Valve Tenders

Valve Tenders

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n731.46|n00383|n/a|amanda.m.sweeney4.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Higher-level Contract Quality Requirement|8|x|||||||| Time Of Delivery (june 1997)|20||||||||||||||||||||| Stop-work Order (aug 1989)|1|| Wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo|inspection Site Source Final Acceptance Site Source|tbd|n00383|tbd|tbd|see Schedule |tbd||||||||| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| Value Engineering (jun 2020)|3|||| Equal Opportunity (sep 2016)|2||| Integrity Of Unit Prices (nov 2021)|1|| Equal Opportuity For Workers With Disabilities (jun 2020)|2||| Transportation Of Supplies By Sea (jan 2023)|2||| Buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| Limitation Of Liability--high-value Items (feb 1997)|1|| Offeror Representations And Certifications--commercial Products And Commercialservices (may 2024))|3|||| Alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| Buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| Buy American--balance Of Payments Program (feb 2024)|1|| Royalty Information (apr 1984)|1|| Annual Representations And Certifications (may 2024)|12|332439|1250||||||||||| Facsimile Proposals (oct 1997)|1|| Notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||a8c| Evaluation--commercial Products And Commercial Services (nov 2021)|4||||| 1. This Amendment Hereby Increases The Qty Of This Solicitation By Qty 36; From Qty 150 To 186. 2. All Other Terms And Conditions Remain Unchanged. \ This Rfp Is For A Sares Buy And Will Be Using Competitive Procedures. This Requirement Will Be Awarded To The Offeror With The Lowest Price Technically Acceptable (lpta) Quote. The Small Business Administration Representative At Navsup Wss Has Reviewed This Requirement And Determined That A Set-aside Recommendation Was Not Applicable For This Procurement. This Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification. \ 1. Scope 1.1 Pre-award / Post Award Requirements: Due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.2 Container Shell Material Is ;plastic; . 1.3 Manufacturing Process Is ;rotomolding; . 1.4 When Discrepancies Exist Between These Requirements And Those On Current Manufacturer's Drawings,contact Code ;buyer On Page 1 Of Contract; Or Code N241.10 1.5 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;hardigg Industries, Inc.; Drawing Number ( ;11214; ) ;18334-0100; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.6 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.7 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents Drawing Data=18334-0100 |11214| | |d| | | | 3. Requirements 3.1 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment. 3.2 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." All Containers Must Be Affixed With A Nameplate That Includes A Unique Identification (uid) Marking As Referenced In The Drawing Package Drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor Shall Contact Navicp Code ;0771.13; Or Code 0771.10 For The Alphanumeric Sequential Serial Number Group That Makes Up Part Of The Uid. The Uidwill Be Included On The Nameplate In Data Matrix Format. When A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First Article. Contact Code ;contact Buyer On Page 1 Of Contract; Or Code N241.10 To Arrange For First Article Test Location 4. Quality Assurance 4.1 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.1.1 Dimensional Test (special) ;iaw Drawing (11214) 18334-0100 And Subdrawings Is Applicable; 4.1.2 Requirements Of: ;iaw Drawing (11214) 18334-0100 And Subdrawings Is Applicable; 4.1.3 Form: ;applies; 4.1.4 Fit: ;applies, Use Actual Item; 4.1.5 Function ;applies; 4.1.6 Compliance With Drawing ( ;11214; ) ;18334-0100; , Revision ;latest; And Specifications Referenced Therein. 4.2 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.3 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.4 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;10,000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will Require Such Testing. 4.5 Disposition Of Fat Samples 4.5.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.5.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The Sample(s) Have Inspection Approval From The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.6 Test Sample Coating Instructions 4.6.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative.this Paragraph Does Not Apply To Shipping Containers. 4.7 Fat Approval Criteria 4.7.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one (1); ; Unit(s) Of The Following Cage ( ;11214; ; ) Part Number ;18334-0100; ; , Revision ;latest; ; Within ;120; ; Calendar Days From The Date Of This Contract To The Government At ;contact Buyer On Page 1 Of Contract; ; Marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" For First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". Within ;90; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;30; ; Calendar Days After The Government Receives The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional Approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Submit An Additional First Article For Testing. After Each Request, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First Article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Furnish Any Additional First Article To The Government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit Specified In Paragraph (b) Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any Additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Deliver Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract (f) Unless Otherwise Provided In The Contract, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (c) Above The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates And/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be Allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The Navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of The Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.8 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run Additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, And (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First Article Approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The Government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule He Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) Within Days: Item No. _______________ Quantity:_______ After Date Of Contract:__________ Sampling Per Ansi/asq Z1.4, Sample Plan S-2aql 1.0 (13 Pcs) Accept 0, Reject 1.one (1) Rejection Will Require 100% Of The Shipment To Be Tested. A Lot Shall Consist Of Any Scheduled Shipment Quantity Under Contract. Representative Sampling Shall Be Used, I.e. The Samples Are To Be Selected At Random Throughout The Lot.remove Either The Vortex Or Breather Valve And Install A Suitable Airtight Fitting.draw A Vacuum On The Sample Container(s) To .025+/- 0.01 Psig.stabilize Vacuum Within Tolerance For A Minimum Of 15 Minutes, Then Disconnect The Vacuum Input And Test Monitor The Container For 15 Minutes.the Vacuum Should Hold Within +/- 0.05 Psig At The End Of The 15 Minutes For The Container To Pass. Testing Specifications For Cases: Drop Test:fed-std-101c. Method 5007.1 Paragraph 6.3,procedure -a- Level -a-. Procedure A Falling Dart Impact: Ata 300, Category I,general Requirements For Category I & Ii Reusable Containers Vibration (loose Cargo): Fed-std-101c, Method Of 5019 Vibration (sweep):ata300, (jan 15th/96),which States In Appendix Ii, B4 Simulated Method 506.4, Procedure Ii Of 4.1.2 Fed-std-101c Method 5009.1, Section 6.7.1. All Costs And Responsibilities Related To The First Article Test Submission Container Shipment To And From The First Article Test Facility Are To Be Borne By The Contractor. 4.9 100% Production Leak Test. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Suitable Pressurized Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. Each Container, Uninstrumented And Without Dummy Load, Shall Then Be Subjected To A Single 18 Inch Flat Drop. The Pneumatic-pressure Technique Of Method 5008 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Setting Equal To 0.5 + 0.1 - 0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure Over A 30 Minute Period That Exceeds 25% Of The Stabilized Pressure Shall Be Cause For Rejection; Tests Shall Be Conducted To Ascertain Sources Of Leaks And Corrective Action Taken. Any Deformation Of The Container Shell While Pressurized Which Is Greater Than Three-quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also Be Cause For Rejection. Warning Container May Explode Or Fasteners May Fail During Test. Use Protective Barriers To Avoid Injury To Personnel. 4.10 100% Production Leak Tests. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Pressurizing Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic - Pressure Technique Of Method 5009 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Pressure Setting Equal To 0.25 + 0.1-0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess Of 0.05 Psig (adjusted For Changes In Temperature And Barometric Pressure) Shall Be Cause For Rejection. Any Deformation Of The Container Shell, While Pressurized, Which Is Greater Than Three Quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also Be Cause For Rejection. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date14 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: The Department Of Veterans Affairs, Networking Contracting Office (nco 01) Located In providence, Ri Intends To Enter Into A Sole Source Procurement, Pursuant To The Authority Of Far 6.302-1, With Airgas Usa, Llc., For The Following Requirement: statement Of Work lease Of Medical Gas Cylinders this Statement Of Work Describes The Requirements For The Lease, Delivery, Removal, And Filling Of Both Leased And Government Owned Cylinders For Vha Medical Facilities. Base +4 Years scope Of Work: Providence Va Medical Center Leases Various Medical Gas Cylinders And Needs To Establish A Committed Source For The Leased Cylinders And Supply Services For Medical And Specialty Gases. The Contractor Shall Provide All Labor, Personnel, Equipment, Tools, Materials, Supervision And Other Items And Services Necessary To Perform The Following. base +4 Years lease Of Medical Gas Cylinders: Large Cylinders, Small Cylinders And High-pressured Cylinders. delivery Of Full Cylinders, Clean And Ready For Immediate Patient Use. removal Of Empty Cylinders To Refill At Their Facility. 1. Equipment all Cylinders Leased By The Contractor Shall Be Fda Approved For Use, In Good Condition, And Fully Operational. the Providence Va Medical Center Shall Provide A Suitable Location For The Drop Off For New Cylinders And The Collection Of Used Cylinders. Through The Duration Of The Contract The Contractor Shall Be Liable For The Integrity, Suitability And Safety Of Contractor Owned Tanks. the Contractor Shall Provide All Tools And Equipment Necessary To Properly And Safely Perform The Services Set Forth Within This Statement Of Work. This Shall Include, But Is Not Limited, To All Personal Protective Equipment (ppe) Which May Be Required For The Work To Be Completed In A Safe Manner. The Contractor Shall Provide Any Equipment Necessary For Proper Infection Control Measures. 2. Salient Characteristics the Contractor Shall Provide A Fully Functional System That Meets The Following Characteristics: compressed Gas Cylinders Responsible For Protecting Compressed Gas Quality And Stability, From Fill Through To Point Of Use. ergonomic User-friendly Cylinder And Valves For Small, Medium, And Mobile Gas Needs. 2. Areas To Be Serviced department Of Veterans Affairs providence Va Medical Center 830 Chalkstone Ave providence, Ri 02908 3. Delivery delivery Of Requested Items Shall Be Delivered By The Vendor Within Seven (7) Business Day. (specific Delivery Time Per Negotiated Solicitation/contract Within These Defined Time Periods Or By Special Request Per Negotiated Fss Contract) After Receipt Of Request. cylinders Delivered Must Be Clean, In Good Working Condition, And Available For Immediate Patient Use. contractor Shall Call Requesting Service When Dropping Off New Cylinders And Removing Empty Cylinders. an Employee Will Accompany The Contractor To The Oxygen Storage Area. the Employee Will Verify The Replacement Of New And Removal Of Empty Cylinders. 4. Training the Contractor Shall Provide Onsite General Overview Technical Training For Clinical And Logistics Staff As Requested. Training Shall Include A Technical Overview Of The Mechanics, And General Operations Of Leased Cylinders. Training Shall Cover Detailed Instruction Regarding The Preventative Maintenance, Troubleshooting, And General Maintenance Of The Equipment. 5. Inspection And Acceptance the Contractor Shall Conduct A Joint Inspection With An Employee From The Requesting Service Upon Delivery Of Cylinders. 6. Warranty the Warranty Shall Include All Travel And Shipping Costs Associated With Any Warranty Repair. 7. Task Frequency And Instructions cylinders Will Be Filled As Needed. empty Cylinder Quantity Being Returned To The Contractor Should Equal The Number Of Cylinders Being Delivered By The Contractor. cylinders Delivered Will Be Filled To The Maximum Functional Capacity. 8. Special Work Requirements the Contractor Shall Comply With Any And All Infection Control Risk Assessment Requirements Deemed Appropriate By The Providence Va Medical Center During All Portions Of The Work Set Forth In The Scope Of Work. the Contractor Must Comply With Security, Privacy, And Safety Issues In Accordance With Va Standards, Policies, And Directives Set Forth At All Times While Providing The Work Outlined In The Scope Of Work. 9. Property Damage the Contractor Shall Take All Necessary Precautions To Prevent Damage To Any Government Property. The Contractor Shall Report Any Damages Immediately And Shall Be Assessed Current Replacement Costs For Property Damaged By The Contractor Unless Corrective Action Is Taken. Any Damaged Material (e.g. Trees, Shrubs, Lawn/turf, Curbs, Gutters, Sidewalks, Etc.) Will Be Replaced In A Timely Manner Or Corrected By The Contractor With Like Materials, At No Extra Cost To The Government, Upon Approval Of The Contracting Officer. 10. Attachments none. 11. Identification, Parking, Smoking, Cellular Phone Use And Va Regulations the Contractor's Employees Shall Wear Visible Identification At All Times While On The Premises Of The Va Property. It Is The Responsibility Of The Contractor To Park In The Appropriate Desig Nated Park Ing Areas. Information On Parking Is Available From The Va Police-security Service. The Va Will Not Invalidate Or Make Reimbursement For Parking Viola Tions Of The Con Tractor Under Any Con Ditions. Smoking Is Prohibited Inside Any Buildings At The Va. Cellular Phones And Two-way Radios Are Not To Be Used Within Six Feet Of Any Medical Equipment. Posses Sion Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Sub Ject To Search. Violations Of Va Regulations May Result In A Citation Answer Able In The United States (federal) Dis Trict Court, Not A Local District State, Or Municipal Court. 12. Compliance With Osha Bloodborne Pathogens Standard The Contractor Shall Comply With The Federal Osha Blood Borne Pathogens Standard. The Contractor Shall: A. Have Methods By Which All Employees Are Educated As To Risks Associated With Blood Borne Pathogens. B. Have Policies And Procedures Which Reduce The Risk Of Employee Exposure To Blood Borne Pathogens. C. Have Mechanisms For Employee Counseling And Treatment Following Exposure To Blood Borne Pathogens. D. Provide Appropriate Personal Protective Equipment/clothing Such As Gloves, Gowns, Masks, Protective Eyewear, And Mouthpieces For The Employee During Performance Of The Contract. the Naics Code For This Requirement Is 325120. airgas Usa, Llc Is The Only Contractor Capable Of Satisfying The Statement Of Work Because They Are The Sole Provider Of The Specialty, Medical Air Gas Rental Cylinders. this Notice Of Intent Is Not A Solicitation Nor Is It A Request For Proposal. However, All responsible Sources May Submit A Capability Statement Demonstrating The Ability To provide The Requested Services, In Writing By Friday, January 17, 2025 At 5 Pm Est Time. Responses Should Be Sent To Rosangela Pereira At Rosangela.pereira@va.gov. information Submitted In Response To This Notice Will Be Used Solely To Determine Whether competitive Procedures Could Be Used For This Acquisition. A Determination Not To Open the Requirement To Competition Based Upon Responses To This Notice Is Solely Within The discretion Of The Government.
Closing Date17 Jan 2025
Tender AmountRefer Documents 

Department Of Education Division Of Talisay City Tender

Textile, Apparel and Footwear...+1Furnitures and Fixtures
Philippines
Details: Description 4 Pcs. "alarm Clock, Digital, Overall Dimensions: 13.5 X 8 X 4.5 Cm (approx.) Material: Plastic (pe/abs) Illuminated Lcd Digital Display: Time (12/24), Calendar (mm/dd), Temperature, Alarm Status (on/off), Snooze Display Size: 10 X 5 Cm (minimum), Time Can Be Read 30 Ft Day Time. Runs On Aaa Battery Which Come Together With The Item Smooth Surface, No Sharp Edges, Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting." 100 Pcs. "apron, Polyester-cotton , Bib Apron, Sleeveless Adjustable Neck Loop Material : Polyester - Cotton Fabric Dimension : 70 To 60 Cm (minimum) With 2 Or 3 Pockets Uni-color, Dark No Sharp Edges And Loose Threads" 20 Pcs. "baskets, Laundry 3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges" 3 Pcs. "bed, Queen Bed Set, Queen Size (60 X 75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 20 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges" 4 Pcs. "bed, Single Size (w36 X L75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 13 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges" 4 Pcs. "board, Ironing Type: Foldable Type Ironing Board Body Shape : Standard Material : 25 Mm Tubing Approx., 0.8 Mm Thickness Board Size: 32 Inches (minimum ) Body Size :120 Cm X 30 Cm X 5 Cm Color : Any Comes With Box No Sharp Edges" 40 Pcs. "boots, Safety, Plastic Upper Material: Elastic Pvc Sizes: 7 Inches - 5pcs 8 Inches - 5pcs 9 Inches - 5pcs 10 Inches -5pcs 11 Inches - 5pcs Height: 13 To 14 Inches Plain Toe Type Of Boots: Unisex Rain Boots With Rugged Tractor Lug Outsole Packed With Carton Box Per Size" 20 Pcs. "brush, For Housekeeping Brush, Floor Scrubbing, Angled Long Handle Bristle Material : Plastic, Stiff Handle Material : Metal Tubular Corrosion Reistant, Overall Length : 120 Cm. (minimum) Bristle Length : 5 Cm (=/- 1cm) Scrubbing Surface : 25 X 6 Cm (+/-1 Cm) No Sharp Edges" 20 Pcs. "water Bucket Bucket Material : Hard Plastic, Round Body Capacity : 10 To 12 Liters Handle Material : Steel Smooth And Glossy Surface, No Sharp Edges" 4 Pcs. "caddy, Toilet Carrying Caddy For Toilet Cleaning Supplies Holds Spray Bottles And Other Cleaning Supplies, No. Of Compartments: 3 (minimum) Material :plastic Tray Depth: 11 Cm (approx.) Overall Dimension: 36 X 26 Cm (approx.) Smooth Surface, No Sharp Edges" 4 Pcs. "carpet Sweeper, Cordless Electric Motorized Single Brush Roll (removable) Body Material : Hard Plastic ,(abs) Or Its Equivalent, Any Color Equipped With Rechargeable Battery (16 Minutes Run Time On Carpet), Removable Dirt Box Sweep Width : 8 Inches (minimum) Capacity (volume) : 0.35 Lit.(minimum) Handle: Metal, Powder- Coated, With Plastic/rubber Grip, Swivel Steering Assembled Height: 44 Inches (minimum) Comes With Battery Charger 220/240vac, 50/60hz With Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) No Sharp Edges Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting" 4 Pcs. "housekeeping Cart Trolley Equipped With Three-shelves With Steel/laminated Panels Single Door, Top Layer With Divider, Bag Holder, And 4 Wheels Cart Frame: Steel, Powder Coated Wheels: 2non-swivel 2 Swivel, 6 Inch Diameter, Non-markings Overall Dimensions : Rectangular 90 X 48 X 1010 Cm (minimum) Comes With Accessory Linen Bag Smooth Surface, No Sharp Edges" 20 Pcs. "caution Sign, A Shape-2 Panel Self Standing, With D-handle, Collapsible For Easy Storage Material : High Impact Plastic, Panel Dimension : Rectangular (lxw) 55-65 Cm X 25 X 61 0m (minimum), Panel Depth : 2 Cm (minimum) Color : Yellow Print Description : ""caution: Wet Floor"" On One Side ""cleaning In Progress On The Other Side, Both Messages Provided With Graphics Printed In Black. Font Size: 100 -120 Mm X 50 -70 Mm, Arial Smooth Surface, No Sharp Edges" 40 Pcs. "lint Free Cleaning Cloths Material : Cotton Dimensions : Rectangular 16 X 26 Inch" 4 Pcs. "coffee Maker, Electric Material: Metal, Plastic, Glass Capacity: 6 Cups (minimum) Detachable Tank, With Water Level Indicator Non-stick Warming Plate : Removable And Washable Filter Non-drip Valve : Lighted On/off Switch Power Supply: 220 V -240 V Ac 50/60 Hz , 500w Minimum Comes With A Heat Resistant Glass Pitcher With A 1 Meter (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines." 20 Pcs. "dust Pan, Upright Standing Material: Plastic Overall Length: 65 Cm (minimum) Pan: Round Back, 24 X 26 X 9 Cm (minimum) Smooth Surface, No Sharp Edges" 20 Pcs. "anti-static Duster Duster Material : Polypropylene Micro Fiber Duster: Length : 30 Cm (minimum), Overall Length: 50 Cm (minimum) Handle Material : Hard Plastic, No Sharp Edges" 12 Pcs. "stand Fan, Electric Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 1 Year Warranty Parts And Service" 10 Pcs. "fire Extinguisher (with Contents) 1.for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 11.includes With User's Guide In English That Contains: A. Operating Procedure On How To Use The Equipment B. Safety Precaution When Using The Equipment 12.1 Year Warranty Parts And Service 13.the Item Must Be Branded And Have Good Quality" 20 Pcs. "flashlight Led 1,000 Lumens (minimum), Color : White , Battery: Rechargeable, At Least 3,500 Mah , Can Be Used Also With 3 X Aaa Batteries; Body: Aluminum Alloy, No Sharp Edges Dimensions : 5 Inches X 1 Inch Diameter (minimum) Operating Duration Of Battery When Fully Charged : At Least 2 Hours; Includes 220/240vac, 50/60hz Power Adapter /charger And User's Manual In English Which Includes: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, With 1 Year Warranty " 4 Pcs. "clothes Flat Iron, Electric Material : Metal /plasic Body, Heat-resistant Plastic Handle, Aluminum Sole Overall Dimension : (l X W X H) 25 Cm X 12 Cm X 12 Cm (minimum) Power Rating : 220/240 Vac, 50/60 Hz; 1000 Watts (minimum) Equipped With Light Indicator, Variable Temperature Control, Overheat Protection, Power Cord And Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges, Comes With English Manual That Contains : Users Guide, List Of Parts, Maintenance Guide, Safety Guide. The Item Must Be Branded, With Dti-bps Certification 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines." 40 Pcs. "foam, Scrubbing 1. Material: Cellulose And A Scouring Pad On One Side 2. Dimension: Length : 140 - 180 Mm ; Width : 80 - 100 Mm ; Thickness : 12 - 20 Mm 3. The Item Must Be Of Good Quality" 8 Pcs. "garbage Receptacles 1.bucket / Tub Material : Hard Plastic, (ps) Polystyrene 2.bucket / Tub Color : Any Color 3.capacity (gallons) : 3 Gal. (minimum) Comes With A Cover 4.the Item Must Have Good Quality" 100 Pcs. "gloves, Rubber 1.heavy-duty Latex-free Vinyl Rubber Gloves 2.thickness : 4 Mil 3.color : Any Color 4.size : Medium 5.other Features: Acid/solvent Resistant. 6.the Item Must Be Of Good Quality" 60 Pcs. "safety Goggles, Clear Polycarbonate - One Piece Lens With 180° Panoramic View, Non-fog Size/dimension: L 17 - 18.5 Cm X W 8 Cm X D 5-7.5 Cm High Impact Resistant, Ansi ""z87"" Compliant Firm And Comfortable Seal Around Forehead, Cheeks, Nose And Temples Protects Against Splash, Chemicals, Dust Adjustable Head Strap Shall Bear Mark Z87 Embossed Or Engraved Or Etched On The Item. Smooth Surface, No Sharp Edges" 8 Pcs. "electric Hairdryer, With Concentrator Nozzle Two Heat Setting And 1 Speed (minimum) Rating : 220/240 Vac, 1200 W (minimum) Body Length Including Nozzle: 20 Cm Folding Handle Design, With Hanging Ring Smooth Surface, No Sharp Edges Branded, Brand Name And Electric Rating Permanently Mark On The Item, With Dti-bps Certification With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. With Service Centers Located In Major Cities In The Philippines. 1 Year Warranty(parts & Service)" 8 Pcs. "water Hose Material: Pvc Fiber Reinforced, Three (3) Layers; Any Color; Hose Length: 50 Feet; Hose Diameter: 5/8 Inches; Pressure Capacity: 200 Pounds Per Square Inch (minimum); Fitted With Male And Female Brass Couplers (nh, 11.5 Tpi) For Spray Nozzle No Sharp Edges" 8 Pcs. "electric Kettle Cordless (with Pouring Spout), Hinged Lid, Detachable From And Can Rotate On Its Corded Base Material : Round Stainless Body, Plastic Handle, Lid And Base Capacity : 1.5 To 2 Liter Automatic Shut - Off, With Power Indicator Light Power Rating: 220//240vac, 50/60hz, 1000 -1600 Watts Base With A 50 Cm (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges; Dti-bps Certified Comes With English Manual That Contains: Operation Procedure, Maintenance And Safety Guide. The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item." 20 Pcs. "3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges" 8 Pcs. "emergency Light, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 "" Dome Reflector Power Rating: 220 -240 Vac , 50/60 Hz 20-24 Hours Charge Time Dimensions: Rectangular 27 X 7 X 27 Cm (approx.) Sooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item" 4 Pcs. "wall Mirror With Frame Flat Glass Mirror, 2 Mm Thick (minimum), Clear With No Distortion Frame: Wood Or Plastic Commercial Finish Rectangular Shape, 3600 Sq.cm (minimum) Includes Mounting Accessories Smooth Surface, No Sharp Edges" 21 Pcs. "mop, Handle And Mop Head Set, Refillable Head Handle: Aluminum Or Anti-rust Coated Steel, With Hard/stiff Plastic Mop Head Holder, Clip Type With Tightening Knob Overall Handle Dimension: 130 X 19 Cm (minimum) Mop Head: Cotton Thread/yarn, Sewn Tailband, L 34 X 16 X 4 Cm (minimum), White Handle: Plated Steel Tube Or Wood, Length : 40 (minimum), No Sharp Edges" 4 Pcs. "electric Floor Polisher With Accessories Material: Stainless Steel, Aluminum Alloy Handle: Stainless Tube, Adjustable Height 1 Meter Long (approximate), With Dual Switch Lever Size/capacity :13 Inch (minimum) Diameter Power Supply: 220/240 Vac, 50/60 Hz. Power: 1/3 Hp (minimum) Rotation Speed : 160 Rpm (minimum) Heavy Duty (royal) Power Cord Length : 12 Meters (minimum) With Type A Plug (or Providing 10a Plug Adapter Is An Option) With Pair Of Rubber Wheels, Smooth Surface, No Sharp Edges Comes With Pad Holder, 2 Pcs - Polishing Brush And 3 Pcs - Floor Polishing Pads Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, Brand Name And Electric Rating Permanently Mark On The Item, With 1 Year Warranty Parts And Service The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 4 Pcs. "shelving, Open, Knockdown Type, Adjustable Shelves Metal Powder Coated Frame Number Of Shelves : 5 Overall Dimensions : 85 X 30 X 180 Cm(minimum) Sturdy Connection, No Wobble Smooth Surface, No Sharp Edges" 40 Pcs. "dish Sponge, Cellulose, Non-scratch Dimensions : 5 X 3 X 1 Inch (minimum) Branded" 23 Pcs. "barber/salon Spray Gun Material: Hdpe Transparent Plastic Capacity: 300 Ml.(minimum) Trigger Type Sprayer Dimension: Diameter :7 Cm. X Height: 16.3 Cm (minimum) Rotating Nozzle To Adjust Spray Patterns Smooth Surface, No Sharp Edges Must Be Branded" 8 Pcs. "squeegee, Short Handle Head/blade Material: Stainless, Rubber Handle: Plastic Or Stainless Steel Blade Length: 25 - 30 Cm Overall Length (handle And Head) 20 - 32 Cm No Sharp Edges " 8 Pcs. "mop Bucket With Squeezer/wringer And Wheels Hand Lever To Squeeze, Made Of Metal, With Hand Grip Material : Hard Plastic, (ps) Polystyrene Or Its Equivalent Capacity : 30 L (minimum) Overall Dimension (excluding Handle: ( L X W X H ) 40 X 27 X 57 Cm (minimum) Color : Yellow With 3 Inches Non-marking Rubber Casters ""caution"" Printed In Black On Both Sides Of The Mop Bucket Smooth Surface, No Sharp Edges" 4 Pcs. "step Ladder Material: Aluminum U Channel Capacity: 250 Lbs (minimum) Type: Flatform Type Number Of Step: 6 (including Top Step) Reach Height: 6 To 8 Feet(minimum) Width: 15 Inches Minimum Spread: 4 Feet (minimum) Twin Steps With Gripped Treads To Prevent Slipping Step Braces On Top And Bottom Step Heavy Duty Aluminum Foot Bracket With Slip-resistant Foot Pad With User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, Branded" 4 Pcs. "electric Vacuum Cleaner, Wet And Dry Function, Sucks Even Screws, With 4 Swivel Caster Wheels Material : Hard Plastic, (abs) Or Rust Proof Body Equivalent Power Supply : 220/240vac, 50/60hz, 1000 Watts (minimum) Auto Shut Off Tank Capacity : 20 Liters (minimum) Equipped With Complete Accessories I.e., Detachable Vacuum Hose Assembly (flexible Non-kink), Extension Tubes/wands, Carpet (long Square) Brush Nozzle, Wet And Dry Floor Brush Nozzle, Crevice Nozzle, Hepa Filter, Sponge Filter/washable Cloth Bag. Comes With 4 Meters (minimum) Heavy Duty (royal) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. The Item Must Be Branded, Brand Name And Electric Rating Permanently Mark On The Item. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines. The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 4 Pcs. "washer, Laundry 1. Front Load Electric Washer, Laundry 2. Electronic Control, Digital Indicator Display , Transparent Glass Door 3. Body Material : Steel, Powder Coated, Any Color 4. Dimensions (wxdxh): 590 Mm (minimum) X 490 Mm (minimum) X 820 Mm (minimum) 5. Drum Material : Stainless Steel 6. Capacity : 8 Kg (minimum) 7. Spin Speed : 1200 Rpm (minimum) 8. Power Rating: 220 /240vac, 50/60 Hz. 9. Comes With A 1 Meter (minimum) Heavy Duty Power Cord With Male Plug To Adapt Type A Outlet (or Providing 20a Plug Adapter Is An Option) 10. Smooth Surface, No Sharp Edges 11. With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 9.includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures 12.the Item Must Be Branded, Dti-bps Certified, 1 Year Warranty Parts And Service 13. With Service Centers Located In Major Cities In The Philippines. 14.the Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 8 Pcs. "white Board, Floor Standing, Rolling Board: White Formica Laminated, Plane Will Not Deform. Board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm (minimum) Wih Plastic Corner Caps Comes With Metal Tray For Marker And Eraser The Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube (minimum), Sturdy, No Wobble With 4 Lockable Hard Plastic Caster Wheels Overall Height From Floor: 210 To 214cm Smooth Surface, No Sharp Edges"
Closing Date31 Jan 2025
Tender AmountPHP 1.3 Million (USD 22.2 K)

Municipality Of Sibonga, Cebu Tender

Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
Philippines
Details: Description The Municipality Of Sibonga Through The General Fund Fy 2024 Intends To Apply The Sum Of Two Hundred Twenty-five Million Pesos Only (225,000,000.00), Construction/expansion Of Sibonga Water System (level Iii) In Barangay Lamacan, Poblacion, Lindogon, Simala, Sabang, Guimbangco-an, Candaguit, Abugon, Mangyan, Tubod, Bahay, Bagacay & Magcagong, Sibonga, Cebu, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot. Bid Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. Work Description Quantity Unit 1. General Requirements 1.1. Mobilization/demobilization 1 Unit 1.2. Contractors Field Office 20 Months 1.3. Signages & Barricades 1 Unit 1.4. Material Testing 1 Unit 1.5. Permits & Clearance (nwrb, Ecc & Dpwh Permits) 1 Unit 1.6. Project Billboards 2 Units 1.7. Construction Health & Safety 20 Months 2. Source Development 2.1. System 1 Spring Development (lamacan) 1 Lot 2.2. System 2 (well Drilling Including Submersible Pump At Simala) 1 Lot 2.3. System 4 (well Drilling Including Submersible Pump At Abugon) 1 Lot 2.4. System 4 (well Drilling Including Submersible Pump At Sabang) 1 Lot 2.5. System 5 (well Drilling Including Submersible Pump At Bagacay) 1 Lot 2.6. System 5 (well Drilling Including Submersible Pump At Bahay) 1 Lot 3. Construction Pipes 3.1. System 1: Pipe Laying/jointing 3.1.1. Hardrock Excavation 4,364 Cu.m 3.1.2. Sand Bedding 138 Cu.m 3.1.3. 8” Pe Pipe Sdr 13.6 4,021.65 Lm 3.1.4. 6” Pe Pipe Sdr 13.6 273.54 Lm 3.1.5. 4” Pe Pipe Sdr 13.6 2,761.74 Lm 3.1.6. 3” Pe Pipe Sdr 17 4,338.11 Lm 3.1.7. 2” Pe Pipe Sdr 17 7,207.7 Lm 3.1.8. Pipe Fittings 82 Units 3.1.9. Thrust Block 5 Cu.m 3.1.10. Disinfection 18,603 Lm 3.1.11. Backfilling 3,077 Cu.m 3.1.12. Hydrotesting 18,603 Lm 3.1.13. Transporting/disposing Of Unused Materials 1,287 Cu.m 3.2. System 2: Pipe Laying/jointing 3.2.1. Hardrock Excavation 2,402 Cu.m 3.2.2. Sand Bedding 77 Cu.m 3.2.3. 6” Pe Pipe Sdr 13.6 2,918.37 Lm 3.2.4. 4” Pe Pipe Sdr 13.6 984.33 Lm 3.2.5. 3” Pe Pipe Sdr 17 5,787.26 Lm 3.2.6. 2” Pe Pipe Sdr 17 702.27 Lm 3.2.7. Pipe Fittings 24 Unit 3.2.8. Thrust Block 3 Cu.m 3.2.9. Disinfection 10,393 Lm 3.2.10. Backfilling 1,703 Cu.m 3.2.11. Hydrotesting 10,393 Cu.m 3.2.12. Transporting/disposing Of Unused Materials 699 Cu.m 3.3. System 4: Pipe Laying/jointing 3.3.1. Hardrock Excavation 6,020 Cu.m 3.3.2. Sand Bedding 163 Cu.m 3.3.3. 8” Pe Pipe Sdr 13.6 1,745.31 Lm 3.3.4. 6” Pe Pipe Sdr 13.6 7,941.85 Lm 3.3.5. 4” Pe Pipe Sdr 13.6 3,536.96 Lm 3.3.6. 3” Pe Pipe Sdr 17 3,914.56 Lm 3.3.7. 2” Pe Pipe Sdr 17 1,369.37 Lm 3.3.8. Pipe Fittings 81 Units 3.3.9. Thrust Block 5 Cu.m 3.3.10. Disinfection 18,509 Lm 3.3.11. Backfilling 4,267 Cu.m 3.1.12. Hydrotesting 18,509 Lm 3.1.13. Transporting/disposing Of Unused Materials 1,987 Cu.m 3.4. System 5: Pipe Laying/jointing 3.4.1. Hardrock Excavation 8,998 Cu.m 3.4.2. Sand Bedding 240 Cu.m 3.4.3. 6” Pe Pipe Sdr 13.6 13,745.34 Lm 3.4.4. 4” Pe Pipe Sdr 13.6 7,287.47 Lm 3.4.5. 3” Pe Pipe Sdr 17 3,303.80 Lm 3.4.6. 2” Pe Pipe Sdr 17 2,774.65 Lm 3.4.7. Pipe Fittings 49 Unit 3.4.8. Thrust Block 7 Cu.m 3.4.9. Disinfection 27,112 Lm 3.4.10. Backfilling 6,466 Cu.m 3.4.11. Hydrotesting 27,112 Cu.m 3.4.12. Transporting/disposing Of Unused Materials 2,532 Cu.m 4. Assemblies 4.1. Stub-out 4.1.1. System 1 A. 25mm Dia. 3 Set B. 50mm Dia. 8 Set 4.1.2. System 2 A. 25mm Dia. 3 Set B. 50mm Dia. 5 Set 4.1.3. System 4 A. 25mm Dia. 5 Set B. 50mm Dia. 8 Set 4.1.4. System 5 A. 25mm Dia. 3 Set B. 50mm Dia. 8 Set 4.2. 25mm Air Release Valve 4.2.1. System 1 2 Set 4.2.2. System 2 2 Set 4.2.3. System 4 8 Set 4.2.4. System 5 3 Set 4.3. Blow-off 4.3.1. System 1 150mm Dia. 1 Set 4.3.2 System 2 100mm Dia. 2 Set 75mm Dia. 3 Set 4.3.3 System 4 200mm Dia. 1 Set 150mm Dia. 2 Set 50mm Dia. 3 Set 4.3.4 System 5 150mm Dia. 2 Set 100mm Dia. 2 Set 75mm Dia. 2 Set 50mm Dia. 2 Set 4.4. Fire Hydrant 4.4.1. System 1 1 Set 4.4.2. System 2 1 Set 4.4.3. System 5 1 Set 4.5. Flow Meter / Discharge Assembly 4.5.1. System 1 1 Set 4.5.2. System 2 1 Set 4.5.3. System 4 2 Set 4.5.4. System 5 2 Set 5. Concrete Works 5.1. Reservoir 5.1.1. System 1 200 Cubic Meters 200 Cu.m 5.1.2. System 2 150 Cubic Meters 150 Cu.m 5.1.3. System 4 250 Cubic Meters 250 Cu.m 50 Cubic Meters 50 Cu.m 5.1.4. System 5 250 Cubic Meters 270 Cu.m 50 Cubic Meters 50 Cu.m 5.2. Chlorinator House Incl. Equipment 5.2.1. System 1 1 Set 5.2.2. System 2 1 Set 5.2.3. System 4 1 Set 5.2.4. System 5 1 Set 5.3. Pump Control House 5.3.1. System 2 1 Set 5.3.2. System 4 2 Set 5.3.3. System 5 2 Set 5.4. Demolition And Restoration Of Pavement 5.4.1. System 1 1 Set 5.4.2. System 2 1 Set 5.4.3. System 4 1 Set 5.4.4. System 5 1 Set 6. Power Supply; Transformer With Complete Accessories 6.1. System 2 1 Lot 6.2. System 4 2 Lot 6.3. System 5 2 Lot The Municipality Of Sibonga Now Invites Bids For The Abovementioned Procurement Project. Completion Of The Works Is Required Within Six Hundred (600) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Interested Bidders May Obtain Further Information From The Municipality Of Sibonga And Inspect The Bidding Documents Or One May Call The Secretariat At (032) 486-0551 From Monday To Friday 8:00 A.m To 5:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9 – February 4, 2025 At Municipality Of Sibonga, Poblacion, Sibonga, Cebu And Upon Payment Of A Nonrefundable Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Php. 50,000.00 To The Municipal Treasurer’s Office. The Municipality Of Sibonga Will Hold A Pre-bid Conference On January 20, 2025 (10:00 A.m) At Multi-purpose Building, Bac Office, Poblacion, Sibonga, Cebu Which Shall Be Open To Prospective. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipality Of Sibonga, Multi-purpose Building, Bac Office, Poblacion, Sibonga, Cebu On Or Before February 4, 2025 (10:00 A.m). Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 4, 2025 (10:00 A.m) At Multipurpose Building, Bac Office, Poblacion, Sibonga, Cebu. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Municipality Of Sibonga 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 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date4 Feb 2025
Tender AmountPHP 225 Million (USD 3.8 Million)

Province Of Misamis Oriental Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Lgsf-sbdp Intends To Apply The Sum Of Twenty Nine Million Nine Hundred Ninety Nine Thousand Five Hundred Sixty Seven And 18/100 (php 29,999,567.18) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Water Supply And Sanitation Projects-construction Of Bulk Water Supply Project In The Barangay Of Samay , San Juan, Linabu, And Blanco, Municipality Of Balingasag, Province Of Misamis Oriental, Under Purchase No. 3498-24 Dated December 18, 2024. Description Of Works Part I. Other General Requirements B.5 Project Billboard/signboard B.7(1) Occupational Safety And Health Program B.9 Mobilization/demobilization Part Ii. Civil, Mechanical, Electrical And Sanitary/ Plumbing Works Part A. Construction Of Intake Box 900(1)c1 Structural Concrete, Class “a” (28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks 1047 Metal Structures Part B. Construc Tion Of Ground Reservoir 803(1)a Structure Excavation 804(1)a Embankment (from Structure Excavation) 804(4) Gravel Fill 900(1)c1 Structural Concrete, Class “a” (28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel, 100mm) 1027(1) Cement Plaster Finish 1032(1)a Painting Works (masonry/ Concrete) Part C. Construction Of Holding Tank 803(1)a Structure Excavation 804(4) Gravel Fill 900(1)c1 Structural Concrete, Class “a” ( 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel, 100mm) 1027(1) Cement Plaster Finish 1032(1)a Painting Works (masonry/concrete) Part D. Construction Of Pressure Breaker Tank 803(1)a Structure Excavation 804(4) Gravel Fill 900(1)c1 Structural Concrete, Class “a” (28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel, 100mm) 1027(1) Cement Plaster Finish Part E. Construction Of Filtration Facility 803(1)a Structure Excavation 804(1)a Embankment (from Structure Excavation) 804(4) Gravel Fill 900(1)c1 Structural Concrete, Class “a” ( 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel, 100mm) 1027(1) Cement Plaster Finish 1014(1)b1 Prepainted Metal Sheets Corrugated Type Long Span 1047(1) Structural Steel 1032(1)c Painting Works (steel) 1100 Conduit , Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures Part F. Water Supply 1002(1)g Galvanized Iron Pipes With Fittings 1201(12) Valves And Pipes Fittings 1600(2) Pipeline Trench Excavation 1601(1) Fill And Backfill 1602(5) Polyethylene (pe) Plastic Pipes Spl-1 Filtration System With Complete Accessories Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 283 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction 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. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 10, 2025 To January 30, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php25,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 16, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before January 30, 2025;10:00am. 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 January 30, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis 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. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Date30 Jan 2025
Tender AmountPHP 29.9 Million (USD 511.5 K)

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Water Storage And Supply
United States
Details: This Is A Sources Sought Notice Only And Is Not A Request For Proposal Or Invitation For Bid. naval Facilities Engineering Systems Command Northwest (navfac) Northwest Is Seeking Responses From Construction Firms Capable Of Performing A Design-bid-build (dbb) Construction Of A New Type Iii Pressurized Hydrant Fueling System To Support The Increased Fuel Distribution Requirements Of The P-8a Poseidon And Other Large Frame Aircraft At Naval Air Station Whidbey Island, Wa (naswi). this Contract Will Consist Of Constructing A New Aircraft Direct Fueling Hydrant System With Outlets Supporting Moveable Pantographs And Piping In Accordance With Military Petroleum Fuel Facilities Standards. The Project Will Provide An Aircraft Hydrant Fueling System With Fourteen Fueling Stations, Hydrant Loop Piping, And Pumphouse Located On The South End Of The Nas Whidbey Island (naswi) Airfield Parking Apron. The Pumphouse For The Hydrant System Will Be Located In, And Tie Into, The Existing Fuel Farm At Naswi. It Will Provide Five 600-gpm Pumps, Filter Separators, A Jockey Pump And All Related Piping, Piping Supports, Valves, And Appurtenances. The Pump House Will Contain Pump Room, Control Room, Fire Sprinkler Room, Restroom And Mechanical Room, Along With Cross Connect Fuel Transfer Piping, Emergency Shut-offs, Emergency Shower And Eyewash, Hv Ac, Fire Sprinklers, Alarms, Bridge Crane, Pump Controls, Grounding And Lightning Protection, Pump Control Systems, Emergency Fuel Shut-offs, Communications And Data Infrastructure, Leak Detection Panels And Environmental Management Control Systems Equipment. the Scope Also Includes A Pantograph Flushing Station To Maintain The Pantographs Used By The Hydrant System And Modifications To The Existing Fuel Infrastructure To Allow Rejection And Return Of Off-spec Fuel. Upgrades To Site Utilities Will Encompass Electrical, Mechanical, And Water Systems. Electrical Improvements Include Underground Connections To Tanks And Hydrant System Light Poles, The Installation Of A New Transformer, And A Standby Generator. Mechanical Enhancements Will Involve The Installation Of A Water And Fire Supply Line To The New Fuel Facility, Stormwater Infrastructure To Manage Increased Impervious Surfaces, And Demolition To Support Operational Requirements. This Project Includes Work Restrictions For Dewatering Of Ground/storm Water Requiring Containment And Disposal, And Flight Line Work Phasing. this Project Is An Integral Component Of The Fuel System Supporting The Shift From The P-3 To P-8a Aircraft Stationed Now At Naswi. An Efficient Fuel Delivery System Is Required At Naswi To Provide For The Training And Operational Fuel Support Needs Of Fleet Carrier Based Squadrons, Expeditionary Squadrons, Reserve Expeditionary Squadrons And The Fleet Replacement Squadron For Ea-18g Electronic Attack Aircraft, And Squadrons Of P-8a Patrol And Reconnaissance Aircraft Currently Assigned, And One Logistics Support Squadron And Transient Aircraft That Transit Through Naswi In Support Of Local And Other Department Of Defense Mission At Naval Air Station Whidbey Island, Wa. the Primary North American Industry Classification System (naics) Code Is 237120, Oil And Gas Pipeline And Related Structures Construction. The Small Business Size Standard Is $45m. The Planned Period Of Performance Will Be For 730 Days From Contract Award. this Project Is A Large-scale Federal Construction Project Within The United States Where The Total Estimated Cost To The Government Is $35 Million Or More And Requires The Use Of Project Labor Agreements (plas). Reference Is Made To: Far Subpart 22.5 Use Of Pla For Federal Construction Projects; Provision, Far 52.222-33 Notice Of Requirement For Pla; And To Clause, Far 52.222-34 Pla. A Request For Information (rfi)/sources Sought For The Pla Was Previously Posted To Sam.gov On August 29, 2024 Under N4425524rf016. interested Firms Are Requested To Return A Completed Response Form (attached) That Addresses The Following Criteria: type Of Business: State Whether Your Firm Is A Large Or Small Business. If A Small Business, State Whether Small, Hubzone, Small Disadvantaged, Service-disabled Veteran-owned, And/or Woman-owned. See Far Part 19 Small Business Programs For Descriptions. bonding Capability: Provide Your Firm’s Bonding Capabilities. It Is Anticipated That The Firm Awarded A Contract Under This Proposed Project Will Need A Minimum Bonding Capacity Of $45 Million. project Location: Provide Your Firm’s Likelihood To Provide A Proposal For This Project Specifically At Naval Air Station Whidbey Island (naswi) On A Scale Of 1 To 10, With 1 Being The Least Likely And 10 Being Most Likely. Provide A Statement Listing Any Past Projects At Naswi, Or A Statement Indicating No Projects Have Been Performed By Your Firm At This Location. project Experience: Provide Up To Five (5) Example Projects Which Best Demonstrate The Company’s Experience Relative To The Types Of Work Covered By This Requirement. Example Projects Are To Be Representative Of Naics 237120, And The Description Above, And Be Similar In Size, Scope, And Complexity To This Requirement. Example Projects Should Be Substantially Complete Within The Past Ten (10) Years And May Include Federal, State Or Local Government, And/or Commercial Projects. Submission Of More Than Five (5) Example Projects Is Not Requested. List Each Project By A Brief Paragraph Listing The Project Title, Location, Cost, Completion Date And How Each Project Reflects Experience In The Required Services. Again, Each Project Shall Be One Paragraph In Length. the Intent Of This Notice Is To Identify Potential Offerors For Market Research Purposes And To Determine Technical Capabilities, Bonding Capacity And Potential Set-aside Opportunities. Any Interested Firm, Including Potential Joint Ventures (jv), May Participate And Are Invited To Respond To This Sources Sought By Completing And Returning The Response Form Provided With The Announcement. respondents Will Not Be Notified Of The Results Of The Sources Sought. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement. There Is No Bid Package Or Solicitation. No Presentations Will Be Scheduled, And Contractor Responses Will Be Provided In Writing Via E-mail As Described In This Notice. All Information Provided Will Be Held In A Confidential Manner. please Respond No Later Than 12:00 P.m. Pacific Standard Time, 25 January 2025 By Submitting An E-mail With An Attached Electronic Copy Of Your Response To: kathleen.b.maurer.civ@us.navy.mil; And jodus.d.hortin.civ@us.navy.mil; And emily.m.slate.civ@us.navy.mil please Name The Subject Line Of Your E-mail As “(insert Company Name) – P273 Bulk Fuel Storage Hydrant System – N4425525r1506”. Emails Can Be No Larger Than 5 Mb In Size. If More Than 5 Megabytes Are Needed, More Than One Email May Be Sent.
Closing Date25 Jan 2025
Tender AmountRefer Documents 

Bureau Of Corrections leyte Regional Prison Abuyog Leyte Tender

Healthcare and Medicine
Philippines
Details: Description Bids & Awards Committee Invitation For Negotiated Procurement - Two-failed Biddings For The Request For Supply & Delivery Of Medical Supplies 2025 1. The Leyte Regional Prison (lrp) Intends To Procure Medical Supplies 2025 With An Approved Budget For The Contract (abc) Amounting To Five Hundred Ninety-six Thousand Four Hundred Seventy-seven Pesos Only (php 596,477.00). 2. The Lrp Bids And Award Committee (bac) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Bidding Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac And Which Would Meet The Minimum Technical Specifications Required. 4. The Interested Bidders May Obtain Further Information From The Bac Secretariat At The Address Given Below From 09 January 2025 To 13 January 2025 Before 9:00am. 5. The Lrp Will Hold A Negotiation Meeting On 13 January 2025 At Exactly 9:00am At Conference Room, Admin Building, Lrp, Abuyog, Leyte, Which Shall Be Open To Prospective Bidders. 6. Four (4) Copies Of The Proposals (one Original And Three Copies) Must Be Submitted To The Bac Which Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 5:00 Pm Of 14 January 2025. Late Submission Shall Not Be Accepted. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, And The Contact Details Of The Bidder, Addressed To The Bac. I. Technical Component Envelope Class “a” Documents Legal Documents (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (e) Conformity With The Schedule Of Requirements (annex “a”) & Technical Specifications (annex “b”), Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). 8. The Special Conditions Of The Contract (annex “c”) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. Issued This 8th Day Of January 2025. Mr. Tracy B. Soriano, Msca Chairperson, Bids And Awards Committee Company Letterhead Statement Of Ongoing Government & Private Contracts Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Value Of Outstanding Contract Total Value Of Outstanding Contract: Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Twenty-five Percent (25%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Delivery End User’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Contract, (attached Copy) Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Leyte Regional Prison I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Section Vi. Schedule Of Requirements Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. # Description Qty Dosage Form Delivered, Weeks/months 1 Acid Fast Stain, Medic (ziel-neelsen Hot Method) 3 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 2 Acepto Bulb Syringe 5 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 3 Adult Pulse Oximeter Fingertip (durable) 5 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 4 Alcohol 70% Gallon 100 Gallon Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 5 Aneroid Sphygmomanometer W/ Stethoscope (durable) 10 Set Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 6 Battery Double Aa (heavy Duty) 50 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 7 Battery Triple Aaa (heavy Duty) 50 Capsule Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 8 Blood Collection Tube 5ml (lavender) 1 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 9 Blood Collection Tube 5ml (yellow) 1 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 10 Cold Compress Bag 5 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 11 Denatured Alcohol 1l 2 Gallon Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 12 Disinfectant Solution 10 Litrs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 13 Drug Testing Kit (urine) 1000 Unit Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 14 Dsn 10cc 500 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vi. Schedule Of Requirements Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. # Description Qty Dosage Form Delivered, Weeks/months 15 Dsn 3cc 700 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 16 Dsn 5cc 700 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 17 Dsn 1cc 500 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 18 Easy Touch Blood Glucose Strips 25's 20 Bottle Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 19 Easy Touch Blood Cholesterol Strips 25's 30 Bottle Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 20 Easy Touch Blood Uric Strips 25's 30 Bottle Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 21 Examination Disposable Latex Gloves Powder Free 100 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 22 Face Mask 50's 100 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 23 Heplock 20 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 24 Hot Water Bag 10 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 25 Hydrogen Peroxide 10 Volume 20 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 26 Iv Infusion Set Adult 500 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 27 Kidney Basin Stainless 4 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 28 Lubricating Jelly 80gms 50 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vi. Schedule Of Requirements Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. # Description Qty Dosage Form Delivered, Weeks/months 29 Medical Penlight 5 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 30 Medical Oxygen Regulator 5 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 31 Muriatic Acid Solution 50 Gallon Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 32 Na Hypochlorite Solution 30 Gallon Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 33 Nebulizer 2 Set Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 34 One Touch Select Simple Test Strip 25's 50 Bottle Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 35 Oxygen Mask Cannula 150 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 36 Oxygen Trolley (5-20 Lbs) 2 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 37 Petroleum Jelly 25gms 100 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 38 Plastic Canister 3 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 39 Plastic Splint Adult 10 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 40 Rotahaler 50 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 41 Sphygmomanometer Valve With Bulb 20 Set Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 42 Sterile Latex Surgical Gloves #7, 50pairs/box 5 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vi. Schedule Of Requirements Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. # Description Qty Dosage Form Delivered, Weeks/months 43 Soluset Infusion Set 5 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 44 Urinal (male) 10 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 45 Urine Container 50ml 1000 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vii. Technical Specifications Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Item No. Qty. Dosage Form Agency Specification Bidder’s Statement Of Compliance 1 3 Pcs Acid Fast Stain, Medic (ziel-neelsen Hot Method) 2 5 Pcs Acepto Bulb Syringe 3 5 Pcs Adult Pulse Oximeter Fingertip (durable) 4 100 Gallon Alcohol 70% Gallon 5 10 Set Aneroid Sphygmomanometer W/ Stethoscope (durable) 6 50 Pieces Battery Double Aa (heavy Duty) 7 50 Capsule Battery Triple Aaa (heavy Duty) 8 1 Box Blood Collection Tube 5ml (lavender) 9 1 Box Blood Collection Tube 5ml (yellow) 10 5 Pieces Cold Compress Bag 11 2 Gallon Denatured Alcohol 1l 12 10 Litrs Disinfectant Solution 13 1000 Unit Drug Testing Kit (urine) 14 500 Pieces Dsn 10cc 15 700 Pieces Dsn 3cc 16 700 Pieces Dsn 5cc 17 500 Pieces Dsn 1cc I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post- Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. ___________________________________________ Name Of Company In Print ___________________________________________ Signature Over Printed Name Of Authorized Representative Section Vii. Technical Specifications Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Item No. Qty. Dosage Form Agency Specification Bidder’s Statement Of Compliance 18 20 Bottle Easy Touch Blood Glucose Strips 25's 19 30 Bottle Easy Touch Blood Cholesterol Strips 25's 20 30 Bottle Easy Touch Blood Uric Strips 25's 21 100 Box Examination Disposable Latex Gloves Powder Free 22 100 Box Face Mask 50's 23 20 Pieces Heplock 24 10 Pieces Hot Water Bag 25 20 Pieces Hydrogen Peroxide 10 Volume 26 500 Pieces Iv Infusion Set Adult 27 4 Pieces Kidney Basin Stainless 28 50 Pieces Lubricating Jelly 80gms 29 5 Pieces Medical Penlight 30 5 Pcs Medical Oxygen Regulator 31 50 Gallon Muriatic Acid Solution 32 30 Gallon Na Hypochlorite Solution 33 2 Set Nebulizer 34 50 Bottle One Touch Select Simple Test Strip 25's I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post- Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. ___________________________________________ Name Of Company In Print ___________________________________________ Signature Over Printed Name Of Authorized Representative Section Vii. Technical Specifications Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Item No. Qty. Dosage Form Agency Specification Bidder’s Statement Of Compliance 35 150 Pieces Oxygen Mask Cannula 36 2 Pieces Oxygen Trolley (5-20 Lbs) 37 100 Pieces Petroleum Jelly 25gms 38 3 Pieces Plastic Canister 39 10 Pieces Plastic Splint Adult 40 50 Pieces Rotahaler 41 20 Set Sphygmomanometer Valve With Bulb 42 5 Box Sterile Latex Surgical Gloves #7, 50pairs/box 43 5 Pcs Soluset Infusion Set 44 10 Pieces Urinal (male) 45 1000 Pieces Urine Container 50ml I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post- Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. ___________________________________________ Name Of Company In Print ___________________________________________ Signature Over Printed Name Of Authorized Representative Company Letterhead Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply & Delivery Of Medical Supplies 2025 Of The Leyte Regional Prison As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Supply & Delivery Of Medical Supplies 2025 Of The Leyte Regional Prison, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Supply & Delivery Of Medical Supplies 2025. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Certificate Of Net Financial Contracting Capacity (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _________________________(p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _______day Of __________2025. _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Bid Form Date: Invitation To Bid No: Bid 2024-08 To: Mr. Tracy B. Soriano, Msca Bac Chairperson Leyte Regional Prison Abuyog, Leyte Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers Bid2024-08, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply & Deliver Of Medical Supplies 2025 In Conformity With The Said Bidding Documents For The Sum Of __________________________________________₱ ________ Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Of The Bidding Documents. I/we Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert]: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Supply & Delivery Of Medical Supplies 2025. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Schedule Of Prices Qty. Unit Of Issue Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 3 Pcs Acid Fast Stain, Medic (ziel-neelsen Hot Method) 12,441.00 5 Pcs Acepto Bulb Syringe 350.00 5 Pcs Adult Pulse Oximeter Fingertip (durable) 10,500.00 100 Gallon Alcohol 70% Gallon 42,000.00 10 Set Aneroid Sphygmomanometer W/ Stethoscope (durable) 39,000.00 50 Pieces Battery Double Aa (heavy Duty) 5,400.00 50 Capsule Battery Triple Aaa (heavy Duty) 5,400.00 1 Box Blood Collection Tube 5ml (lavender) 130.00 1 Box Blood Collection Tube 5ml (yellow) 1,200.00 5 Pieces Cold Compress Bag 720.00 2 Gallon Denatured Alcohol 1l 1,200.00 10 Litrs Disinfectant Solution 21,600.00 1000 Unit Drug Testing Kit (urine) 108,000.00 500 Pieces Dsn 10cc 5,000.00 700 Pieces Dsn 3cc 4,900.00 [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Schedule Of Prices Qty. Unit Of Issue Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 700 Pieces Dsn 5cc 5,600.00 500 Pieces Dsn 1cc 3,500.00 20 Bottle Easy Touch Blood Glucose Strips 25's 20,400.00 30 Bottle Easy Touch Blood Cholesterol Strips 25's 30,600.00 30 Bottle Easy Touch Blood Uric Strips 25's 30,600.00 100 Box Examination Disposable Latex Gloves Powder Free 42,000.00 100 Box Face Mask 50's 9,600.00 20 Pieces Heplock 360.00 10 Pieces Hot Water Bag 1,080.00 20 Pieces Hydrogen Peroxide 10 Volume 2,640.00 500 Pieces Iv Infusion Set Adult 25,000.00 4 Pieces Kidney Basin Stainless 2,976.00 50 Pieces Lubricating Jelly 80gms 4,200.00 5 Pieces Medical Penlight 3,000.00 5 Pcs Medical Oxygen Regulator 12,000.00 [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Schedule Of Prices Qty. Unit Of Issue Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 50 Gallon Muriatic Acid Solution 15,000.00 30 Gallon Na Hypochlorite Solution 9,000.00 2 Set Nebulizer 3,840.00 50 Bottle One Touch Select Simple Test Strip 25's 51,000.00 150 Pieces Oxygen Mask Cannula 11,700.00 2 Pieces Oxygen Trolley (5-20 Lbs) 8,400.00 100 Pieces Petroleum Jelly 25gms 7,200.00 3 Pieces Plastic Canister 3,600.00 10 Pieces Plastic Splint Adult 10,800.00 50 Pieces Rotahaler 6,000.00 20 Set Sphygmomanometer Valve With Bulb 6,520.00 5 Box Sterile Latex Surgical Gloves #7, 50pairs/box 4,500.00 5 Pcs Soluset Infusion Set 500.00 10 Pieces Urinal (male) 1,020.00 1000 Pieces Urine Container 50ml 6,000.00 Total Bid Price Inclusive Of Vat In Words [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi. Schedule Of Requirements. Upon Delivery Of The Goods To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Procuring Entity’s Representative At The Project Site; (iii)certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; For Purposes Of The Contract, “exw (extra Work),” “fob (“free On Board” Shipping Point),” “fca (“free Carrier” Shipping Point),” “cif (cost Insurance And Freight.),” “cip (carriage And Insurance Paid),” “ddp (delivered Duty Paid)” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: The Delivery Terms Applicable To This Contract Are Ddp Delivered To Supply Office, Leyte Regional Prison, Abuyog, Leyte. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Lrp Health And Welfare Services Section Chief As The End-user. All Medical Supplies Must Be Delivered On Working Days And Not Later Than 1:00pm, Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Additional Requirements On Box Or Bottle, Blister Packs, Inhaler And Tube. The Following Is Legibly Imprinted Or Stamped In Any Color. Date Of Manufacture __________________ Date Of Expiry ___________________ Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif (cost Insurance And Freight.), Cip (carriage And Insurance Paid), Or Ddp (delivered Duty Paid), Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif (cost Insurance And Freight.), Cip (carriage And Insurance Paid), Or Ddp (delivered Duty Paid), Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.1 Partial Payment Is Not Allowed 4 The Inspections And Tests That Will Be Conducted Are: Partial/complete Delivery Of Goods Shall Be Inspected By The Lrp Inspection And Acceptance Committee. Inspection And Acceptance Will Be Conducted By The Lrp Inspection And Acceptance Committee To The Actual Delivery At The Project Site (lrp). Goods With Defect Or Non-compliant With The Required Specifications As Stipulated In The Approved Purchase Order/technical Specifications Shall Be Rejected And Shall Be Replaced By The Supplier Free Of Cost To The Procuring Entity Within Seven (7) Calendar Days The Goods Shall Be Accepted By The End User After Passing The Inspection Of The Lrp Inspection And Acceptance Committee. The Inspections And Tests That Will Be Conducted Are; 1.) Upon Delivery, The Goods Shall Undergo Physical Inspection By The Lrp Inspection And Acceptance Committee Of The Procuring Entity To Ascertain The Physical Condition And Acceptability Of The Goods. 2.) Actual Counting Inspection To Determine The Quantity And Completeness Of The Medical Supplies Delivered In Accordance To The Schedule Of Requirements Set In The Bidding Documents.
Closing Date13 Jan 2025
Tender AmountPHP 596.4 K (USD 10.2 K)

PUBLIC BUILDINGS SERVICE USA Tender

Machinery and Tools
United States
Details: This Is Not A Request For Proposal this Announcement Is Open To All Business Concerns. the General Services Administration (gsa), Public Buildings Service (pbs), Greater Southwest Region (region 7), Acquisition Management Division, Greater West Team Is Conducting A Market Survey Seeking A Qualified Construction Contractor To Provide Construction Services For The Removal Of The Two (2) Existing 750 Ton Chillers And The Installation Of Two (2) 750 Ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers For The Department Of Veteran Affairs, Austin Auto Center, Located At 1615 Woodward Street, Austin, Texas 78741. this Is A Secure Facility And Will Require Badging To Access The Site. The Building Operating Hours Are Typically 5:30 Am To 5:30 Pm. For This Project, The Anticipated Working Hours To Be 30% Normal Operating Hours And 70% Other Than Normal Working Hours. gsa Anticipates Issuing A Solicitation, Based On The Outcome Of This Market Survey, On Or About February 2025, And Awarding A Subsequent Contract On Or About April 2025. project Information this Construction Project Involves The Replacement Of Two (2) Existing 750-ton Water-cooled Chillers And Their Associated Pumps, With An Option To Install Each Chiller And Associated Pumps Individually. The Scope Includes The Removal Of Refrigerant From The Current Chillers And The Installation Of Two New 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers, Which Will Come With Factory-supplied Evaporator/condenser Marine Water Boxes And 1.5-inch Insulation. One Pump Will Be Designed To Manage The Required Gallons Per Minute (gpm) On The Condenser Side, While The Other Will Handle The Gpm On The Evaporator Side. The Contractor Is Responsible For Sizing And Selecting Replacement Condenser Water And Chilled Water Pumps That Match The Flow Requirements Of The New Chillers, Utilizing Existing Piping As Much As Possible. Additionally, All Necessary Connections For Water Thermowells Must Be Provided, Including New Thermometers (four (4) Per Chiller) And Liquid-filled Pressure Gauges (four Per Chiller), Along With All Related Hardware. Chiller Access Control Panel Systems Are To Be Non-proprietary On An Open Architecture Platform. the Estimated Construction Price Range For This Project Is Between $1,000,000 And $5,000,000. Estimated Contract Duration Is Approximately 9 Months Or Earlier From The Notice To Proceed. the Contractor Will Be Responsible To Provide All Labor, Materials, Transportation, Supervision, And Management To Perform Design And Construction, As It Relates To The Following: division 1 – General Requirements outlines The Administrative And Procedural Aspects Of A Construction Project, Including Details Like Quality Control Measures, Project Submittals, Contract Administration Procedures, Safety Requirements, And Overall Project Management Guidelines, Setting The Foundation For How The Project Will Be Run And Managed From Start To Finish. division 2 – Existing Conditions details The Current State Of A Site Or Building Before Any Renovation Or Construction Work Begins, Outlining Important Aspects Like Structural Integrity, Layout, Finishes, Utilities, Potential Issues, And Any Other Relevant Details To Inform The Project Planning And Design Process. remove Refrigerant From The Two (2) Existing R123 Trane 750-ton Water Cooled Chillers. division 3 – Concrete all Aspects Of Concrete Placement, Including The Materials, Reinforcement, Forming, Handling, Finishing, And Inspection Of Both Cast-in-place And Precast Concrete Elements Used In A Building Project, Essentially Covering Everything From Foundation Walls To Slabs, Beams, And Columns Made Of Concrete. contractor Will Strip/repaint The Chiller Housekeeping Pad With Epoxy Paint. Approved Paint/epoxy Submittals Are Required. Increase Size Of The Concrete Pads To Accommodate The New Chiller(s) Footprint If The New Chiller(s) Size Is Larger Than The Existing Chiller’s Dimensions If Necessary. Pad Shall Extend 6” Beyond The Chiller Footprint. division 23 – Heating, Ventilation, And Air Conditioning the Design, Installation, And Testing Of All Heating, Cooling, And Ventilation Systems Within A Building, Including Equipment Like Furnaces, Air Handlers, Ductwork, Cooling Towers, Piping, Controls, And Associated Components, Ensuring Proper Temperature And Air Quality Throughout The Space, While Adhering To Relevant Building Codes And Energy Efficiency Standards. chillers: Provide And Install Two (2) Each (with The 2nd Chiller Being An Option) 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers With Factory Supplied Evaporator/condenser Marine Water Box And Insulation Option 1.5 Inch.chiller Control Panels Are To Be Open Source Non-proprietary Systems With Password Protected Overview Settings water Pumps: Contractor Shall Provide And Install 2 Pumps Per Chiller. One Pump Will Be Sized To Handle The Design Gpm Of The New Chiller Installed On The Condenser Side And The Other Pump Sized To Handle The Design Gpm On The Evaporator Side. Contractor Shall Size And Select Replacement Condenser Water And Chilled Water Pumps. New Pumps Must Be Selected To Provide Water Flow Matched To The New Chillers Utilizing Existing Piping To The Maximum Extent Possible. Contractor Must Submit Pump Curves Validating Pump Selections As Part Of The Shop Drawing Level Design Submittal. thermometers / Gauges/ Meters: Chillers-provide And Install All Necessary Water Thermowell Connections And Include New Thermometers And Liquid Filled Pressure Gauges (four (4) Thermometers Per Chiller / Four (4) Each Liquid Filled Gauges Per Chiller) Including All Associated Hardware (shut Off Ball Valve) To Provide Shut Off And Removal During Gauge Removal. division 25 – Integrated Automation covers The Design, Installation, And Integration Of All Building Systems' Control And Monitoring Components. contractor Shall Abide And Adhere To All Gsa Bas Requirements. division 27 – Communications the Design, Installation, And Termination Of All Telecommunication Systems Within A Building, Including Voice, Data, Video, Security, And Other Low-voltage Systems. equipment Under This Section That Will Connect To A Gsa Network Is Subject To: Cio 09-48, It Security Procedural Guide: Security And Privacy It Acquisition Requirements And Cio 12-2018, It Policy Requirements Guide. potential Naics Is 333415 With An Sba Size Standard Of 1,250 Employees. The Psc/fsc Is Z2aa (repair And Alteration Of Office Buildings). procurement Information this Announcement Is Open To All Business Concerns, However If You Are A Small Business, Please Clearly State This And Any Applicable Small Business Designation (small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, Women-owned Small Business And/or Large Business, Etc.). the Government Is Not Obligated To And Will Not Pay For Any Information Received From The Potential Sources Because Of This Market Survey. gsa Anticipates Issuing A Solicitation, Based On The Outcome Of This Market Survey, On Or About February 2025, And Awarding A Subsequent Contract On Or About April 2025. Award Of Any Resulting Procurement Will Be Based On Employing A “best Value Concept” Methodology. The Anticipated Contract Will Be Awarded On A Firm-fixed Price Basis. gsa Anticipates The Solicitation Will Require Proposals To Include Epds To Support The Proposed Materials. submission Instructions For Interested Firms construction Firms Interested In This Effort Must Be Able To Demonstrate Experience With At Least Two (2) Similar Projects. Similar Project Is Defined As A Project That Is Similar In Size, Type And Complexity. To Qualify As A Similar Project, The Project Must Meet All Three Elements Of Size, Complexity, And Type As Further Defined Here. to Be Considered Similar In Size, Each Project Must Have Exceeded $1,000,000 In Cost/price And Be Completed In The Last Eight Years. To Be Considered Similar In Complexity, Projects Must Include Replacement Of 2 Or More Chillers Between 150 Ton – 1,000 Ton Capacity For An Occupied Space. The Project Cost Should Include Any Removal Of Old Chillers, Demolition, And Rebuild To Gain Access To The Mechanical Space Where The Chillers Were Installed. interested Firms Are Invited To Respond To This Notice By Providing The Following Information: provide Firm Name, Address, Point Of Contact, Phone Number, Email Address, And Unique Entity Identification (uei) Number. Identify All Business Categories And Naics Codes Applicable To Your Firm, I.e., Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, Women-owned Small Business And/or Large Business. provide Project Experience Of Two (2) Projects Of Similar Size, Complexity, And Type. Include Project Dates, Price, And Role As Either Prime Contractor Or Subcontractor. Include Points Of Contact And All Information Necessary To Contact The Owner Of The Project Who Can Substantiate Similar Project Characteristics. provide The Name Of The Surety, Maximum Bonding Capacity Per Project And Aggregate Maximum Bonding Capacity. provide A Realistic Period Of Performance Using The Information Provided At The End Of This Notice. As Well As The Typical Lead Time For The Chiller You May Provide Under The Resultant Solicitation. provide Confirmation That The Chillers And Subsequent Equipment Are Either Buy American Act (baa) Compliant Or Trade Agreement Act (taa) Compliant Where Baa Compliant Is Not Possible. construction Firms: Any Interested Construction Firm Should Provide A Written Letter Of Interest With The Aforementioned Information (no More Than 3 Pages) By 9:00 Am Cst, January 21, 2025, To Billeto Mcgee Via Email, Billeto.mcgee@gsa.gov. The Subject Line Should State “letter Of Interest For Va Chiller #1 And #2 Replacement Project - 2nd Notice”. suppliers And Manufacturers: In Addition To The Construction Opportunity Reflected Herein, Gsa Is Seeking Suppliers And Manufacturers That Are Interested In Supplying Two (2) Each 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers With Factory Supplied Evaporator/condenser, (optional Marine Water Box And Optional Double Think Insulation (1.5 Inch)). It Is Expected That Any Product Offered Is Buy American Act (baa) Compliant, If A Baa Compliant Product Is Not Available, Then Please Make Sure Any Offered Product Is Taa Compliant. If You Are A Supplier Or Manufacturer, You May Submit An Expression Of Interest By 9:00 Am Cst, January 21, 2025, To Billeto Mcgee Via Email, Billeto.mcgee@gsa.gov. The Subject Line Should State “expression In Manufacturing Va Chillers #1 And #2 - 2nd Notice.” expressions Of Interest Should Indicate Materials Available And Global Warming Potential Values Reflected In Materials’ Environmental Product Declarations. Submission Of An Expression Of Interest Grants Gsa Your Permission To Publish Your Firm’s Contact Information And Offerings For Use By Potential Offerors On The Construction Requirement. Supplier And Manufacturer Contact Information Will Be Published In An Informational Amendment Issued By Gsa. by Participating In The Competition, Offerors Consent To Gsa Sharing Their Suppliers’ Names And The Global Warming Potential Values Associated With Suppliers’ Materials With The Successful Offeror. Technical Solutions, Supplier Pricing, And Supplier-offeror Terms And Conditions Will Not Be Shared, In Accordance With The Procurement Integrity Act. all Information Submitted Is Subject To Verification. Additional Information May Be Requested To Substantiate Responses. Reimbursement Costs For Information Received Are Not Authorized. note: Questions Submitted May Or May Not Be Answered. This Is A Market Survey To Identify Interested And Qualified Firms To Determine Lead Times On The Chillers, Typical Period Of Performance For This Type Of Work (see Below), And If Adequate Competition Exists To Set Aside Any Potential Procurements. period Of Performance (pop): 9 Months (at The Latest), And Includes The Following Estimated Timeframes - (including Security Clearances (45 Days), Submittals / Ordering Of Units (6-7 Months) And Installation (2 Weeks)). If You Can Provide This Solution In A Shorter Timeframe, Please Identify It With One Of The Below (pops). 1-3 Months 4-6 Months 7-8 Months please Clearly Identify The Lead Time For Each Chiller As Well. location Of Current Chillers: On The First Floor Of An Office Building With Alleyway Access To The Room Where The Existing Units Are Installed. Cherry Picker Will Be Required To Install Both Units. A Non-louvered Filter Wall (12x9 Foot) Must Be Removed To Access Mechanical Space.
Closing Date21 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Commercial Product Procurement Notice|5|||||| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil-i-45208| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| stop-work Order (aug 1989)|1|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a|||||| inspection System Program Plans, Or Premanufacturing Or Test Procedures|1|45| contract Definitization (may 2023)|5|a Firm Fixed Price Purchase Order|firm Fixed Price|repair T&e Proposal: Not To Exceed 90 Days After Award Of Purchase Order Definitization Not To Exceed 180 Days After Award Of Purchase Order|firm Fixed Price|tbd| limitation Of Government Liability (apr 1984)|2|tbd|tbd| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| contract Terms And Conditions Required To Implement Statutes Or Executiveorders--commercial Products And Commercial Services (nov 2024))|83||||||||x|||||||||||||||||||||||||||||x|x|x|||||||||x|||||x||||x||||||||||x||||x||||x||||x||||| continued: Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (nov 2024))|15|||||||||||||||| offeror Representations And Certifications--commercial Products And Commercialservices (may 2024))|3|||x| small Business Program Representations (feb 2024)|4|||x|| annual Representations And Certifications (may 2024)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| evaluation--commercial Products And Commercial Services (nov 2021)|4||||| updateing Solicitation To Commercial Clauses. if You Have Questions Concerning This Rfq, Please Contact The P.o.c. Carly Gassert, Ph 717-605-5693, Fax 717-605-1569, Email:carly.a.gassert.civ@us.navy.mil note: This Request For Quotation (rfq) Is Being Issued Only To Open, Inspectand Evaluate The Subject Item(s) Required To Be Repaired. After Receipt Of Your Quotation, A Contract Will Be Issued, And The Item(s) Needing Repairedwill Be Shipped To Your Company For opening, Inspection And Evaluation. unless Otherwise Specified, Your Quotation Is Valid For 60 Days. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders) And Modifications Related To The Instant Procurement Areconsidered To Be 'issued' By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To 'issue' Contractual Documents Asdetailed Herein. with Your Quote For Teardown And Evaluation Pricing, Please Provide The Following Additional Information: repair Turn Around Time (rtat) Defined As Induction Start Date To End/final Delivery Date (in Days). throughput Constraint Defined As Total Assets To Be Repaired Monthly After Initial Delivery Commences. A Throughput Of 0000/month Reflects No Throughput Constraint. \ 1. Scope 1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence. 1.2 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Valve,safety Relief . 2. Applicable Documents 2.1 Applicable Documents; The Individual Repair Parts Ordering Data, (irpod) Is Located In Section "k" Of The Contract/purchase Order As An Attachment. 2.2 Applicable Documents; technical Documents Associated To This Solicitation Or Award Such As; Irpod, Drawings,technical Data, Strs, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At (https://logistics.unnpp.gov/ecommerce) These Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To the Award. this Website Requires A Password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator. 3. Requirements 3.1 Navsup Wss-mech Code N94 Additional Technical Documentation order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004 a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows: 1. Amendments To The Purchase Order/contract 2. Schedule Of Supplies Of The Purchase Order/contract. 3. Terms And Conditions Of The Purchase Order/contract. 4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable. 5. Any Invoked Standard Technical Requirements (strs). 6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable. 7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable. b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later. c. Use Of Document Revisions In Their Entirety: 1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document). d. Vendor Waiver/deviations On Critical Contracts. 1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected. 2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation is Submitted Or Prior To Manufacture. 3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With your Request. 4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation. 5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided. 6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within five Working Days After Receipt. e. Exclusion Of Mercury 1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract. 4. Quality Assurance 4.1 The Quality Assurance Requirements Are Located In The Individual Repair Part Ordering Data (irpod) As An Attachment To The Contract/purchase Order. the Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein. records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract. 5. Packaging 5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts applies. (1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing, and Marking. requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc. (a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States, "components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)". (2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply: (a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other requirements Identified Within The Irpod. the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods. (b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements for The Use Of Green Poly Bags, Then They Are Required And Take Precedence. (4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From: contracting Officer navsup Wss-mech code N943 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document. 2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents. 6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. 6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423. block A: Is The Actual Contract Line Item No. block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order. block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp. block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased. block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes. block F: Is The Successful Offerors Name And Or Cage Code. block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp). block H: Self Explanatory. block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp. block J: Self Explanatory. block 1: Is The Exhibit Line Item Number (elin). block 2: Is The Title Of The Data Item Cited In Block 4. block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification. block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order. block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found. block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item. block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract. block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format. block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals. block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16. block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable. block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423. block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.) block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14. block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data. block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition. block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable. date Of First Submission=eoc submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock number And Item Nomenclature Specified In The Schedule Of Supply/services. di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev). date Of First Submission=045 Dac submit For Approval One Package (iaw Di-qcic-8871) Of All Applicable Procedure, Drawing And Other Pre-manufacturing Submittals, Listed On The Individual Repair Part Ordering Data (irpod) Document(s) And Detailed In The Cited Specification, Within 45 Days After contract Award To The Contracting Officer (navsup-wss Code N9433). See Irpod For Individual Documents Required. a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services. di-qcic-a8871 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Procedure Package To Be Iaw Did Di-qcic-8871(latest Rev).
Closing Date6 Jan 2025
Tender AmountRefer Documents 

Municipality Of Mercedes, Camarines Norte Tender

Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Camarines Norte Municipality Of Mercedes Bids And Awards Committee Bids And Awards Committee Office, Lgu - Mercedes, Camarines Norte Invitation To Bid For Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte. The Local Government Unit Of Mercedes, Camarines Norte, Through The Trust Fund Intends To Apply The Sum Of Two Million Seven Hundred Twenty-five Thousand Two Hundred Sixty-six Pesos Only (php2,725,266.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte - Identification Number 401-24-11-1495/1496/1497/1498/1499. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Mercedes, Camarines Norte, Now Invites Bids For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte As Follows: Item No. Qty Unit Description Lot 1 - Hardware Tools 1 1 Unit Air Compressor Machine, Motor: 1/2 Hp; No. Of Cylinder: 2; Phase: 1; Pressure: 85 Psi; Capacity 46 Liters; Approximate Dimension: 95-100cm (l) X 31-35cm (w) X 64-70cm (h); Weight: 47kg; Inflation Time: 53min; Air Displacement: 208l/min 2 1 Unit Air Spray Gun, Standard Nozzle:1.4mm, Pattern Width:180-250mm, Paint Capacity:600cc, Suitable For Finishing Coat, Optional Nozzle:1.3-2.5mm, Operating Pressure:2-3.5bar Air Cons:4.2-7.1cfm(119-200l/min)" 3 11 Set Angle Grinder Cutting Disk, 10 Pcs.per Set; Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8") 4 11 Unit Angle Grinder, Rated Input Power: 730w; Wheel Diameter: 4"; Rated Voltage: 220v; Frequency: 60hz; No Load Speed: 12,000 Rpm; Weight: Approximately 1.6kg; Grinding Spindle Thread: M10; Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h) 5 7 Pc Chipping Hammer, Item Weight: ‎atleast 13.8 Ounces; Product Dimensions: ‎11" (l) X 1" (w) X 7.5" (h); Material:, Genuine Leather Grip And Forged Steel 6 3 Set Circular Saw With Diamond Blade, 1400w, 185 Mm Blade, Spindle Lock With 24t Diamond Blade 7 3 Pc Claw Hammer, Head Weight: 16oz; Overall Weight: 17oz-23oz; Forged Steel Head; Smooth Face; Fiberglass Handle With Rubber Cushion; Overall Length: 12-14" 8 3 Pc Concrete Chisel, 10'' Forged Steel Chisel 9 3 Pc Crow Bar, 36" Long; Length Tolerance: +- 1/8; Forged Steel Carbon 10 1 Pc Electric Planer; Voltage: 220-240v; Input Power: 1050w; No Load Speed: 1600rpm; Planing Width And Depth: 82x3mm; Heavy Duty Aluminum Base; 11 1 Pc Framing Hammer, Handle Material: Alloy Steel; Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h); Item Weight: Atleast 1.4 Pounds 12 1 Unit Gasoline Marine 7hp Speed Type, Single Cylinder; 4 Stroke, Forced Air Cooling; Ohv Displacement (cc): 196 Compression Ratio: 8.5:1 Bore X Stroke (mm): 68x54 Min. Fuel Consumption;395/(kw.h) Valve Clearance: Input Valve: 0.10-0.15mm Idle Speed (rpm): 1400+-140 Max A.c. Output/rpm:3.8/3600 Noise Level:70db (a) Ignition System: Transistorize Magento Ignition Max Torque (n.m/rpm): 10.7/300 Starting System: Recoil Start (recoil Start/electric Starting) 13 10 Pc Hacksaw With Blade, Adjustable Aluminun Alloy Frame With Soft-grip Handle, 90" Adjustable Bladec Angle, 12 Inches (+/- 1/4") Bi-metal Hacksaw Blade, 24 Tpi 14 10 Unit Heavy Duty Corded Drill, Rated Input Power: 750w; Chuck Capacity: Upto 13mm; Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm); Dimension: 268mm (l) X 69mm (w) X 192mm (h); Weight W/out Cable: Approximately 1.6-1.8 Kg; Spindle Collar Diameter Of 43 Mm 15 1 Pc Level, Box Beam Style, Material: Alluminum; Dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h); Weight: Atleast 0.8 Pounds 16 3 Pc Mashing Hammer, 3 Lb With Fiberglass Handle, Forged Steel Head 17 3 Pc Masonry Hammer, 800g Solid Rubber Head, Fiberglass Core And Bi-material Slip-resistant Handle, 18 3 Pc Masonry Hand Saw, 15" 380mm Carbon Steel 19 3 Pc Masonry Square, 24"x 16"aluminum, 1/8 '' Thick 20 3 Pc Mason's Level, 60cm Aluminum Reinforced Frame 21 3 Tube Mason's Line, #18 Braided Nylon, 500 Ft, 170 Lb Test 22 10 Set Metal Drill Bit Set, Material: High Speed Steel; 19pcs Per Set (1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm); Point Angle:118degree C; Standards: Din 338; Bit Geometry: Standard Twist Bit 23 8 Pc Meter Tape With Magnetic Hook, Blade Material: Nylon Coated Blade; Dimensions: 16ft (l) X 25mm (w) 24 7 Pc Mig Welding Pliers, Overall Length: Atleast 210mm; Material: High Carbon Steel; Handle Material: Thermoplastic Rubber 25 1 Unit Portable Hand Drill, Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries; Maximum Rotational Speed: 1500 Rpm; Voltage: 21v; Amperage: 1.5 Amps; Chuck Size: 0.38"; Bit Heads Diameters: From 0.8mm - 10mm; Product Dimensions: ‎9.6" (l) X 2.1" (w) X 7.5" (h); Material: ‎plastic, Rubber, Metal; Item Dimensions: Approx. ‎9.6" (l) X 2.1" (w) X 7.5" (h); Item Weight: Atleast ‎2.5 Pounds; Item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag 26 7 Unit Portable Welding Machine, Input Voltage: 220-240; Frequency: 50-60hz; Output Current: 10-220a; Led Display; No-load Voltage: 85v; Max. Output Current: 220a; Diameter Of Electrode: 1.6-3.2mm; Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable, 27 3 Pc Pull-push Rule, Blade Length 8m/26ft, Blade Width 1", High Impact Abs Case With Durable Rubber, Corrosion Resistant Tru-zero End 28 3 Pc Putty Knife, 3" Stainless Steel With Rubber Handle 29 1 Pc Roofing Hammer: Item Weight: ‎1.25 Pounds; Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h) 30 1 Unit Sander, Item Dimensions: Approx 11.63" (l) X 5.63" (w) X 6.19" (h); Voltage: 110 Volts; Power Source: Corded Electric; Amperage Capacity:‎ 8.8 Amps; Variable Speed Control Dial (690 -1,440 Ft./min.); Grit Number: 80; Item Weight: Atleast ‎9.5 Pounds; Included Components: ‎belt Sander, 1 Belt, Dust Bag 31 3 Pc Shovel, Rectangular End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 32 3 Pc Shovel, Round End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 33 1 Pc Speed Square, Material: Cast Aluminum; Size: About 18x18x2cm/7.09x7.09x0.79"; Weight: About 130g; Triangle-shaped 34 3 Pc Spirit Level Bar, Aluminum Frame With Magnet, Size 12" (+-1/8"), With 3 Vials (horizontal, Vertical And 45 Degrees) 35 3 Pc Steel Float/plastering Trowel, Thickness 0.7 Mm, Surface Measurement 280mm X 125 Mm(+/- 1mm), High Carbon Steel, Soliod Forged Steel With Plastic Handle 36 1 Pc Trim Hammer, Handle Material: Wood; Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h); Item Weight: Atleast 594 Grams 37 3 Pc Trowel, 280x120mm Stainless Plastering Trowel With Plastic Handle 38 1 Pc Utility Knife, Handle Material: Aluminum; Material: Aluminum Alloy; Weight: 120g/pcs; Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t); Blade Material: Steel; Thickness: Atleast 0.6mm 39 7 Pc Welding Helmet, Auto Darkening Helmet, Power Supply: Battery And Solar Powered; Light Shade: Din9-1;, Dark Shade: Din4; Switching Time: 1/25000s; Delay Time: 0.1-0.8s; Sensitivity Adjustment: Stepless Control; Operation Temperature: -5 Degrees- 55 Degrees; Active Viewing Area: 93mmx43mm; Active Viewing Area Size: (+/- 10mm); Item Weight: Atleast 1.85 Pounds; Package Dimensions: ‎approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h) 40 7 Set Welding Magnets, 6 Pcs/set, Overall Length: Atleast (3"); Hold Capacity: Up To 25lbs; Arrow Design Supports Angle: 45°, 90°, And 135°; Item Weight: 295g; Package Dimensions: ‎4.88 X 4.72 X 3.98 Inches; ‎material: Steel; Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm) 41 1 Set Wood Chisel; 4-piece Set (6mm; 12mm; 19m; 25mm); Tempered Chrome Carbon Steel Blade; Hardened Shank; Rust-resistant, Lacquered Coated Blade; Bi-material Handle 42 3 Pc Wooden Float, 18"x 32", Multi-layered Lot 2 - Food Preparation 1 1 Unit 3 In 1 Burger Griller With Deep Fryer And Steamer, Gas Type; Made Of Stainless Steel And Polished Metal Griddle Plate; Dimensions: Burger Griddle - 18" (l) X 12" (w); Deep Fryer - 8" (l) X 12" (w), Capacity: 2.5 L; Steamer: 11" (l) X 12" (w) 2 6 Unit Barbeque Grill With Sauce Holder And Top Grill, Material: Stainless Steel, Dimension(lwh): 24 In X 12 In X 30 In (3.5 In Grill Pan's Depth) 3 33 Pc Basin; Stainless; Diameter: 22"; Base: 16"; Depth: 7"; Thickness: 1cm 4 47 Pc Beach Umbrella; Round-shaped; Material: Poly Canvass; Diameter: 40""; Pole Stand Length: At Least 45""; Pole Material: Stainless Steel Chrome" 5 6 Pc Boiler Caldero; Big Size & Heavy Duty; Size: Diameter 48cm; Height: 42cm; Makapal, Material: Aluminum 6 6 Pc Boning Knife, 27.3cm, Blade Length:14.6cm, Blade Thickness: 4mm, Wood Handle 7 32 Pc Butcher's Knife; Materials: Stainless; Wood Handle; Size: About 10" 8 29 Pc Caldero With Double Handle; Aluminum Material; Diameter: 46cm; Height: 37cm; With Double Handle; Capacity 5kilos/20l(volume Capacity) 9 48 Set Casserole Set, Stainless Steel, 28, 30 And 32cm Diameter; 16, 18, 20cm Height 10 50 Pc Chef's Knife; About 10 3/4" Long; Material: Stainless Steel; Blade: Full Tang; Riveted Handle 11 56 Pc Chest Cooler, Item Package Dimensions: ‎25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: ‎5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: ‎plastic, Chamber Depth: 24.95", Capacity: 52l, Color: Any Color 12 51 Pc Chopping Board; Thick Wood; 12"x12" 13 6 Pc Cleaver Knife, 11" Stainless Steel, Weight: 310-340g, Blade Size: 6.5 Inches 14 48 Pc Colander; Stainless Steel; 11"diameter; With Stainless Base And Handle 15 6 Unit Digital Weighing Scale ,30kg Capacity,stainless Tray Size: 35x23cm For 30kg Capacity Weighing Scale, Dual - Display : Weight, Unit Price, Amount, High Light Led Display, Rechargeable Battery, Power Supply: Ac/dc Charger (included) 16 47 Unit Double Burner Gas Stove; Stainless Top And Front; Automatic Ignition; Reversible Trivet; Double Detachable Top Burner; Removable Drip Pan; Dimension: 700mm(l) X 390mm(w) X 140mm(h) 17 7 Unit Double Ring Burner; Heavy-duty Cast Iron; Includes Pol Regulator And 1-metre Hose 16750 Btu Brass Valve With Individual Gas Control Minimal Assembly Required Weight; 3.9kg, Material;cast Iron, Dimensions: (lwh) 36cm X 20cm X 9cm, Fuel Type: Lpg Tank Cylinder With Content And Accessories 18 2 Pc Egg Ring, Stainless Steel, 8.5cm Diameter, 1.5cm Height 19 4 Box Face Masks; 3 Ply Non-woven Disposable Earloop Mask; Quantity: 50pcs/box 20 30 Pc Fish Drying Rack, 4-layer, 45x45x66cm, Foldable 21 6 Pc Fish Scaler, 20cm Stainless Steel 22 6 Pc Fish Scraping Tool, 20cm Stainless Steel 23 54 Unit Food Shelve, 2 Layers: Glass Thickness: 3/16 And 1/4, (w-14" X H-17" X L-30"); Adjustable Layer, Material: Glass & Aluminum With Sliding Door, Offer: Screen Sliding Door To Prevent Moisture 24 204 Pc Food Tray With Glass And Stainless Lid/cover, Stainless Body, Rubberized Stand 32x28x10cm 25 12 Pc Food Tray, Flat, Stainless, 60x40x2cm, Depth: 2cm 26 2 Unit Freezer Chest Type, Gross / Net Volume 10.6 Cu.ft. (10 Liters) / 10.1 Cu.ft. (286 Liters), Functionality 3-in-1 Function – Chilling | Freezing | Fast Freezing, Defrosting System: Manual Defrost, Evaporator:aluminum Defrost,led: 6 Led’s, P:2w, Lamp Life: Min. 50,000 Hours, Weight 40 Kg, Dimensions L 63 X W 111.4 X H 84.7 (cm), Key Features: Inverter Compressor, Sliding Glass Door, Embossed Door & Cabinet, Recessed Side Handle (left & Right), Led Light, Removable Gasket , 1x Basket Wire Shelf, 4x Roller Wheel 27 5 Pc Fruit Crate Plastic 21 X 15 X 12 Inches, Heavy Duty Plastic Material, Color : Black 28 37 Pc Frying Pan 14" In Diameter, Cast Iron 29 4 Unit Gas Range, Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h); 4-gas Burner; 62l Gas Oven; Button Ignition; Top Glass Lid; Net Weight: Maximum Of 28kg; Pan Support: Light Cast Iron Pan Support 30 1 Box Gloves; 100pcs; Food Grade; Size: Medium(7.5cm); Thermoplastic Elastomer(tpe) Material 31 23 Pc Hairnet With Cap; White; Nylon; Washable 32 1 Unit Industrial Oven Stainless Steel, With Wall Insulator To Minimize Penetration Of Heat To The Walls, With Temperature Gauge, Approx. Outer Dimension: 46.5 X 23.5 X 30 Inches; Oven Stand/rack Is Made Of Metal With Rollers And Braking Systems; Stainless Steel Front Panel, With See Thru Glass; About 4 Inch Thickness Of Walls With 2 Trays Per Deck - 4 Trays Capacity; Gas Type 33 35 Pc Kawa 62 Cm Diameter 18 Cm Height, Aluminum With 2 Aluminum Handles 34 12 Pc Kitchen Apron, Waterproof; Stain Resistant Leather Apron 35 6 Pc Kitchen Scissors, Material: Stainless Steel And Plastic Silicone, Size: 22.5x7.3x1.2cm 36 3 Pc Long Handle Stainless Steel Soup Spoon; Color: Silver; Caliber Length; Approx. 12cm.14cm.16cm.18cm, Handle Length; Approx.45cm(17.72inches) 37 6 Pc Long Wooden Ladle; 14" Stainless Steel 38 58 Set Lpg Tank, 11kg Cylinder With Gas Regulator, 1.8m Hose & Steel Hose Clamp 39 9 Set Measuring Cup (set For Liquid), 1 Measuring Cup With Red Graphics; Made Of Nonporous Glass That Won't Warp, Stain, Or Absorb Odors; Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe; Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h); Measuring Capacity: 500ml 40 9 Set Measuring Cups (set For Dry), Smithcraft Stainless Steel Measuring Cups Set Have 8 Cups.the Sizes Are: 1 Cup (240ml), 3/4 Cup (180ml), 2/3 Cup (160ml), 1/2 Cup (120ml), 1/3 Cup (80ml), 1/4 Cup (60ml), 1/8 Cup (30ml), 1/16 Cup (15ml),1 Locking Ring. 41 6 Unit Mini Electric Fan 7.5" - With Base 10'' 69hz 20w (for Bbq), Non-adjustable Height; Any Color; Electric Powered Fan; 3 Blade 42 21 Pc Mixing Bowl Medium, Approx. Diameter: 28cm, Height:11.2cm; Material: Stainless; Capacity: Atleast 4l 43 200 Pc Monoblock Chair Front:monoblock Chair, Front Legs Distance: 355mm Width Seat, With Backrest, Color: Beige, Seat Width :375 Mm, Deapth: 330 Mm, Side Legs Distance Left: 378 Mm, Side Legs Distance Right 378 Mm, Back Legs Distance: 210 Mm, Back Rest Height:779 Mm, Set Back Height: 405 Mm, Seat Height: 376 Mm, Gross Weight: 2.25 Kgs 44 54 Pc Monoblock Table, 36x36 Inches, H- 28 Inches, Color: Beige, Atleast 3mm Thick 45 2 Pc Non-slip Rectangular Chopping Board; Materials:polypropylene Plastic; Approx Length: 40cm; Width: 25cm; Thickness: 0.5cm; Color : White 46 45 Pc Palamigan Container W/ Gripo 15l, Dimension: 31.8x23.8x48.5cm, Material: High Quality Durable Plastic 47 1 Unit Pressure Cooker 50 Liters Capacity, Aluminum Alloy Material, Pressure: 90kpa, Dimension: 44cm Diameter X 47cm Height 48 40 Pc Round Glass Jars With Lid, 220ml 49 41 Pc Sandok, Stainless Steel, 24.7" Length, With Wooden Handle 50 33 Pc Sandok, Stainless Steel, Length: 14" 51 39 Pc Shansi, Stainless Steel, Length: 14" 52 9 Pc Stainless Steel Dough Cutter Scraper Baking Smoother Cake , Approx. Size: 14-15cm (l) X 11.5-12cm (w) And 22cm (h); Material: Stainless Steel 53 41 Pc Stainless Steel Food Tong 14" Length 54 5 Unit Steamer; Aluminum; About 16"/42cm Diameter; 3 Layers With Cover; With Handle Per Layer 55 3 Unit Vacuum Sealer Machine, 220v, 90w, Sealing Width: 270mm, Power Supply: Ac100-240v/50-60hz, Temperature Control Range: 170-210 Celsius, Abs Material, Size: 370*75*50 (mm) 56 15 Pack Vacuum Sealer Storage Pouches | Bpa Free, Commercial Grade For Food Storage & Sous Vides, Size: 17 X 25cm Material: Plastic, 100pcs/pack 57 27 Pc Water Jug/dispenser With Faucet, 5 Gallons, 20 Liters, Color: Blue, Durable And High Quality Plastic Material 58 7 Unit Weighing Scale; Analog; 20kg Capacity; Approx. Dimensions: 6-7" (l); 8-9" (w); 10-11" (h); Dual Unit (kg And Pounds) 59 2 Pc Wide Mouth Funnel, Stainless Steel, Top Opening: At Least 17 X 5.5 X 6cm, Bottom Opening: At Least 13 X 3.7 X 4cm 60 8 Pc Wire Whisk, Large, Stainless, Approx. 14-15" (l) Lot 3 - Fabrication Of Food Cart 1 7 Unit Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Provision Of Umbrella And 2 Chest Coolers (52l Capacity) - Dimensions: ‎25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo, Note: With Dole, Dilp Logo Fully Painted In A Galvanized Sheet Iron Attached On The Front Of The Sidecar With Approx. 15.7 Inches(h)x15.7 Inches(l) Fully Painted Color: Any Color 2 1 Unit Motorcycle Sidecar (for Fruits And Vegetable Vending): Metal Body, Dimensions L-4ft W-2ft H-2ft, With 17inch Side Wheel 3 11 Unit Negocart With Bicycle Roofing Materials: Bolt & Nut W/ Washer 3/16 X 1 Polycarbonate 6mm X 1.2 X 1.70 Welding Rod Body Materials:tubular 1 X 1 X 1.5;flat Bar 1/8 X 1;flat Bar 2' X 3/8 X 1;plain G.i.;sheet 4' X 8' #26;cylindrical Hinge 1/2" ᴓ;blind Rivets 1/8 X 1/2;cylindrical 1/2;cabinet Handle;cabinet Lock;round Bar 8mm ᴓ;transparents Barrier 1/4 X 4' X 8';welding Rod;stainless Sheet 4' X 8';plain Round Bar 16mm ᴓ: Bicycle Specs: Bmx Type Bike Frame, Front And Rear Free Wheel Hub For Rim Set Single Speed (wheel Set), Tire Size (20"x2.125 Jumbo), Interior Tube (20"x2.125), Bmx Handle Bar, Bmx Fork, Head Parts (h Post, Handle Grip), Chain (single Speed), Pedal (bearing Type), Seat Clamp, Saddle With Spring, Foot Brake (clamp W/ Spring), Crank Pedals (175mm-180mm Cranks) Note: With Dole, Dilp Logo And Tourism Spot At The Front And Side Of Cart, Logo Material: Weather Proof Sticker, Sizes Of Sticker: H-60cm X W-130cm (for Front Of Cart) And H-60cm X W:75cm (for Side Of Cart) Or H-23.6" X W-51" And H-23.6" X W-29.5" Fully Painted Color: Light Blue Lot 4 - Grooming Tools 1 1 Pc All Purpose Comb, 7inch, Plastic Material 2 3 Pc Barber Apron, With Two Pockets, Waterproof, Material: Fiber Size: Approximately 89x69cm - 35x27.2 Inches 3 1 Pc Barber Cape, 140cmx100cm Silk, Waterproof 4 1 Unit Barber Chair, Reclining, Modern Style, Chair Back Height: High-back; Upholstery: Faux Leather; Material: Stainless Steel; Dimension: 21"x22.5"x38" 5 1 Unit Clipper, Cordless, Includes 3 Metal Clip Attachment Comb Cutting Guides, 1/16", 1/8",3/16, 6.25 Inches And Weighs 13 Oz, Equipped With A 2191 Adjustable 0000 Blade 6 2 Unit Curling Iron, 38.5cm, Tourmaline Ceramic, 25-39w, 360 Degree Rotatable 7 2 Set Eyebrow Grooming Kit, 6pcs (2 Eyebrow Razor, 1 Facial Razor, 1 Brush, 1 Scissors, 1 Tweezer) 8 1 Pc Fade Brush, Material: Plastic & Nylon, (hxw) 12.3 X 2.3 Cm, Weight: 0.015 Kg 9 2 Unit Flat Iron, Ceramic Wide Plate, 100-240v Dual Votage, 40-59w, 27.8cm Long 10 2 Unit Hair Blower, 2 Speed - 3 Heat Settings, 2400w, Removable Filter Cover, Cool Shut Function, Dimension: 21.5x8.5x26.5cm 11 1 Set Hair Clips, Plastic, Size: Approximately 7.8cm 12 2 Set Hair Dying Tool Set, (5-pc) Small Brush - 19.5cmx4.5cm, Big Brush - 20.5x6cm, Secondary Comb - 19x5.5cm, Small Bowl - 13x4.5cm, 1 Pair Of Earmuffs 8x4.5cm 13 3 Pc Hair Shear, 6.9 Inch Stainless 14 10 Pc Hair Towel Turban, 49x18cm Microfiber 15 2 Set Make Up Brush Kit, 12 Pcs With Box 16 2 Set Make Up Kit, 35pcs (1 Eyeshadow, 1 Concealer, 4 Osmetic Brush, 3 Lipgloss, 1 Eyebrow Pencil, 1 Pressed Powder, 4 Lipstick, 4 Face Makeup, 1 Lip Balm, 1 12.5cmx19cm Makeup Bag, 1 Eyebrow Cream, 1 Primer, 1 Powder Puff, 1 Mascara) 17 2 Pc Makeup Kit Organizer, 50cmx39.5cmx21.5cm, Black,046 Glittery, Checkered 18 1 Pc Mirror, Double Sided Folding Mirror, (wxh) 24x 37cm, Weight: 0.532 Kg 19 1 Pc Neck Duster, Weight : 100g , Size : 18x7x7cm 20 1 Roll Neck Strips, (28cmx6.5cm) Self Adhesive, Material: Paper 21 4 Set Plastic Hair Roller, 25mm Assorted, 10-pc Large 22 3 Pc Pomade, 80g, Water-based 23 1 Pack Razor Blades, Durable, Stainless, 100 Pcs, (lxwxh) 14x10x1 24 1 Set Shaver, Abs Material,110-220v, Power: 3w, Size: 16.6x5.8cm, Battery Capacity: 600mah 25 2 Pc Shaving Gel, 195g With Aloe 26 2 Pc Talc Powder, 500g 27 1 Set Trimmer, Rechargable, 2 Blades, Power: 50-60 Hz, Voltage:100-240v, Dimension: 11.5x6.5x3cm 28 4 Pc Wide-tooth Comb, 16cm Plastic, Durable 29 1 Pc Wide-tooth Comb, Size: Approximately 21.5x5 Cm, Plastic Material Lot 5 - Sewing 1 7 Set Ball Point Pins, 250 Pcs Per Box With 8 Colors; Durable 2 8 Unit Bobbin Case, Diameter: 20.3mm Width: 11.7mm 3 8 Pc Bobbin, Diameter: 20.3mm Width: 11.7mm 4 4 Set Dressmaker's Shears, Material: Stainless Steel; Item Dimensions: Approximately 0.8" (l) X 3.9" (w) X 10" (h); Blade Length: 8"; Item Weight: Approximately 8.8 Ounces 5 1 Pc Edging/ Overlock Sewing Machine, Metal Material; Overlocker; 1 Stitch; Dimension(lxwxh) 12x13x14 6 3 Pc Electric High Speed Sewing Machine, Power: 90w; Rated Voltage: 220v; Gross Weight: About 7kg; Max Sewing Speed: 1,100 Stiches/min; Materials: Stainless Steel Needle Plate, Metal Frame; Dimensions: Approximately 44cm (l) X 16cm (w) X 28cm (h); Voltage: 220v, Secondary Lifting Height Or Presser Foot: 14mm; Needle Pitch: From 0-4.5mm, Needle Width: From 0-7.0mm 7 4 Pc Flat Iron, 1200w; Stainless Steel Sole Plate; Power Light Indicator; With Steaming/spray Function 8 4 Set French Curve, Dimension(21.65x0.39x7.09); 4.6 Ounce; Made Of Aluminum Or Plastic 9 4 Pc L-square, Material: Stainless; Item Weight: 0.32oz; Product Dimensions: Approx. 14" (l) X 24" (w) 10 1 Pc Manual Sewing Machine With Motor And Foot Controller, Metal Material, Heavy Duty, 9kg Weight, 1 Stitch Dimensions, (lxwxh) 12x13x14 11 4 Unit Meter Stick, Yellow Color; Wood Type 12 4 Pc Needle Threader, Metal Material; Oval Shape; 1 Inch Size 13 31 Pack Sewing Machine Needle, Flat Needles 10pcs/pack 14 11 Pc Sewing Threads 12pcs/box, Material: Cotton; Package Dimensions: Approx. 5.71" (l) X 3.74" (w) X 2.36" (h); Thread Size: Approx. 56mm (h) X 22mm (w); 550 Yards Each Roll 15 25 Pc Tailor’s Chalk, Square Shape; Orange Color;fades Or Brushes Away Easily 16 4 Pc Tape Measure, Material: Durable Soft Plastic; Color: Blue; Measurements: Inches (can Measure Upto 60") And Centimetres (can Measure Upto 150cm) Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 2. Delivery Of The Goods Is Required Ninety (90) Calendar Days Delivery Period And Upon Receipt Of Notice To Proceed And Purchase. Bidders Should Have Completed, Within Two (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) 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 Local Government Unit Of Mercedes, Camarines Norte-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours - 8:00 Am-12:00 To 1:00 Pm-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 14, 2024 Until 8:30 Am Of January 6, 2025 From The Address 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 Thousand Pesos Only Php5,000.00. 6. The Local Government Unit Of Mercedes, Camarines Norte Will Hold A Pre-bid Conference On December 23, 2024 9:00am At Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte 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 8:30am January 6, 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 9:00 Am Of January 6, 2025 At The Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Mercedes, Camarines Norte, 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. 11. For Further Information, Please Refer To: Macario B. Totanes Municipal Planning And Development Office Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0998-576-8321 Arsenia M. Ordiales Bac Secretariat Bids And Awards Committee Office 2nd Floor Jpl Sports Complex, Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0908-896-9684 Email Address: Lgubac.mercedes@yahoo.com 12. You May Visit The Website: For Downloading Of Bidding Documents: Www.mercedes.gov.ph December 13, 2024 ________________________________ Macario B. Totanes Bac Chairman
Closing Date6 Jan 2025
Tender AmountPHP 2.7 Million (USD 46.9 K)
6621-6630 of 6657 archived Tenders