. All Reagents, Supplies, And Consumables To Support Testing Will Be Requested On An On Demand, As Needed Basis.
test Menu
abo Rh And (3 Cell) Antibody Screen = 11,000
abo Rh = 1500
antibody Id = 230
donor Unit Retypes Abo Rh = 300
donor Unit Retypes Abd = 1000
anti-c = 200
anti-c = 100
anti-e = 200
anti-e = 25
immediate Spin (is) Crossmatch = 900
anti-human Globulin (ahg) Crossmatch = 600
direct Antiglobulin Test (dat) = 350
4. Technical Requirements:
the Lis Interface System Must Be Established With Vbecs Prior To Contract Award.
both Primary Automated And Backup Manual Analyzers Must Be Approved By The Food And Drug Administration (fda).
both Primary Automated And Backup Manual Analyzers Must Be Column-agglutination Based Technology For Red Cell Antibody Detection.
primary Analyzer Must Have Capabilities To Load Reagents And Supplies To Process Multiple Specimens Without Reloading Consumables.
primary Analyzer Must Use Regular Saline Without The Addition Of An External Buffer.
primary Analyzer Average Turn-around-time For A Type And Screen Must Not Exceed 35 Minutes.
primary Analyzer Must Sit On The Counter And Not Exceed Dimensions Of 31 D X 48 W X 42 H.
primary Analyzer Must Have Sample Capacity For At Least 10 Samples.
primary Analyzer Must Have Continuous Access With Stat Capability.
primary Analyzer Must Have Automatic Cap Detection.
primary Analyzer Must Have Automatic Clot Detection.
primary Analyzer Must Have Automatic Liquid Level Detection.
primary Analyzer Must Be Capable Of Performing The Following Tests:
abo/rh
antibody Screen
antibody Identification
select Cell Panel
crossmatch (is And Ahg)
patient Abo/rh Retypes
dat
donor Unit Abo Confirmations
antigen Typing
primary Analyzer Must Have A Barcode Scanner Compatible With The Standard 128 Code.
primary Analyzer Must Accept At Minimum 10 Alphanumeric Characters In The Specimen Identifier.
primary Analyzer Must Have Capabilities To Backup And Retrieve Instrument Qc Results, Patient Results, And Reagent Info For 10 Years.
primary Analyzer Must Have Capabilities To Retransmit Records In The Event Of Interface Outage.
a Process For Antibody Work-up For Patients On Anti-cd38 Monoclonal Antibody Treatment Is Preferred.
only One Type Of Diluent For Preparing Red Cell Dilutions Is Preferred.
contractor Qualifications (including Manufacturing Qualifications) Shall Be Available Upon Request.
5. Software:
the Analyzer S Computer Operating System Must Be Windows 10 Or Higher. Contractor Is Required To Have Established A Lis Interface With Vbecs, Which Is The Internal Software Used By The Mvahcs To Support Blood Bank Testing, Prior To Contract Award.
6. Customer Service/technical Support:
a Contractor Representative Shall Be Available To The Mvahcs During The Contract Period To Review The Account, Provide Product Information, Handle Problems Or Defective Merchandise (if Required) And Address Any Other Issues Or Concerns That May Arise. Customer Service Must Be Available 7 Days Per Week, 24 Hours Per Day. If Necessary, On-site Support Must Be Available 7 Days Per Week, 7:00am-7:00pm. On-site Response Time Shall Not Exceed 24 Hours Of Determination That Service Is Required.
7. Ordering Procedures:
orders Will Be Placed Via Contractor S Preferred Method, On An On-demand, As-needed Basis By The Mvahcs. A List Of Approved Personnel Will Be Provided At The Request Of The Contractor. Contractor Shall Provide The Following Preferred Ordering Information:
preferred Method Of Ordering: ________________________________
telephone Number: ________________________________________
email Address: _____________________________________________
8. Delivery:
all Equipment Shall Be Shipped Within 30 Days After Award. All Supplies Shall Be Delivered Fob Destination To The Mvahcs (unless Otherwise Indicated On The Response To The Solicitation) And Shall Arrive At The Mvahcs No Later Than 5 Calendar Days After Receipt Of An Order.
deliveries Shall Be Made To:
Va Medical Center, Bldg. 70
Warehouse (90d), Po# (provided For Each Order)
One Veterans Drive
Minneapolis Mn 55417
Delivery Times: Between 8:00am And 3:30pm
(monday-friday Except Federal Holidays)
all Deliveries Shall Be Accompanied By A Packing Slip Which Shall Contain Contractor S Name, Purchase Order Number, Date Of Order, Date Of Delivery, Itemized List Of Products Furnished Including Product Description And Quantity Shipped.
9. Product Quality:
all Products Offered To The Mvahcs Must Be Of The Same Consistent High Quality As Would Be Offered To The General Commercial Public In The United States.
all Products Are Purchased Subject To Acceptance In Conformance With Contractor S Warranty And Product S Published Specifications.
all Products Must Be Tested For Quality Control By The Supplier, And Only Those Products That Pass Quality Control May Be Sent To The Mvahcs. The Supplier Will Demonstrate Documentation Of Quality Control Performance Of Any Item Upon Request Of The Mvahcs.
any Substitutions Of Product Must Have The Written Approval Of The Mvahcs And The Contracting Officer Or His/her Designee.
all Products That Do Not Meet Contractor S Published Specifications Must Be Replaced Within 48 Business Hours At No Cost To The Mvahcs.
the Mvahcs Is Not Required To Return Unacceptable Product But May Do So In The Rare Case Where A Limited Number Of Items May Be Returned To Solve A Quality Control Problem.
it Is The Contractor S Responsibility To Provide The Mvahcs With Recall Notices On Any Product That Has Been Delivered To This Facility That May Be Defective. Notification Shall Be Made To The Mvahcs Via The Most Expedient Method.
the Contractor Shall Provide Mvahcs With A Listing Of The Contractor S Products That Are Considered Hazardous. The Listing Should Also Include A Determination As To What Can Be Considered Harmless To Be Disposed Of By Normal Methods, Such As Disposing In The Sink Or Trash. Sds Shall Be Available Upon Request.
to Assure Rotation Of Stock At The Distributor, Each Lot Of A Product Received Must Have An Outdate Later Than Previously Received.
only One Lot Number Per Product May Be Shipped Per Order. Multiple Lot Numbers Per Product Per Order Will Not Be Accepted.
all Products Must Be Received With At Least 2/3 Of The Shelf-life Remaining. The Contractor Shall Provide A Shelf-life List (time From Production To Outdate) For Each Product Purchased If Requested By The Mvahcs.
contractor Shall Allow Reagents, Supplies, And Consumables To Be Set Up On A Delivery Schedule To Ensure A Months Worth Of Reagents And Supplies Remain Stocked At Mvahcs. The Mvahcs Will Determine The Products, Quantities And Frequency Required For The Delivery Schedule.
if The Incorrect Products Or Quantities As Established In The Delivery Schedule Was Delivered Incorrectly, The Contractor Is Required To Deliver The Correct Supplies Within 24 Hours Of Notification By The Mvahcs.
the Contractor Is Required To Provide A Continuously Stocked Inventory Of All Reagents, Supplies And Consumables Required To Properly Perform Tests On The Equipment Such That Equipment Operations Are Not Interrupted.
10. Equipment Installation, Validation And Training:
the Contractor Shall Provide Site Preparation Requirements For The Equipment Prior To Installation. The Contractor Shall Provide Documentation And Information Characterizing The Physical, Electrical, Technological, And Environmental Requirements Of The Equipment Prior To Installation. A Risk Assessment Shall Be Completed Before Instrumentation Can Be Placed On The Mvahcs Network/lis System. Contractor Shall Provide Installation, Validation, And Training Of The Equipment, Including Labor And Travel.
the Contractor Will Install All Equipment At No Additional Expense To The Mvahcs. The Installation Date Shall Be Mutually Agreed Upon By The Contractor And Mvahcs. Contractor Is Required To Provide All Necessary Items To Establish Normal Operation.
remote Access Cannot Be Guaranteed To The Contractor. Instrumentation Shall Be Installed And Be Fully Operational Without Remote Access Being Granted To The Contractor. No Additional Cost To The Government Shall Incur If Remote Access Is Not Granted.
if The Instrument Requires A Server Attached To The Mvahcs Network Or Lis System, The Contractor Shall Provide It.
the Contractor Shall Assist With The Performance Of All Validation Studies To Include Precision, Method Comparison With The Current Instrumentation, Accuracy, Calibration Verification, And Determination Of Sensitivity And Specificity. The Contractor Shall Perform All The Statistical Analysis And Report Data In An Organized, Clearly Comprehensible Format.
the Contractor Will Provide And Coordinate Training With The Mvahcs At A Mutually Agreed Upon Date.
11. Equipment Maintenance:
contractor Shall Provide Enhanced Warranty Response, Agrees To Maintain The Equipment In Good Working Condition And Will Repair Or Replace Any Defects In The Equipment During The Contract Period (including Parts, Labor, And Travel) At No Additional Cost To The Government. The Contractor Shall Include All Ancillary Components That Are Customarily Sold Or Provided With The Equipment Proposed (ex: Computers, Monitors, Printer, Ups, Starter Kits, Etc). Contractor Shall Provide The Equipment Operator Manual. Contractor Shall Retain Ownership Of The Equipment.
maintenance/service Calls: Technical Support, Maintenance And Repair Service Must Be Available. Customer Service Must Be Available 7 Days Per Week, 24 Hours Per Day. If Necessary, On-site Support Must Be Available 7 Days Per Week, 7:00am-7:00pm. On-site Response Time Shall Not Exceed 24 Hours Of Determination That Service Is Required.
preventive Maintenance: Contractor Will Provide Scheduled Preventive Maintenance (pm) Service Calls As Required By Manufacturer S Recommended Pm Schedule, Procedures, And Checklists. Contractor Will Work With Mvahcs To Schedule At A Time That Works For Both Parties. A Field Service Report Shall Be Supplied To The Mvahcs At The Completion Of Each Pm Inspection.
updates: The Contractor Must Provide Updates To Instrument Hardware And Software To Maintain The Integrity Of The System And State-of-the Art Technology At No Additional Charge To The Government. This Must Be Provided As They Become Commercially Available And At The Time As They Are Being Provided To Commercial Customers. This Requirement Only Applies To System Updates That Enhance The Model Of Equipment Being Offered (. I.e., New Version Of Software, Correction Of Hardware Defect, Update Offered To Commercial Customers At No Additional Charge).
if Equipment Repair Records Reflect A Downtime Of 10% Or Greater During A 3-month Period, The Mvahcs May Request A Replacement Of Malfunctioning Equipment With New Equipment At No Additional Cost To The Government.
upon Termination Of The Contract, The Mvahcs Biomedical Department Will Remove The Hard Drive And Terminate It According To Policies And Procedures. The Equipment Will Be The Contractor S Responsibility To Dismantle, Decontaminate, And Remove From Mvahcs Premises Within 60 Days After Expiration Of Contract. All Costs For Removal And Return To Contractor Shall Be Borne By The Contractor.
Closing Date11 Feb 2025
Tender AmountRefer Documents
Province Of South Cotabato Tender
Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0090 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost 1 Motorcycle , Engine Type- 4-stroke Single Cylinder, Air-cooled, Overhead 130,000.0 Unit Cam (ohc) Displacement- 150 Cc Bore X Stroke – 57.3 X 57.8 (mm) Maximum Power – 8.72 Kw @8,000 Rpm Maximum Torque – 12.1 N.m @ 6,000 Rpm Starting System - Electric & Kick Transmission Type – Manual Gear Shift Pattern- 1-n-2-3-4-5 Suspension Type (front)- Telescopic Fork Suspention Type (rear) – Drum Brake Brake Type (front)- Disc Brake Brake Type (rear)-drum Brake Tire Size (front)-90/90-19 Tire Size (rear)-110/90-17 Wheel Type-spoke Wheel Base – 1,362 Mm Overall Dimensions: L X W X H-2,091 X 811 X 1,125(mm) Dry Weight- 122 Kg Seat Height-825 Mm Ground Clearance- 243 Mm Fuel Tank Capacity-12.0 L Fuel System-carburetor Battery Type- 12v-5ah Mf Type 1 2 Motorcycle , Engine Type- 4-stroke Single Cylinder, Air-cooled, Overhead 150,000.0 Unit Cam (ohc) Displacement- 150 Cc Bore X Stroke – 57.3 X 57.8 (mm) Maximum Power – 8.72 Kw @8,000 Rpm Maximum Torque – 12.1 N.m @ 6,000 Rpm Starting System - Electric & Kick Transmission Type – Manual Gear Shift Pattern- 1-n-2-3-4-5 Suspension Type (front)- Telescopic Fork Suspention Type (rear) – Drum Brake Brake Type (front)- Disc Brake Brake Type (rear)-drum Brake Tire Size (front)-90/90-19 Tire Size (rear)-110/90-17 Wheel Type-spoke Wheel Base – 1,362 Mm 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0146 Page 1 Of 4 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0090 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost Overall Dimensions: L X W X H-2,091 X 811 X 1,125(mm) Dry Weight- 122 Kg Seat Height-825 Mm Ground Clearance- 243 Mm Fuel Tank Capacity-12.0 L Fuel System-carburetor Battery Type- 12v-5ah Mf Type X-x-x Page 3 Follows X-x-x Note: "please Attach Brochure" Terms And Conditions For Motorcycle 1. With Gsis Comprehensive Insurance And Lto Registration "in The Name Of The Provincial Government Of South Cotabato" 2. With Full Face Helmet Item 1 - For Use Of Fid. Item 2 - For Use Of Ssm. Warranty: One Year Warranty On Parts And Services From The Date Of Delivery. Note: For Use Of Openro. Source Of Fund: 8731-pemo-p/p-2-cbudnrmp-1-07-06-010-ppe-25-02-10818(item No.1) P/p-3.mrssmqo-1-07-06-010-ppe-25-02-10819(item No.2) Approved Budget: P 280,000.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0146 Page 2 Of 4 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0090 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost 3 Desktop Computer , Desktop Computer 50,000.00 Sets Core I5 13400 2.5ghz 20mb Smart Cache Or Higher Compatible H610 Motherboard W/ Gigabit Lan Or Higher 16gb Ddr4-3200mhz (2 X 8gb) Memory Or Equivalent 1tb Nv2 M.2 Nvme Pcie4 Ssd, 4gb Gtx 1050ti Video Card 21.5" Fhd 75hz Ips Monitor, 650watts 80+ Bronze Rated Power Supply Heavy Duty Black Atx Casing, 1000va 500watts Ups W/ 8 Outlets, Usb Combo Keyboard With Mouse And Mouse Pad 2.1 Multimedia Speaker System With Subwoofer Total Output Power (rms)-8w X 2 + 12w Pc 1 Year Warranty On Parts And Service, Ups 2 Years Conditions: 1. 36 Months Premium Support And Onsite Service From The Manufacturer. 2. Equipment Under Warranty Shall Be Checked And Diagnose Within A Maximum Of 48hrs Upon Received Of The Equipment. In Case The Repair Will Took More Than 48hrs, The Suppliers/dealers Shall Provide A Service Unit With The Same Specification Or Higher. 3. Suppliers/dealers Shall Replace The Equipment Immediately At No Charge With The Same Specification Or Higher And It Has Agreed By The End User, In Case The Unit Has A Factory Defect That Cannot Be Repaired. 4. Suppliers/dealers Shall Have An Authorized Service Centers With In Socsargen Area. 4 4 Laptop Computer , Laptop Computer 52,300.00 Unit Core I5 1335u 3.4ghz, 12mb Smart Cache Or Higher 512 Gb Pcie® Nvme M.2 Ssd, 8 Gb Ddr4-3200 Mhz Ram (2 X 4 Gb) Onboard Intel Iris Xe Graphics, Chipset: Intel® Integrated Soc 15.6" Diagonal, Fhd, Micro-edge, Anti-glare, 250 Nits Display Realtek Wi-fi 6 (1x1) And Bluetooth® 5.3, True Vision 720p Hd Camera Integrated Dual Array Digital Microphones, Dual Speakers Software Included: Mcafee Livesafe, Windows 11 Home Sl Microsoft Office Home And Student (pre-installed) Cloud Service: 25 Gb Dropbox Storage For 12 Months Full-size, Backlit, Soft Grey Keyboard With Numeric Pad Pointing Device: Imagepad, With Usb 3.0 Lan Adapter Carrying Case/bag, 3-cell, 41 Wh Li-ion Polymer Battery 45 W Smart Ac Power Adapter Conditions: (1) 1 Year Battery & Charger / 2 Years On-site Warranty (2) Equipment Under Warranty Shall Be Checked And Diagnose Within A Maximum Of 48hrs Upon Received Of The Equipment. In Case The Repair 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0146 Page 3 Of 4 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0090 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost Will Took More Than 48hrs, The Suppliers/dealers Shall Provide A Service Unit With The Same Specification Or Higher. (3) Suppliers/dealers Shall Replace The Equipment Immediately At No Charge With The Same Specification Or Higher And Has Agreed By The End User, In Case The Unit Has A Factory Defect That Cannot Be Repaired. (4) Suppliers/dealers Shall Have A Service Center With In Socsargen Area. X-x-x Nothing Follows X-x-x Note: "please Attach Brochure" Item 3-4 - For Use Of Administrative Support Section. Note: For Use Of Openro. Source Of Fund: 8731-pemo-1-07-05-030-ppe-25-02-10820 Approved Budget: P 252,300.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0146 Page 4 Of 4
Closing Date20 Feb 2025
Tender AmountPHP 532.3 K (USD 9.2 K)
Bukidnon State University Tender
Chemical Products
Philippines
Details: Description 32298 Bottle 1-butanol, Ar, 2.5l 1 3,840.00 3,840.00 32300 Pack 2,4-dinitrophenylhydrazine (2,4-dnp), Ar, 100g 1 5,908.00 5,908.00 32331 Bottle Absolute Ethanol, 2.5l 5 4,080.00 20,400.00 32340 Bottle Acetone, Ar, 2.5l 2 3,500.00 7,000.00 32377 Pack Alanine, Ar, 100g 1 3,323.00 3,323.00 32385 Bottle Ammonia Solution, Ar, 2.5l 1 3,100.00 3,100.00 32386 Pack Ammoniacal Silver Nitrate (agno3), Ar, 100g 1 23,400.00 23,400.00 32394 Pack Anhydrous Zinc Chloride (zncl2), Ar, 500g 1 1,980.00 1,980.00 32453 Bottle Benzaldehyde, Ar, 500ml 1 3,191.00 3,191.00 32454 Pack Benzanamide, Ar, 500g 1 8,426.00 8,426.00 32455 Pack Benzoic Acid, Ar, 500g 1 3,534.00 3,534.00 32474 Bottle Buffer Solution Ph 10, 1l 2 2,160.00 4,320.00 32475 Bottle Buffer Solution Ph 4, 1l 2 2,040.00 4,080.00 32476 Bottle Buffer Solution Ph 7, 1l 2 2,040.00 4,080.00 32488 Piece Chemical Gas Mask High Quality: Soft Rubber Face Mask For Comfort, With Two Valves For Easy Breathing; Soft Gel-like Nose And Mouth Cover Will Fit All Users; Easily Adjustable Strap; Cartridge Material- Activated Carbon; Mask Materialpvc; Main Color-black. 3 4,560.00 13,680.00 32489 Set Chemical Spill Kit Inclusive Of: 2 X 1 Kg Acid Neutralizer, 2 X 0.9 Kg Caustic Neutralizer, Volatile Adsorbent Powder, 1 Pair Splash Googles, 1 Pair Nitrile Gloves A15, 6 H.d. Disposable Bags 14" X 20 ", 4 Disposable Plastic Scoops And Scapers, 1 Big Spongefor Residue Clean Ups, 1 Comprehensive Treatment Guide, 1 Bottle Extran Ma 05 Liquid Alkaline Phosphate-free Concentrate. 3 10,000.00 30,000.00 32515 Bottle Coconut Oil, 1l 1 1,056.00 1,056.00 32525 Pack Common Salt (nacl), 500g 1 180.00 180.00 32538 Bottle Conductivity/tds Standard Solution 12.88 Us, 500ml 2 3,252.00 6,504.00 32539 Bottle Conductivity/tds Standard Solution 1413 Us, 500ml 2 3,252.00 6,504.00 32564 Pack Cotton Roll, 400g 10 84.00 840.00 32580 Bottle Cyclohexane, Ar, 2.5l 1 6,228.00 6,228.00 32584 Bottle Denatured Alcohol, Ar, 2.5l 3 4,825.00 14,475.00 32602 Bottle Distilled Water, 6l 10 156.00 1,560.00 32695 Pack Ferric Chloride (fecl3), 500g 1 3,294.00 3,294.00 32696 Box Filter Paper, #1 Whatman 125mm (100circles/box) 1 2,160.00 2,160.00 32743 Pack Gelatin Powder, 500g 1 5,040.00 5,040.00 32750 Bottle Glacial Acetic Acid, Ar, 2.5l 1 4,080.00 4,080.00 32754 Bottle Glucose (dextrose), 2.5l 1 2,580.00 2,580.00 32756 Kit Gram Stain Set, 4 Bottle X500ml 1 6,240.00 6,240.00 32766 Bottle Hexane, 2.5l 1 5,040.00 5,040.00 32780 Pc Human Histology Prepared Slide Type Of Tissue: Epithelial, Muscle, Connective Tissue Source And Condition: Human Tissue Fixation: Formalin-fixed Approximate Section Thickness: 4 Μm Approximate Slide Dimensions: 25mmx75mm Stainquality: H&e Stain,clear Nuclear And Cytoplasmic Detail,good Differentiation Between Different Cell Types And Structures 1 2,400.00 2,400.00 32781 Bottle Hydrochloric Acid, 2.5l 1 5,040.00 5,040.00 32814 Bottle Isopropyl Alcohol, 2.5l 2 4,320.00 8,640.00 32823 Bottle Kerosene, 3.8l 2 672.00 1,344.00 32841 Pack Lead Acetate (pb(ch3coo2)2), 25g 1 9,600.00 9,600.00 32857 Bottle Liquid Ammonia, 2.5l 1 3,720.00 3,720.00 32858 Pack Litmus Paper, Blue 2 216.00 432.00 32859 Pack Litmus Paper, Red 2 216.00 432.00 32888 Unit Mcmaster Counting Slides (two Chambers With Printed Counting Grid/gridlines. Grid Size Approx 1 Cm X 1 Cm. Height 0.15 Cm. Volume Under One Grid 0.15 Ml. Volume Under Both Grids 0.30 Ml. Material Plastic, Acrylic. Mcmaster Approx Dimension 2.3 Cm X 7.6 Cm. Grid Color Blue) 2 4,500.00 9,000.00 32923 Box Nitrile Gloves Product Type Nitrile Rubber. Applicationoil Resistance And Solvent Resistance. Size L. Overall Length(mm) 300. Approx Thickness(mm) 0.33 (rubber Part) Approx Color Light Blue. Specification Details Food Sanitation Law Compliant. Materialnbr (nitrile Rubber) With Flocking. 3 500.00 1,500.00 32971 Pack Phenol, 25g 1 5,460.00 5,460.00 32992 Pack Potassium Iodide (ki), Ar, 500g 1 23,400.00 23,400.00 33093 Pack Sodium Acetate (nach3coo), Ar, 500g 1 1,932.00 1,932.00 33094 Pack Sodium Benzoate, 500g 1 1,440.00 1,440.00 33095 Pack Sodium Bicarbonate (nahco3), Ar, 500g 1 2,460.00 2,460.00 33097 Pack Sodium Carbonate, Ar, 500g 1 1,980.00 1,980.00 33098 Pack Sodium Chloride, 500g 1 180.00 180.00 33099 Pack Sodium Hydroxide, Ar, 500g 2 1,800.00 3,600.00 33100 Pack Sodium Nitrite (1% Nano2), Ar, 500g 1 9,504.00 9,504.00 33112 Pack Starch, Ar, 500g 1 3,565.00 3,565.00 33128 Pack Sulfanilic Acid, Ar, 100g 1 3,294.00 3,294.00 33154 Bottle Tert-butanol, 1l 1 4,320.00 4,320.00
Closing Date21 Feb 2025
Tender AmountPHP 309.2 K (USD 5.3 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 562-22-700, Construct Ehrm Infrastructure Upgrades At The Erie Va Medical Center (vamc) Located In Erie, Pennsylvania.
project Description:
the Erie Vamc Is Seeking A General Contractor To Provide All Necessary Tools, Labor, Materials, Equipment, Permits, License, Supervision, And Quality Control For Ehrm Infrastructure Upgrades Erie, Pa At The Erie Va Medical Center, In Accordance With The Drawings And Specifications. Work Includes General Construction, Alterations, Grading, And The Following Infrastructure Improvements: Electrical Power (normal And Emergency); Bonding; Ups; Building Management System (bms) Interfaces; New And Upgrades Of Existing Hvac; Reconfiguration, Expansion, And Renovation Of Existing Spaces; Communication Infrastructure; Physical Security Upgrades; Upgrade Of Fiber Infrastructure Backbone Campus-wide, Within Buildings And Between Buildings; Construct New Data Center; Hazardous Material Abatement And All Necessary Removal Of Existing Structures And Construction Of Certain Other Items.
the Upgrade To The Infrastructure Will Include Campus Wide New Campus Wide Fiber Backbone Underground Routing And Will Require Excavation, Trenching, Reinforced Concrete Duct Bank With Associated Access Points. Campus Buildings Impacted By The Upgrades Include Buildings 1, 6, 7, 8, 11, 14, And 18. Upgrades In These Buildings Will Include Existing Rooms And Telecommunications Closets And Include Relocation, Reconfiguration, Expansion, And Renovation Involving New Walls, Doors And Finishes, Etc. Throughout Each Space.
construction Shall Comply With Va Infrastructure Standard For Telecommunications Spaces (ists) V4.0, June 1, 2023. New Data Center To Include Electrical Distribution, Cable Management, Data Cabinets, Finishes And Hvac. The Data Center Is Designed For And Meeting The Requirements Of A Small/medium Campus Support Center. The Data Center Shall Be Constructed To Withstand Blast Protection Requirements Per The Va Psrdm.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In March, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 540 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15).
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By January 15, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131
primary Point Of Contact:
leslie Prather
contract Specialist
leslie.prather@va.gov
secondary Point Of Contact:
samantha Mihaila
contracting Officer
samantha.mihaila@va.gov
Closing Date15 Jan 2025
Tender AmountRefer Documents
Department Of Agriculture Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Item No. Qty. Unit Items & Description Unit Price Total Amount Brand/ Model Ict 2 Unit "automatic Volatge Regulator (avr) Power Capacity: 3000watts Input Voltage: 160 – 240v Output Voltage: 220v And 110v Input Sockets: (2) 220v And (1) 110 V Response Option: Quick Start Or Power Delay Response Time: Within 4sec Against 10% Input Fluctuation Control System: Servo-motor Control Phase: Single With On/off Switch - Power With Quickstart Button - Long Or Short Delay " 2 Pc "external Hard Drive Capacity: 1tb Hard Disk Description: mechanical Hard Disk Hard Disk Interface: Usb 3.0 Hard Disk Rotational Speed: 5400 Rpm " 2 Pc "uninterruptible Power Supply (ups) Max Configurable Power (watts): 360 Watts / 650va Output Frequency (sync To Mains): 50/60 Hz +/- 1 Hz Sync To Mains Transfer Time: 6 Ms Typical : 10 Ms Maximum Input Frequency: 50/60 Hz +/- 3 Hz Auto-sensing Input Voltage Range For Main Operations: 140 - 300v Typical Recharge Time: 8hour(s) Nominal Battery Voltage: 12 V Battery Volt-amp-hour Capacity: 84" 1 Unit "wired Computer Speaker Input: 500ma-1aversion Output Power: 6w Bluetooth + Wired Version Frequency Response: 80hz-18khz Snr: ≥80db Power Supply: Usb/dc5v Audio Input: Aux Color: Black Size: 380*75*60mm" 2 Unit "printer Printer Type: Print, Scan, Copy, Fax With Adf Nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 5760 X 1440 Dpi Automatic 2-sided Printing: No Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 "" *1: Approx. 69 Sec Per Photo (border) / 90 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour): Up To 33 Ppm / 15 Ppm*2 Iso 24734, A4 Simplex (black / Colour): Up To 10 Ipm / 5.0 Ipm*2 First Page Out Time From Ready Mode (black / Colour): Approx. 10 Sec / 16 Sec*2 Copying Maximum Copies From Standalone: 99 Copies Maximum Copy Resolution: 600 X 600 Dpi Maximum Copy Size: Legal Iso 29183, A4 Simplex Flatbed (black / Colour): Up To 7.7 Ipm / 3.8 Ipm Scanning: Scanner Type: Flatbed Colour Image Scanner Optical Resolution: 1200 X 2400 Dpi Maximum Scan Area: 216 X 297 Mm " "scan Speed: Scan Speed (flatbed / Adf (simplex)): 200dpi, Black: 12 Sec / Up To 4.5 Ipm 200dpi, Colour: 29 Sec / Up To 4.5 Ipm Paper Capacity: 30 Pages (a4), 10 Pages (legal) Fax Function: Receive Memory / Page Memory: 1.1 Mb, Page Memory Up To 100 Pages Fax Speed (data Transfer Rate): Up To 33.6 Kbps, Approx. 3 Sec/page Fax Resolution: Up To 200 X 200 Dpi Transmission Paper Size (flatbed): Letter, A4 Transmission Paper Size (adf): A4, Letter, 8.5 X 13'', Legal, Oficio 9, Mexico-oficio, Indian-legal Receiving Paper Size: A4, Letter, Legal " "fax Features: Pc Fax (transmission / Receive), Automatic Redial, Address Book, Broadcast Fax (mono Only), Transmit Reservation, Polling Reception Paper Handling: Number Of Paper Trays: 1 Standard Paper Input Capacity: Up To 100 Sheets Of Plain Paper (80 G/m2) Up To 20 Sheets Of Premium Glossy Photo Paper Output Capacity: Up To 30 Sheets Of Plain Paper (80 G/m2) Up To 20 Sheets Premium Glossy Photo Paper Maximum Paper Size: 215.9 X 1200 Mm Paper Size: Legal (8.5 X 14""), Indian-legal (215 X 345 Mm), 8.5 X 13"", Letter, A4, 16k (195 X 270 Mm), B5, A5, B6, A6, Hagaki (100 X 148 Mm), 5 X 7"", 5 X 8"", 4 X 6"", Envelopes: #10, Dl, C6 Print Margin: 0 Mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver *3 Epson Connect Features: Epson Iprint, Epson Email Print, Remote Print Driver Operating System Compatibility: Rated Voltage: Ac 220 – 240 V Usb: Usb 2.0 " "network: Ethernet, Wi-fi Ieee 802.11b/g/n, Wi-fi Direct Network Protocol: Tcp/ipv4, Tcp/ipv6 Lcd Screen: 1.44"" Colour Lcdwindows Xp / Xp Professional/ Vista /7/8/8.1/10 Windows Server 2003/2008/2012/2016/2019 Only Printing Functions Are Supported For Windows Server Os Mac Os X 10.6.8 Or Later Dimensions (w X D X H):375 X 347 X 237 Mm Weight: 5.0 Kg" 1 "portable Mobile Trolley Bluetooth Speaker 1000w | 8 Inch Woofer X 2 Bluetooth Rechargeable Usb Charging 5v Remote Control Included 2 Wireless Mics Led Lights (can Be Turned On And Off) Ports: Mp3 In X 1 Usb Port X1 Mic/guitar Input (1 Each) Mic Volume Tf Card X1 Other Functions: Fm Tuner Recording Function (via Usb) Echo + Bass/treble Mixer Guitar Input With Guitar Volume Led Aux L & R Mic In X 1""" Delivery Site: Da Rfo Iii, City Of San Fernando, Pampanga Delivery Lead Time: 10 Calendar Days *certificate Of Availability Of Stocks Delivery Site: Da Rfo Iii, City Of San Fernando, Pampanga Delivery Lead Time: 10 Calendar Days * Certificate Of Availability Of Stocks *** For Official Use At The Regional Soils Laboratory Bid Amount In Words Approved Budget For The Contract (abc) Ninety Nine Thousand Three Hundred Seventy Pesos Only (p 99,370.00) Interested Suppliers May Download And Examine The Attached Request For Quotation Form By Clicking The Figure Opposite The Associated Components On This Page. The Department Of Agriculture-rfo 3 Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Quotation. Note: Interested Suppliers Must Download The Attached Document. Here’s The Procedure On How To Download The Attached Document. 1. To Order The Associated Component Of This Bid Notice, Please Click The “order” Link. 2. Upon Clicking The Order Link, The Order Basket Page Will Be Displayed. To Proceed The Ordering Of The Document In The Order Basket Page, Click The “continue” Button. 3. The System Will Display The Order Confirmation Page. To Confirm The Order, Click The “submit” Button. 4. The Order Summary Page Will Be Displayed. To View Or Download The Associated Documents, Click The Document Hyperlink Under The Item Column. 5. To Return To The Bid Notice Abstract Page, Click The “done” Button.
Closing Date20 Feb 2025
Tender AmountPHP 99.3 K (USD 1.7 K)
Pointe Coupee Parish Government Tender
Civil And Construction...+2Civil Works Others, Building Construction
United States
Details: Advertisement For Bid Sealed Bids Will Be Received By The Point Coupee Parish Government, 160-a E. Main Street, New Roads, La 70760 On Wednesday, February 19, 2025 At 2:00 Pm From Commercial Building Contractors, And Then At Said Office Publicly Opened And Read Aloud For Construction Of The Project Described As Follows: Project Name: Pointe Coupee Parish Government – New Pointe Coupee Courthouse Storage And Oep Facility Project No. 24014 General Scope Of Project: The Project Consists Of The Construction Of A New 5,000 S.f. Pre-engineered Metal Building Containing Offices And Storage Space. The Project Also Includes Renovating An Existing Storage Building, Approximately 5400 S.f., Which Will Include Selective Demolition, Installation Of New Wire Storage Cages, Demolition And Infill Of Existing Windows, New Doors, Painting, New Mechanical System, Lighting, And A New Sbs Roof System. The Project Also Includes The Construction Of A New Parking Lot And Expansion Of A Second Parking Lot. Parking Lot A Is Approximately 13,138 S.f. Parking Lot B Is Approximately 20,500 S.f. Additionally, It Includes Full Repairs Of The Courthouse Parking Lot, Approximately 8175 S.f. Miscellaneous Site Work Is Included Such As New Outdoor Benches And Light Poles In Front Of The Existing Courthouse. All Bids Must Be In Accordance With The Bid Documents And Any Bid Received After The Time And Date Of The Bid Opening Will Be Returned Unopened. Complete Bid Documents For This Project Are Available In Electronic Form. They May Be Obtained Without Charge And Without Deposit From Www.centralbidding.com. Printed Copies Are Not Available From The Designer, But Arrangements Can Be Made To Obtain Them Through Most Reprographic Firms. Plan Holders Are Responsible For Their Own Reproduction Costs. Questions About This Procedure Shall Be Directed To The Designer At: Mougeot Architecture, Llc Telephone: 225-767-1717 10343 Siegen Lane Building 7, Suite A Email: Amelancon@mougeotarchitecture.com Baton Rouge, La 70810 No Questions Or Pre-approvals Will Be Accepted After February 12, 2025. Bids From Only The Respective Contractors Obtaining Plans, Must Be Submitted On Bid Form Provided In The Bid Documents. Each Bid Must Be Submitted In A Sealed Envelope Bearing On The Outside The Name Of The Bidder, His/her Address, Contractors State License Number And The Name Of The Project For Which The Bid Is Submitted. If Forwarded By Mail Or Hand Delivery The Sealed Envelope Containing The Bid Must Be Enclosed In Another Envelope Addressed To The Following: Via U.s. Mail Pointe Coupee Parish Government (attn: Jeanne Hendrix) Sealed Bid: Pointe Coupee Parish Government – New Pointe Coupee Courthouse Storage And Oep Facility 160-a E Main Street, New Roads, La 70760 Via Fed Ex /ups Or Hand Delivered: 160-a E Main Street, New Roads, La 70760 (attn: Jeanne Hendrix) Sealed Bid: Pointe Coupee Parish Government – New Pointe Coupee Courthouse Storage And Oep Facility Contractor Name: _________________________________________ La State Contractor License Number: __________________________ Electronic Bids: Www.centralbidding.com Until February 19, 2025, At 2:00 Pm Bids Received After The Above Specified Date And Time Will Not Be Considered. Rs 38:2218. Evidence Of Good Faith; Countersigning To Address The Above Requirement For Electronic Bids Pointe Coupee Parish Government Will Allow Electronic Bids Submitted Via The Parish Approved On-line Bid Site To Be Submitted As Follows: A. A Copy Of The Bid Bond, Certified Check, Or Cashier's Check, Must Be Attached To Bid Document Submitted Electronically B. The Original Bid Bond Document, Certified Check, Or Cashier's Check, Must Be Received In Our Office No Later Than 48 Hours After Bid Opening Date And Time (mailing; Pointe Coupee Parish Government, 160-a East Main Street, New Roads, La 70760 – Physical; 160-a East Main Street, New Roads, Louisiana 70760) C. The Bid-bond, Certified Check, Or Cashier's Check, Envelope Must Be Clearly Labeled As A “bid Bond” With The Project Name, Vendor’s Name As It Appears On The Bid Documents And Address. All Bids Must Be Accompanied By Bid Security Equal To Five (5%) Of The Sum Of The Base Bid And All Alternates, And Must Be In The Form Of A Certified Check, Cashier’s Check, Or Bid Bond Form Made Payable To Pointe Coupee Parish Government Written By A Surety Company Licensed To Do Business In Louisiana, Signed By The Surety’s Agency Or Attorney-in-fact. Surety Must Be Listed On The Current U. S. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies As Approved For An Amount Equal To Or Greater Than The Amount For Which It Obligates Itself In The Bond, Or Must Be Louisiana Domiciled Insurance Company With At Least An A – Rating In The Latest Printing Of The A. M. 2019. Best’s Key Rating Guide. If Surety Qualified By Virtue Of Its Best’s Listing, The Amount Of The Bond May Not Exceed Ten Percent Of Policyholders’ Surplus As Shown In The Latest A.m. Best’s Key Rating Guide. The Bid Bond Shall Be In Favor Of The Pointe Coupee Parish Government And Shall Be Accompanied By Appropriate Power Of Attorney. No Bid Bond Indicating An Obligations Of Less Than Five (5%) By Any Method Is Acceptable. Beginning At 2:00 Pm On February 19, 2025 Bids Will Be Downloaded. No Bids Are Accepted After 2:00 P.m. Bids May Be Submitted Electronically At Www.centralbidding.com. Once Logged In, Users Must Click On Point Coupee Parish Government To View Current Advertisement Listings. This Listing Is Titled “pointe Coupee Parish Government – New Pointe Coupee Courthouse Storage And Oep Facility”. Pointe Coupee Parish Shall Not Be Responsible If The Bidder Cannot Complete And Submit A Bid Due To Failure Or Incomplete Delivery Of The Files Submitted Via The Internet. A Non-mandatory Pre-bid Conference Will Be Held On Thursday, February 6, 2025 - 2:00 Pm (local Time) At The Project Site (206 Court Street, New Roads, Louisiana 70760). Contractors Should Have Obtained A Set Of Plans And Specifications Prior To This Time. Contract, If Awarded, Will Be On The Basis Stated In The Instructions To Bidders. No Bid May Be Withdrawn For A Period Of 45 Days After Bid Opening Except As Provided By Law. Bidders Must Meet The Requirements Of The State Of Louisiana Contractor’s Licensing Law, R.s. 37:2151 Et Seq. Bidders Must Comply With Provisions Of R.s. 38:2212.10. The Successful Bidder Shall Be Required To Furnish A Performance And Payment Bond Written By A Company Licensed To Do Business In Louisiana, In An Amount Equal To 100% Of The Contract Amount. Surety Must Be Listed Currently On The U.s. Department Of Treasury Financial Management Service List (treasury List) As Approved For An Amount Equal To Or Greater Than The Contract Amount, Or Must Be An Insurance Company Domiciled In Louisiana Or Owned By Louisiana Residents. If Surety Is Qualified Other Than By Listing On The Policyholders’ Surplus As Shown By Surety’s Most Recent Financial Statements Filed With The Louisiana Department Of Insurance And May Not Exceed The Amount Of $500,000. However, A Louisiana Domiciled Insurance Company With At Least An A – Rating In The Latest Printing Of The A.m. Best’s Key Rating Guide Shall Not Be Subject To The $500,000 Limitation, Provided That The Contract Amount Does Not Exceed Ten Percent Of Policyholders’ Surplus As Shown In The Latest A.m. Best’s Key Rating Guide Nor Fifteen Percent Of Policyholders’ Surplus As Shown By Surety’s Most Recent Financial Statements Filed With The Louisiana Department Of Insurance. The Bond Shall Be Signed By The Surety’s Agent Or Attorney-in-fact. The Pointe Coupee Parish Government Reserves The Right To Disqualify Any Bid, Response To A Request For Qualifications, Or Request For Proposals If It Is Determined That The Submitting Business Entity Is Not In Good Standing With The Louisiana Secretary Of State Or Is Not Authorized To Do Business In The State Of Louisiana. Pointe Coupee Parish Government Reserves The Right To Reject Any And All Bids For Just Cause. Major Thibaut, Parish President Pointe Coupee Parish Government Legal Ad To Run: Pc Banner - 1/23/25, 1/30/25, 2/6/25
Closing Date19 Feb 2025
Tender AmountRefer Documents
PROVINCE OF CAMIGUIN Tender
Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description 2 Units Computer Desktop With Complete Accessories Specs Processor: I5-10400f; Ram 8gb Ddr4; Storage: 128gb + 1tb Hdd; Graphics: Gt730 2gb; Mopnitor 24"; Operating System: Windows 10 Genuine And Printer, Ups, Keyboard, Mouse And Pad 1 Unit Laptop Computer With Complete Accessorries And Printer Specs: 11th Gen Intel Core I7, Display: 15.6 Inches; 1080p; 3.5k Oled; Ram : 16gb; Storage: 512 Gb Ssd (w/ Mouse Pad, Mouse And Bag)
Closing Date7 Feb 2025
Tender AmountPHP 153.2 K (USD 2.6 K)
City Of Cagayan De Oro Tender
Others...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Supply And Delivery Of Core Smart Switch 24 Ports + Sfp And Other Items; Pr No. 24-3879 Dated September 25, 2024; Sn 387 - 2024 1. The City Government Of Cagayan De Oro, Non-office - 2024 Equipment Upgrading Of Brgy. Carmen Emergency Operation Command Center Capital Outlay, Intends To Apply The Sum Of Eleven Million One Hundred Sixty Thousand And 0/100 Pesos Only (php11,160,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Core Smart Switch 24 Ports + Sfp And Other Items; Pr No. 24-3879 Dated September 25, 2024; Sn 387 - 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: Item No. Quantity Unit Of Issue Item Description 1 2 Set Core Smart Switch 24 Ports + Sfp 2 4 Set Core Smart Switch 12 Ports + Sfp 3 1 Piece Core Router 4 1 Set Server Poweredge R750 With Windows Server 2022, Standard Rok, 16 Core, With Dss8pro-video - License 5 1 Set Embedded Video Storage - 36 Bay 6 1 Set Multi-screen Controller 7 1 Set Encoding Card 8 1 Set Decoding Card 9 45 Set Hard Drive Storage 10 3 Set Network Keyboard Controller 11 2 Set 6kva Single Phase Online Ups 12 1 Set 55" Interactive Touchscreen Monitor 13 1 Set Desktop Pc 14 4 Set 55" Video Wall Display Unit 15 2 Set 42u Data Cabinet 16 10 Roll Utp Cable 17 30 Set Patch Cord 1m Cat6 18 30 Set Patch Cord 2m Cat6 19 30 Set Patch Cord 3m Cat6 20 20 Set Patch Cord 5m Cat6 21 3 Set Horizontal 6a Power Supply Strip (6 Socket) 22 2 Set Patch Panel 24 Ports 23 20 Set Direct Attach Cable 24 500 Pc Rj 45 Modular Plugs: Cat6 25 500 Pc Rubber Boots Connector 26 20 Set Sc - Sc Cable 27 20 Set Sc-lc Cable 28 4 Set Cable Manager 1u 29 4 Set Cable Manager 2u 30 4 Set Rack Level 31 1 Unit Network Video Recorder, 8/16 Channel Compact 1u 8poe 4k & H.265 Lite 32 2 Set Ip Port 33 1 Set Relay 12ch 10a With Motors, Fcu Control Function 34 1 Set Tis Bus To Dmx 48 Bridge Module 35 1 Set Led Driver Dmx 4ch *5a 36 1 Set Energy Servant 10 Functions, Ceiling Mount Sensor 37 1 Set Power Supply 24vdc 38 1 Set 4 Zone Digital Input 39 1 Set Luna Tft 4.3" Panel Black 40 1 Set Automatic Electrical Rouhging-ins 41 3 Set Access Point 42 1 Set Door Access With Brackets, Barrels And Complete Accessories 43 5 Pc Pvc Octagonal Junction Box 4"x4" (deep Type) 44 2 Pc Metal Pullbox 6"x6"x4" 45 1 Pc 5/8"ø X 3000mm Grounding Rod 46 1 Roll Thhn Stranded Wire 47 1 Set Ippbx With 4fxo Module & 4gsm, With Complete Accessories 48 25 Set Ip Phone With Complete Accessories 49 1 Set Base Radio Base Radio With Power Supply And Antenna 50 1 Set Antenna Tower And Repeaters With Complete Accessories 51 11 Length 1" X 2" X 1.2mm Rectangular Tube 52 20 Length 2" X 2" X 3.5mm Wire Mesh 53 4 Kg Welding Rod 54 1 Gal Epoxy Primer Gray 55 1 Gal Paint Thinner 56 3 Piece Paint Brush #3 57 1 Sq.m. Acrylic Signage In Stainless Finish Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) 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) 9184, Otherwise Known As The “government Procurement Reform Act”. 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 5183. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below During Office Hours Of 26 December 2024 To 12:00 Noon Of 23 January 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Office Hours Of 26 December 2024 To 12:00 Noon Of 23 January 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php25,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 09 January 2025; 2:00 P.m. At The Bids And Awards Committee Office Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 23 January 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 2:00 P.m. Of 23 January 2025 At Bids And Awards Committee Office Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The City Government Of Cagayan De Oro 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Bids And Awards Committee-secretariat 3rd Floor Administrative Building, City Hall, Cagayan De Oro City Tel No. (088) – 881-1567 (sgd.) Atty. Joeffrey D. Namalata Bac Chairperson
Closing Date23 Jan 2025
Tender AmountPHP 11.1 Million (USD 190.5 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical and Electronics...+1Electrical Works
United States
Description: Combined Synopsis Solicitation White River Junction Vamc Mri Ats Replacement
this Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
the Solicitation Number Is 36c24125q0246 And The Solicitation Is Issued As A Request For Quotation (rfq).
a Statement That The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-02.
this Requirement Is Being Issued As An Open Market, Veteran-owned Small Business Set-aside. The Associated Naics Code Is 335313, (switchgear And Switchboard Apparatus Manufacturing) With A Size Standard 1250 Employees.
the Government Intends To Award A Firm-fixed Price Award For The Full Replacement Of The Mri Automatic Transfer Switch Located At The White River Junction Vamc. Please See The Attached Performance Work Statement For Full Requirement Details. Please Complete The Price Schedule Below And Submit With The Quote Submission.
the Contractor Shall Provide Full Replacement Of The Mri Automatic Transfer Switch Iaw The Attached Performance Work Statement (pws). Please See The Attached Pws For Full Requirement Details.
the Place Of Delivery Is White River Junction Vamc As Described Per The Pws.
provision At 52.212-1, Instructions To Offerors -- Commercial, Applies To This Acquisition In Addition To The Following Addenda S To The Provision: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998); 52.204-7 System For Award Management (oct 2018); 52.204-16 Commercial And Government Entity Code Reporting (aug 2020); 52.229-11 Tax On Certain Foreign Procurements Notice And Representation (jun 2020), 852.215-70 Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors (jan 2023), 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008), 852.273-70 Late Offers (nov 2021)
provision At 52.212-2, Evaluation -- Commercial Items, Applies To This Requirement. 52.212-3 Offer Representation And Certification-commercial Products And Commercial Services (dec 2022).
submission Of Quotes:
quotes Shall Be Received On Or Before The Date And Time Specified In Section (xv) Of This Solicitation. Note: Offers Received After The Due Date And Time Shall Not Be Considered.
offerors Shall Submit Their Quotes Electronically Via Email To Kenya Mitchell At Kenya.mitchell1@va.gov.
quote Format: The Submission Should Be Clearly Indexed And Logically Assembled In Order Of The Evaluation Criteria Below. All Pages Of The Quote Shall Be Appropriately Numbered And Identified By The Complete Company Name, Date And Solicitation Number In The Header And/or Footer.
evaluation Process:
award Shall Be Made To The Best Value, As Determined To Be The Most Beneficial To The Government. Please Read Each Section Below Carefully For The Submittals And Information Required As Part Of The Evaluation. Failure To Provide The Requested Information Below Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process.
offeror Quotes Shall Be Evaluated Under Far Part 13.106-2(b) -- Evaluation Of Quotations Or Offers. Therefore, The Government Is Not Obligated To Determine A Competitive Range, Conduct Discussions With All Contractors, Solicit Final Revised Quotes, And Use Other Techniques Associated With Far Part 15.
the Government Shall Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Shall Be Most Advantageous To The Government, Price And Other Factors Considered.
sam: Interested Parties Shall Be Registered In System For Award Management (sam) As Prescribed In Far Clause 52.232-33. Sam Information Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220. Interested Parties Not Registered In Sam In Sufficient Time To Meet The Va S Requirement Will Be Ineligible To Receive A Government Contract. This Determination Will Be At The Discretion Of The Contracting Officer.
vista: The Va Utilizes Vista To Issue A Purchase Order And Liquidate Invoices. Failure To Register In Vista May Result In Exclusion From The Issuance Of A Va Contract. This Determination Will Be At The Discretion Of The Contracting Officer. Interested Parties With No Prior Va Contracts Can Request A Form 10091 At Any Time.
please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Your Offer Via The Sam.gov Website Or A Written Copy.
clause 52.212-4, Contract Terms And Conditions -- Commercial Items (dec 2022), Applies To This Acquisition In Addition To The Following Addenda S To The Clause: 52.252-2 Clauses Incorporated By Reference (feb 1998), 52.204-13 System For Award Management Maintenance (oct 2018), 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020), 52.217-9 Option To Extend The Term Of The Contract (mar 2000), 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023), 852.203-70 Commercial Advertising (may 2018), 852.215-70 Service-disabled Veterans-owned And Veteran-owned Small Business Evaluation Factors (jan 2023), 852.215-71 Evaluation Factor Commitments (oct 2019), , 852.232-72 Electronic Submission Of Payment Requests (nov 2018), 852.241-71 Administrative Contracting Officer (oct 2020).
subcontracting Commitments - Monitoring And Compliance
this Solicitation Includes Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors, And Vaar 852.215-71, Evaluation Factor Commitments. Accordingly, Any Contract Resulting From This Solicitation Will Include These Clauses. The Contractor Is Advised In Performing Contract Administration Functions, The Co May Use The Services Of A Support Contractor(s) To Assist In Assessing Contractor Compliance With The Subcontracting Commitments Incorporated Into The Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Co In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Co To Assess The Contractor Compliance With The Subcontracting Commitments.
clause At 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services, Applies To This Acquisition And In Addition To The Following Far Clauses Cited, Which Are Also Applicable To The Acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18,52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (wage Determination Applicable Vermont Windsor County Wd #2015-4139 Rev 22 122722 Posted On Sam.gov), 52.222-55, 52.222-62
all Contract Requirement(s) And/or Terms And Conditions Are Stated Above.
the Defense Priorities And Allocations System (dpas) And Assigned Rating Are Not Applicable To This Requirement.
rfq Responses Are Due Wednesday, 12 February 2025 By 5:00 Pm Est. Rfq Responses Must Be Submitted Via Email To: Kenya Mitchell At Kenya.mitchell1@va.gov. Hand Deliveries Shall Not Be Accepted.
the Pocs Of This Solicitation Is Kenya Mitchell At Kenya.mitchell1@va.gov
price Schedule
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
base Year
mri Automatic Transfer Switch Replacement
1
jb
past Performance Worksheet
1. Name Of Contracting Activity, Government Agency, Commercial Firm Or Other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date Of Contract Award:
5. Beginning Date Of Contract:
6. Completion Date Of Contract:
7. Contract Value:
8. Type Of Contract:
9a. Technical Point Of Contact:
9b. Contracting Point Of Contact:
name:
name:
title:
title:
address:
address:
telephone:
telephone:
email:
email:
10. Place Of Performance:
11. Description Of Work (use A Continuation Sheet If Necessary):
12. List Any Commendations Or Awards Received:
13. List Of Major Subcontractors:
performance Work Statement
department Of Veterans Affairs
performance Work Statement
project Name: Mri Ats Replacement
place Of Performance:
163 Veterans Drive
white River Junction Vt 05001
period Of Performance:
45 Days Aro
project Scope
1. Work Is To Include Full Replacement Of The Mri Automatic Transfer Switch. Contractor Will Remove Ats #5 And Replace With Owner Furnished Larger More Capable Ats To Handle The Ups And Mri Load. The Old Ats Will Be Removed, And The Va Will Take It Away And Store It. Contractor Will Be Responsible For Installing The Necessary Pipe Wire And Any Other Materials Such As Breakers And Anything Else Needed To Install The New Ats. The Contractor Will Be Responsible For Testing And Programming As Needed To Put The New Ats In Service And Functional. Va Has Asked That Asco Be The Contractor That Is On Site To Help Do The Testing And Making Sure That Timing And Settings Are Correct Before It S Put Back Into Service. This Work Will Involve Scheduling With Htm And Radiology So That Patient Care Is Not Affected Along With Any Damages That May Accrue With The Mri Magnet. Htm Will Need To Contact Siemens To Do The Necessary Maintenance, So The Magnet Doesn T Quench.
2. The Contractor Shall Also Be Responsible For All Damages To Persons Or Property That Occurs Because Of The Technicians Fault Or Negligence.
3. The Contractor Shall Also Be Responsible For All Materials Delivered And Work Performed Until Completion And Acceptance Of The Entire Work, Except For Any Completed Unit Of Work Which May Have Been Accepted Under The Contract.
4. Existing Site Conditions. Service Will Occur Within The... The Project Will Take Place In An Occupied Healthcare Facility And The Design/build Activities Will Require The Service To Be Phased In Such A Way As To Minimize Impact To Staff And Patients. Infection Control Measures Will Be Always Required As Defined In Icra Assessment. Service Activity Will Require Constant Coordination With Va Personnel.
5. Work Shall Be Completed In Conformance With The Time Schedule Requested By The Va Contracting Officer S Representative (cor) Or Resident Engineer (re). The Contractor Is Solely Responsible For Preparing All Necessary Regulatory Notifications To Meet The Time Schedule.
tasks And Requirements
general Contractor Requirements
the Technician Will Install And Make The Necessary Repairs To Assure That The Ats Will Function Under Normal Conditions And Work Properly When The Work Is Complete.
period Of Performance
[anticipated Period Of Performance Is Not Expected To Extend Construction Completion Date And Not Require An Extension To Contract Period Of Performance. Notify The Va Of Any Exceptions Before Submitting Proposal For Increase To Cost Or Changes To Project Schedule.]
work Schedule
1. Normal Working Hours Are From 7:30 Am To 4:30 Pm. Can Be Flexible Upon Request.
2. Work Performed After Hours: If Necessary To Avoid Patient Care Scheduling.
3. To Maintain Schedule, Work Performed Over The Weekend, May Be Allowed. Contractor To Coordinate These Efforts With Va Cor With A Minimum 48-hour Notice.
the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract:
privacy Statement
information Security
the Certification And Authorization Requirements Do Not Apply; A Security Accreditation Package Is Not Required. Incidental Exposure To Protected Health Information May Occur From Accessing The Work Site. Contractor Personnel Will Follow All Va Privacy & Security Policies And Procedures.
records Management Language For Statement Of Work (sow):
the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract:
citations To Pertinent Laws, Codes, And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228.
contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest.
contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records.
contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act.
contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract.
the Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract.
the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data.
contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.].
no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules.
contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information.
Closing Date12 Feb 2025
Tender AmountRefer Documents
4731-4740 of 4796 archived Tenders