Waterproofing Tenders

Waterproofing Tenders

U S COAST GUARD USA Tender

Aerospace and Defence
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents 
Details: Request For Quote 70z08525q40023b00 quote Due Nlt: 1/22/2025, 12 Pm Est item Required Delivery Date: 01/30/25 naics 332911 this Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far Part 12 - Acquisition Of Commercial Products And Commercial Services | Acquisition.gov And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. request For Quote Number In Header Applies And Is Used As The Solicitation Number. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2005-87, Effective, 7 March 2016. it Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, (vendor Must Have An Active Registration In Sam.gov Prior To Award) Which If Timely Received, Shall Be Considered By This Agency. payments Are Net 30 And Will Be Made In Accordance With The Far 52.232-25 Prompt Payment Clause 52.232-25 Prompt Payment. | Acquisition.gov. all Acquisitions Expected To Exceed $10k Can Also Be Found On Sam.gov Under The Same Solicitation/rfq Listed In The Header. the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order. the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items: vendor Shall Provide: vendor Name: vendor Address: vendor Sam.gov Uei: vendor Phone: vendor Email: all Items Listed In The Below Parts List And No Substitutions Will Be Authorized Without Approval From Uscg Sflc Technical Experts. for Inquiries Please Contact: poc: Gina Baran email: Gina.m.baran@uscg.mil line 1 nsn: 4810 01-511-3173 description: Valve, Linear, Directional Cntrl mfg Name: Bosch Rexroth Corporation part_nbr: 1602-002-712 qty: 4 Ea unit Price: _______________ total Price (shipping Must Be Included): ____________ ** Total Cost Shall Have Delivery And Any Freight Charges To Zip Code 21226 Included. ** ** Shipping: Fob Destination Required. ** description: use P/n: R978728777, Stack Type Directional Valve. primary Relief 3000 Psi. 35 Gpm. handle Kit Included. end Item Ident Hydraulic Anchor Windlass, p/n X2317 Aboard 175 Ft Wlm coast Guard Vessels special Features Mobile Stack Type directional Control Valve; inlet Standard Closed center; Directional Control section Low Boy Section (port Options Not Available with This Section); Spool operation Spring Centered; port Options High Boy Not machined For Port Options both "a" And "b"; Standard end Cover; Standard Section with No Optional compensator Pressure control; Solid Pressure compensator Spool Available in Lb, Hb, Hbp, And Hbr sections With Standard Main spool Maximum Work Port flow 35 Gpm preservation, Packing, & Marking Shall Be In Accordance With Specifications: individually Packaged In Accordance With Mil-std-2073-i E Method 10, Using Weatherresistant Paperboard Folding With Waterproof Barrier Materials And Cushioned In A Double Layer Of 3/4 In Bubble Wrap And Packed In An Appropriately Sized Astm-d5118 Double-wall Fiberboard Box. each Package Is To Be Marked Iaw Mil-std-129r And Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. label Will List: item Name part Number nsn qnty (example 1 Ea) contract Order Number Or Pr Number. item Required Delivery Date: 1/30/2025 if Unable To Meet Required Delivery Date, Please Provide Dd: ________ - No Substitutions. are You Able To Meet Packaging Requirements? Yes ___ No ____ ** Total Cost Shall Have Delivery And Any Freight Charges To Zip Code 21226 Included. ** ** Shipping: Fob Destination Required. ** ship To: Uscg Surface Forces Logistics Center 2401 Hawkins Point Road Receiving Room- Building 88 Baltimore, Md 21226 preparation For Delivery all Material Must Be Shipped To U.s. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- Bldg 88, Baltimore, Md, 21226 For This Purchase Order. Material Must Be Accompanied By An Itemized Packaging List Securely Attached To The Outside Of The Shipment. all Packing Lists Shall Cite The Purchase Order Number With The Packaging In Such A Manner To Ensure Identification Of The Material Provided. material Shall Be Packed For Shipment Using Military Packaging, For Examples In Packaging Please Reference Mil-std-2073-1e. Material Must Be Packaged In Such A Manner As To Afford Adequate Protection To The Item Against Corrosion, Deterioration, And Physical Damage During Shipment From The Supply Course To Surface Forces Logistics Center Locations. packaging Shall Provide Adequate Protection For Warehouse Storage And Shipments From The Warehouse. all Deliveries Are To Be Made Monday Through Friday Between The Hours Of 8am To 3pm. please Make Sure That Any Changes In Delivery Timeframes Or Tracking Information Get Sent To Gina.m.baran@uscg.mil. u.s. Coast Guard Approved Label Should Have The Following: national Stock Number (nsn) item Name part Number purchase Order Number the Words “coast Guard Sflc Material” Condition (a) quantity And Unit Of Issue (i.e) (1-ea) invoicing In Ipp it Is Now A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov. all Invoices Must Contain The Following Information: Cg Contract Number, Vendor’s Invoice Number, Vendor’s Uei, Uei & Tins Number, Cage Number, Po Item Number, Description Of Supplies Or Services, Unit Prices And Extended Totals (invoices For Purchase Orders Awarded By Surface Force Logistics Center, Baltimore Are To Be Sumitted As Non-po In Ipp). to Submit An Invoice, Vendor Must Have Access To Www.ipp.gov. Additionally, A Copy Of The Invoice Must Also Be Sent To The Po Issuing Office At: Gina.m.baran@uscg.mil

Municipality Of San Vicente, Camarines Norte Tender

Solar Installation and Products...+1Electrical and Electronics
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 969.8 K (USD 16.5 K)
Details: Description 1 Unit "roasting Machine , Capacity: 10-13kg/batch Power: 90w Voltage: 220v/60hz Material: Stainless Steel Dimension: 980*480*1180mm Weight: 65kg" 1 Unit "cracker/winnower Machine , Capacity: 200-400kg/hr Power : 3kw Voltage: 220v/60hz/single Phase Material: Painted Steel Dimension: 500*500*1020mm P. Dimension: 104*56*53cm Weight : 102kg" 1 Unit "oil Extractor Machine, Capacity: 2-5kg/hr Power: 610w Voltage: 220v/50/60hz Material: Stainless Steel Dimension: 530*270*330mm Weight: 10kg" 1 Unit "grinding Machine , Capacity: 30 Up To 100kg/hr Power: 3kw Voltage: 220v/60hz Material: Stainless Steel Blade Material: Steel Blade Dimension: 680*380*400mm Weight: 60kg" 1 Unit "melanger, Load Capacity: 25kg Grinding Time: 24-48hr/batch Power: 750w Voltage: 220v/60hz Dimension: 800*710*1180mm Weight: 200kg" 1 Unit Solar And Mechanical Dryer, Capacity: 25 Kilos Wet Cacao Beans, Dimensions: : 1,000 Mm Length X 700 Mm Width X 1000 Mm Height, Cabinet Type Dryer, With 6 Pcs. Trays Stainless Screen Mesh, Solar Powered Moisture Remover With Electrical Back Up, 5mm Thick Tempered Glass Upper Covering, Framing And Bracing Are All Made Up Of Ordinary Metals, 3 Mm X Inch Angle Bar Body Framing And Bracing, With Back Up Lpg Feed Heating Sources, With Stainless Pipe Burner And Fire Starter, 3mm Thick Ms Plate Heating Pad 1 Unit "direct Cool Inverter, Upright Freezer, 8.0 Cu Ft (228 L), Package Weight: 49 Kg , Dimension (w X D X H) 545 X 695 X 1,459 Mm, Rated Power Input (w): 110 W, High Energy Efficiency R600a Inverter Compressor, 7 Shelves + Bottom Pan, Ice Scraper, Manual Defrosting, Adjustable Leg Door Color: Ceramic Gray" 2 Pieces Granite Slab Tempering Table, Material: Granite Slab (20 Mm Thick) Size: 1.8 Meter Length X 60 Cm Width Color: Gray Brace And Stand: Dimension/size : 1.81 Meter Length X 61 Cm Width X 29 Inches Height Materials: Ordinary Metal, Angle Bar 1/8 By 1 ½ Color: Gray 1 Piece Wooden Fermentation Box, Capacity:30-50 Kilos, Dimension Of Box: 40cm Length X 40 Cm Width X 40 Cm Height : 3 Layer, With Hole In The Top Layer Flooring, : With Removable Wooden Cover With Handle 1 Unit Digital Price Computing Weight Electronic Scale, Ac 220v/110v And Built-in Rechargeable Battery With Lcd Display, Capacity: 5g To 40kg With 1g Increment Pan Size: 34.5 × 23.5cm, Precision: 1/13000 F.s., Product Accumulation Operation: 0-99 Display Window Weight: 5 Digits , Unit Price: 5 Digits , Total Price: 6 Digits 1 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) 1 Unit Lpg Tank, 11kg Cylinder With Gas Regulator And Accessories, With Gauge And Safety Device; Safety Push Protection For Leakage; Gas Auto Safe Controller; Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp 2 Units Infrared Thermometer Temperature Gun , Wide Temperature Range: Measure An Upgraded Temperature Range From -58°–1130°f / -50°–610°c, Digital Heat Gun For Laser Tool For Indoor Outdoor Candy, Griddle, Aaa Batteries ,outer Material :acrylonitrile Butadiene Styrene, Display Type Lcd 2 Units Heat Gun, Voltage: 220-20v, 50-60hz; Input Power: 2000w; Temperature: 350-550 Degree C; Airflow: 300/ 500l/min, With 1pc Nozzle 30 Pieces "chocolate Mold Bullet Shape For Chocolate Materials : Polycarbonate , With Candy 21 Cavity , Size Of The Mold: 27.5x13.5x2.4cm=10.8*5.3*0.9inch Size Of Chocolate: 11.7*4.8*0.55cm=4.6*1.9*0.2inch" 30 Pieces "plain Bar Chocolate 4 Mold Materials: Polycarbonate Size Of The Mold: 27.5x13.5x2.4cm=10.8*5.3*0.9inch Size Of Chocolate: 11.7*4.8*0.55cm=4.6*1.9*0.2inch" 6 Pieces Spatula (big), Heat Resistant Silicone, Approx. Dimension 14-15" (l) X 3-4" (w) X 0.2-0.5" (thickness); Color: White 6 Pieces Chocolate Thermostat Spatula, Chocolate Temperature Control Scraper,handle Material: Plastic, Head: Stainless, Size 9.45*7, Dimensions:24l X 17.8w Centimeters 6 Pieces Basin With Cover Materials: Stainless Steel With Glass Lid Cover Round , Size 28x28x9 Cm 6 Pieces Basin Materials: Stainless Steel, Food Grade Quality, Size 52cm X 52cm H16cm 10 Pieces Apron , Sleeveless Apron ,waterproof, Stain Resistant Leather Apron Material Quality Pvc, Size :100 * 65cm, Color : Black 1 Box Gloves 100pcs/box Food Grade Powder Free Clear Generic 1 Pack Hair Net Caps; Plain Black Color, 12pcs/pack 2 Boxes Spit Guard/sanitary Food Preparation Mask, 10pcs/box; Material: Plastic; Color: Transparent; Mask Type: Adjustable Earloop; Shape: Plastic Mask; Ultra-light 0.3lb, Lxw: 15cmx7cm

Department Of Environment And Natural Resources - DENR Tender

Publishing and Printing
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 465.4 K (USD 7.9 K)
Details: Description Office Supplies For 1st Semester For Official Use Of Denr Penro Cebu 60 Box Staple Wire #35 (5000 Staples) 12 Box Staple Wire # 23/13 (1000 Staples) 12 Box Fastener (plastic) 12 Box Fastener Long 8 1/2 Inches 70mm 6 Box Continous Carbon Less Paper, 3 Ply, Size: Letter 10 Box Permanent Marker, Black (broad), 12pcs Per Box 5 Box Permanent Marker, Black (fine), 12pcs Per Box 6 Box Ink Refill Color: Black 6 Box White Board Marker, Black, 12pcs Per Box 10 Box Sign Pen Liquid Gel .05 Black, 12pcs Per Box 7 Box Sign Pen Liquid Gel .05 Blue, 12pcs Per Box 9 Box Sign Pen Liquid Gel .07 Black, 12pcs Per Box 5 Box Sign Pen Liquid Gel .07 Blue, 12pcs Per Box 1 Box Sign Pen Liquid Gel .05 Green, 12pcs Per Box 3 Box Sign Pen Liquid Gel .05 Red, 12pcs Per Box 16 Box Ballpen, Black, 12pcs Per Box 5 Box Ballpen, Blue, 12pcs Per Box 7 Box Pencil With Eraser, 12pcs Per Box 31 Box Paper Clips 33mm 33 Box Paper Clips 50mm 5 Box All Purpose Rubber Band Flat 23 Box Clip, Backfold, 19mm, 12pcs Per Box 23 Box Clip, Backfold, 25mm, 12pcs Per Box 23 Box Clip, Backfold, 32mm, 12pcs Per Box 20 Rolls Duct Tape 2 Inches 48 Rolls Packaging Tape 2", Brown 40 Rolls Scotch Tape 2", Clear 44 Rolls Scotch Tape 1", Clear 26 Rolls Masking Tape 1" 28 Rolls Masking Tape 2" 18 Rolls Double Sided Tape 1" 20 Rolls Electrical Tape 3 Rolls Straw Twine (plastic Straw Rope) 4 Rolls Nylon Cord 6mm (craft Cord), 36yards 230 Reams Bond Paper, A4 Size, 20 Subs 270 Reams Bond Paper, Legal Size, 20 Subs 150 Reams Bond Paper, Letter Size, 20 Subs 100 Pieces Expanded Folder Green, Long (pressboard) 100 Pieces Expanded Envelope Brown, Long With Garter 100 Pieces Folder Long, Blue 100 Pieces Folder Long, Green 400 Pieces Folder Long, White 370 Pieces Folder Short, White 250 Pieces Folder Long, Brown 90 Pieces Envelope, Brown (short) 80 Pieces Correction Tape 48 Pieces Correction Pen 18 Pieces Stamp Pad Ink, Blue, 30ml 6 Pieces Puncher, Heavy Duty 40 Pieces Sticky Note Film Index With Sign Here 40 Pieces Sticky Note (102mm X 76mm), 100 Sheets 40 Pieces Sticky Note (76mm X 76mm), 100 Sheets 40 Pieces Sticky Note (19mmx 76mm), 100 Sheets 60 Pieces Spiral Notebook, 80 Pages (127x178mm) 50 Pieces Composition Notebook, 40 Pages 30 Pieces Engineers Fieldbook, Random Colors 28 Pieces Highlighter (yellow, Orange, Green) 6 Pieces Bookend Stand, Metal 5 Pieces Glue, 130grams 13 Pieces Scissors, Heavy Duty 16 Pieces Staple Remover, Plier Type 18 Pieces Stapler, Heavy Duty 7 Pieces Calculator, 12 Digit Display, Big Screen (desktop) 10 Pieces Ruler, 12 Inches 1 Pieces White Board, Size:80x120cm 12 Pieces Plastic Comb Binder Ring, 8mm 12 Pieces Plastic Comb Binder Ring, 10mm 12 Pieces Plastic Comb Binder Ring, 14mm 12 Pieces Plastic Comb Binder Ring, 18mm 12 Pieces Plastic Comb Binder Ring, 22mm 12 Pieces Plastic Comb Binder Ring, 28mm 12 Pieces Plastic Comb Binder Ring, 32mm 12 Pieces Plastic Comb Binder Ring, 38mm 12 Pieces Plastic Comb Binder Ring, 55mm 100 Pieces Certificate Holder (8.5 X11 Inches) Standard Size 2 Pieces Backpack (large Capacity, Color Black, Waterproof) 12 Pack Index Card (4x6), 100 Sheets Per Pack 11 Pack Photo Paper, Glossy, 20 Sheets Per Pack 12 Pack Battery Aaa, Heavy Duty 4pcs Per Pack 12 Pack Battery Aa, Heavy Duty 4pcs Per Pack 4 Pack Rechargeable Battery Aa, 4pcs Per Pack 10 Pack Vellum Paper, Short, 100 Sheets Per Pack 6 Pack Vellum Paper, Long, 100 Sheets Per Pack 5 Pack Carbon Film, Long, Blue Color, 100sheets Per Pack 5 Pack Carbon Film, Long, Black Color, 100sheets Per Pack 2 Pack Parchment Paper, Short , 50pcs Per Pack 2 Pack Sticker Paper, Matte A4, 100 Sheets Per Pack 1 Pack Pvc Cover 300mic, 100 Sheets Per Pack, Long 1 Pack Pvc Cover 300mic, 100 Sheets Per Pack, A4 6 Cart Epson Lx 300+ii Ribbon Cartridge (genuine) 3 Cart Epson Lq 310 Ribbon Cartridge (genuine) 50 Bottle Epson Ink 003, Black (genuine) 24 Bottle Epson Ink 003, Cyan (genuine) 24 Bottle Epson Ink 003, Magenta (genuine) 24 Bottle Epson Ink 003, Yellow (genuine) 80 Bottle Canon Ink 790, Black (genuine) 60 Bottle Canon Ink 790, Cyan (genuine) 60 Bottle Canon Ink 790, Magenta (genuine) 60 Bottle Canon Ink 790, Yellow (genuine) 3 Cartridge Hp Toner Cartridge 335a, Black (genuine) 8 Bottle Hp Ink 53, Black (genuine) 8 Bottle Hp Ink 52, Cyan (genuine) 8 Bottle Hp Ink 52, Magenta (genuine) 8 Bottle Hp Ink 52, Yellow (genuine)

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Others, Civil Works Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Details: As Of 08 January 2025, Amendment 0002 Has Been Made To:provide Responses To Contractor Inquiries (see Attachment). as Of 30 December 2024, The Following Amendments Have Been Made:1) The Size Standard Statement Has Been Removed And 2) The Project Manager (pm) Has Been Updated To Include R.a. Required. 1. Contract Information: these Contracts Are Procured As A Small Business Set-aside. The Naics Code’s Are 541330 And 541310. the Number One, Two And Three Ranked Small Business Firms Will Be Selected For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. The Length Of Each Indefinite Delivery Contract (idc) Is A Maximum Of 60 Months And Will Not Include Optional Time Periods. Three (3) Idc’s Will Share $49.9m Total Capacity Of The Matoc. Task Orders Will Be Issued By Negotiated Firm-fixed-price Task Orders To The Most Technically Qualified Offeror In Response To The Task Order Requirement Notification (torn) And Will Be Issued Under The Terms And Conditions Of This Matoc. The Government Guarantees A Minimum Value Of $4,000 Seed Task Order For Each Individual Idc. Labor Rates For Each Discipline, Overhead Rates, And Escalation Factors For Each 1 Year Time Period Will Be Negotiated For Each Basic Idc And Profit Will Be Negotiated For Each Task Order Not For Each Basic Idc. work Distribution Between Idcs: Task Orders (to) Will Be Distributed According To The Experience And Qualifications Of The A-e Firms. The Specific Contractor Chosen For A To Will Be Selected Based On Factors Such As Technical Expertise, Demonstrated Performance, Specific Ability, To Size And Complexity, And Contractor Availability To Complete The To In The Time Required. We Are Going To Have The A-e Firms To Compete Amongst The Highly Qualified Selectees For This Contract. Above All, It Is The Intent Of The New York District To Not Have A “hollow” Contract. three (3) Indefinite Delivery Contracts Will Be Negotiated That Includes Level Of Efforts, Labor Rates For Each Discipline And Overhead Rates For The Contract Period. Profit Will Be Negotiated In Each Task Order Not In The Basic Contract. the Selected Small Business A-e Firms Will Need To Demonstrate Capability To Perform At Least 51% Of The Contract Work Listed Below In Accordance With Ep 715-1, Chapter 3-8 C Which Can Be Found At Http//www.usace.army.mil/publications/eng.pamphlets/ep715-1-7 in Particular, In Order To Be Awarded A Small Business Contract The Concern Will Perform At Least 51 Percent Of The Cost Of The Contract Incurred From Personnel With Its Own Employees. “any Subcontractor And Outside Associates Or Consultants Required By The Contractor (prime A-e Firm) In Connection With The Services Covered By The Contract Will Limit To Individuals Or Firms That Were Specifically Identified And Agreed To During Negotiations The Contractor Shall Obtain The Contracting Officer’s Written Consent Before Making Substitutions For These Subcontractors, Associates Or Consultants”. if A Substitution Is Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason, The Selected A-e Firm Shall Notify The Contracting Officer In Writing Within 15 Calendar Days After The Concurrences Of Any Of These Events And Provide The Following Information To The Contracting Officer: required Information For Substitution Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason: The Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitution, Complete Resumes For The New Proposed Substitutes, And Any Additional Information Requested By The Contracting Officer. Proposed Substitutes Should Have Comparable Qualifications Or Better Qualifications To Those Of The Persons Being Replaced. The Contracting Officer Will Notify The Contractor Within 15 Calendar Days After Receipt Of All Required Information Of The Decision On Substitutions. approximate Award Date: June 2025 the Wages And Benefits Of Services Employees (see Far 22.10) Performing Under This Contract Must Be At Least Equal To Those Determined By The Department Of Labor Under The Service Contract Act, As Determined Relative To The Employee’s Office Location (not Of The Location Of The Work). To Be Eligible For A Contract Award, The Firm Must Be Registered In The Dod Central Contractor Registration (ccr). Registered Via The Ccr Internet Site At Http://www.ccr.gov Or By Contacting The Dod Electronic Commerce Information Center At 1-800-334-3414. 2. Project Information: a-e Services May Include But Not Be Limited To The Following: general Architect Engineering Services To Include Support Of The Milcon Programs, Sustainment, Restoration And Modernization (srm) Program, Iis Program And Other Non-military Construction Programs Within Nan/nad Boundaries. architect Engineering (a-e) Services For Smaller Scale Projects Typically With A Construction Cost Of Approximately $10m Or Less To Include The Following: construction Of New And Renovation/upgrade Of Multiple Hangar/buildings, Maintenance, Training Facilities (hands-on/simulators), Aviation Facilities, Runways And Taxiways, Aircraft Fueling Facilities/distribution, Industrial Facilities, Vehicle Maintenance Facilities, Research & Design Facilities (armament, Munitions And Communications), Munitions And Storage Facilities, Dining Facilities, Academic Labs, Barracks/dormitories, Academic Facilities, Administrative Office Buildings antarctic/cold Region Construction. whole And/or Partial Building Renovations Which Address Interior Re-configuration, Life/safety, Energy Conservation, And Utility Systems. architectural Alterations Which Address New Space Requirements, Programmed Functions Such As: Maintenance, Training Facilities, Storage, Administrative Spaces, And Squad/ops. new Building Exterior And Envelope (cold Region) Shall Follow The Architectural Compatibility Plan Defined At The Base Inclusive Of, Structural Roof Systems, Insulation And Waterproofing, Windows, And Atfp. mechanical/electrical/plumbing (mep): Fire Suppression And Water Supply Systems, Fire Alarm And Mass Notification System, Cybersecurity, Fire Detection/protection/monitoring And Controls, Heating And Ventilation Systems, Plumbing Systems, Electrical Systems, Telecommunication And Cabling Systems, Closed Circuit Television (cctv), Alarm And Card Access Systems, And Public Address Systems. topographic Surveys, Geological Surveys, Geotechnical Investigations, Environmental Investigations, Master Planning Studies, Value Engineering Studies, Field Investigation Studies, Construction Support Services. asbestos And Lead Abatement Services Related To Building Renovation Or Demolition. perform/conduct Design Charrettes Including Eco-charrettes prepare Studies (to Include Building, Energy, Life-cycle Studies) prepare Parametric Designs, To Include Development Of Dd Form 1391 Preparation. site & Infrastructure/seismic Design In Accordance With The Ufc’s development Of Design Criteria And Basis Of Design design Work Analysis And Technical Specifications nepa Documentation And Coordination historic Architecture And Section 106 Consultation preparation Of Permit Applications. preparation Of Design/build Documents preparation Of Arctic Foundation Designs, Building Air Tightness And Hvac Performance For Cold/arctic Regions. preparation Of Designs Including Hemp And Scif Areas. preparation Final Design Construction Documents antiterrorism/force Protection Design In Accordance With Applicable Ufc’s sustainable Design/gbi/net Zero Strategy Development cost Estimating Using The Latest Version Mii [m2] Software. value Engineering Studies And Cost Schedule Risk Analysis (csra). preparation Of Deliverables In Building Information Modeling (bim) Format. drawings In Accordance With The Architectural/engineering/construction (a/e/c) Computer-aided Standard Version (cadd) demonstrated Construction Phase Services: design During Construction preparation Of Operation And Maintenance Manuals providing Technical Assistance – Responding To Requests For Information (rfis) design Build Conformance Reviews shop Drawing Review – Review Of Shop Drawings And Submittals conduct Site Visits commissioning/enhanced Commissioning; Fit-up Design Support project Start-up – Coordinate With Contractors To Start Up And Conduct Performance Tests Of The Constructed Project. projects Designed Under These Contracts May Require Designers To Obtain Security Clearances As Well As Having Physical Security Measures In Place Before A Firm Can Do The Work. Security Clearances Are Not Required At The Time Of Selection Or Award Of A Contract. 3. Selection Criteria: primary Selection Criteria: the Selection Criteria Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub-criterion). criteria A Through E Are Primary Selection Criteria. criteria F Through H Are Secondary Selection Criteria And Will Only Be Used As Tiebreakers Among Technically Equal Firms. the Firm Is Required To Have The Following Specific Design Capabilities: a. Specialized Experience And Technical Competence In: submit At Least Five (5) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Building (whole And/or Partial) Renovation Design That Includes At Least Five (5) Of The Following Design Elements As A Substantial Part Of The Design (replacement Of Architectural Elements, Interior Re-configuration, Building Seismic Upgrade, Anti-terrorism/force Protection Upgrades, Mechanical Systems, Hvac Systems, Electrical Upgrades, Fire Protection/detection Systems, Exterior Envelope Upgrades Including Roof, Windows And Walls, Asbestos And Lead Abatement.). The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Three (3) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Infrastructure Type Design That Includes At Least Three (3) Of The Following Design Elements As A Substantial Part Of The Design. The Ae Shall Demonstrate Experience In Planning, Designing And Preparing 100% Construction Bid Documents. Projects May Include The Following Project Types (each Example Project Shall Represent A Different Project Type): Road/parking Replacement/repairs, Utility Infrastructure Replacement/repairs, Utility Central Plant Upgrades/repairs, And Retaining Wall Upgrades/repairs. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of At Least $5m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Two (2) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Design Of New Facilities. The Ae Shall Demonstrate Experience In Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; And Employing The Leed Evaluation And Certification Methods. The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. the Above Requested Projects Shall Also Demonstrate The A/e’s Abilities With All Of The Following: - Planning And Scheduling Management Of Fast Track Designs, - Working On Military Installation Projects, - Prepare Cost Estimates Using Mii And Paces, (the Cost Estimator And/or The Subcontractor Should Demonstrate Familiarity With The Changing Dynamics Of The Current Construction Market In The Tri-state New York Area With Particular Emphasis On The Southern New Jersey), - Preparing Drawings In Autocad And Autocad Revit, - Experience In The Ability To Provide A Qa/qc Plan Indicating How The Prime Plans To Manage Their Team To Ensure That Quality Products Are Prepared. Demonstrate Ability To Produce Quality Designs. Evaluation Will Be Based On The Firm's Design Quality Management Plan (dqmp) And Will Consider The Management Approach, Coordination Of Disciplines, Management Of Subcontractors And Quality Control Procedures. on All Ten (10) Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes: projects Demonstrating Experience Working At Military Installations Within Nan Boundaries. projects Demonstrating Experience Working With Nydec And Njdep In Obtaining Environmental Permits. projects Demonstrating Experience With Sustainable Design And Achieving Leed Silver Or Better. projects Demonstrating Experience Working Mcaces Paces And Pax/dd1391. projects Demonstrating Experience With Fast-tracked Designs. projects Demonstrating Experience Utilizing A Design Quality Control Plan projects Demonstrating Experience In Permitting, Real Estate Actions, Nepa Documentation, And Other Agency Coordination Tasks. b. Qualified Registered Professional Personnel In The Following Key Disciplines: project Manager (p.e. Or R.a. Required) quality Assurance Manager (p.e. Or R.a. Required) architecture (r.a. Required) structural Engineering (p.e. Required) civil Engineering (p.e. Required) mechanical Engineering (p.e. Required) electrical Engineering (p.e. Required) fire Protection Engineering (p.e. Required) landscape Architect (r.la. Required) cost Engineering (p.e. Required. Those With Ccp/cpe Certification Will Be Considered A Strength) geotechnical Engineering (p.e. Required) certified Industrial Hygienist (cih Required) licensed Interior Designer (ncid Required) land Surveyor (p.l.s. Required) anti-terrorism/force Protection Specialist (p.e. Required) blast/explosives Safety Engineering (p.e. Required) industrial Engineering (p.e. Required) industrial/process Engineer (p.e. Required) lean-six Sigma Professional historic Preservationist environmental Engineering (p.e. Required) lead Commissioning Specialist (p.e And At Least One Of The Following: A Nebb Qualified Systems Commissioning Administrator (sca); Acg Certified Commissioning Authority (cxa); Icb/tabb Certified Commissioning Supervisor; Bca Certified Commissioning Professional (ccp); Aee Certified Building Commissioning Professional (cbcp); University Of Wisconsin-madison Qualified Commissioning Process Provider (qcxp); Ashrae Commissioning Process Management Professional (cpmp)) certified Value Specialist (cvs Required) telecommunications Engineering (rccd Required) master Planner (p.e. Or R.a. Required) the Evaluations Will Consider Education, Training, Registration, Voluntary Certificates, Overall And Relevant Experience, And Longevity With The Firm Using Information From Section E Of The Sf 330. The Sf 330 Includes A Matrix In Section G Showing Experience Of The Proposed Lead Designers On The Projects Listed In Section F Of The Sf 330. senior Project Personnel For Each Discipline Are Required To Be Licensed And/or Registered. additional Disciplines May Be Submitted As Required By The Ae For This Type/size Project And Will Be Evaluated As The Above. fire Protection Engineering: The Services And Qualifications Of Fire Protection Engineers Are Shown In Section 1.6 Of Ufc 3-600-01, And Are Reiterated Here: A Qualified Fire Protection Engineer Shall Be An Integral Part Of The Design As It Relates To Fire Protection. This Includes, But Is Not Limited To, Building Code Analysis, Life Safety Code Analysis, Design Of Automatic Detection And Suppression Systems, Water Supply Analysis, And A Multi-discipline Review Of The Entire Project. For The Purposes Of Meeting This Requirement A Qualified Fire Protection Engineer Is Defined As An Individual Meeting One Of The Following Conditions: i.) A Registered Professional Engineer (p.e.) Having A Bachelor Of Science Or Master Of Science Degree In Fire Protection Engineering, From An Accredited University Engineering Program, Plus A Minimum Of 5 Years’ Work Experience In Fire Protection Engineering. ii.) A Registered Professional Engineer (p.e.) Who Has Passed The National Council Of Examiners For Engineering And Surveys (ncees) Fire Protection Engineering Written examination. iii.) A Registered Professional Engineer (p.e.) In A Related Engineering Discipline With A Minimum Of 5 Years’ Experience, Dedicated To Fire Protection Engineering That Can Be Verified With Documentation. the Ae And Their Subconsultants Must Be A U.s. Company(ies). The Ae’s Team Must Use Only U.s. Citizens Or U.s. Persons (an Individual Who Has Been Lawfully Admitted For Permanent Residence As Defined In 8 U.s.c. § 1101(a)(20) Or Who Is A Protected Individual As Defined By Title 8 U.s.c. § 1324b (a)(3)). The A-e’s Team Must Be Able To Obtain Visitor Registration Documents/passes To Access Any Military Base And/or Federal Facility Under This Contract. c. Past Performance On Dod And Other Contracts With Respect To Cost Control, Quality Of Work And Compliance With Performance Schedules, As Determined From References, Other Sources And Cpars. Letters Of Recommendation From Customers Addressing Your Firm’s Cost Control, Quality Of Work And Schedule Compliance Capabilities May Be Included In Section H Of The Sf 330. Letters Should Be For Projects Of A Similar Nature And Shall Be No Older Than Three Years To Be Considered. d. Capacity To Initiate Work And Complete Within The Time Parameters Of The Project. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In All Key Disciplines. The Evaluation Will Review Part Ii Of The Sf330 To Evaluate The Overall Capacity Of The Team. Include A Part Ii Form Of The Sf 330 For Each Firm And Each Office Of Each Firm That Is Part Of The Proposed Team. e. Knowledge Of The Locality In The General Geographical Area Of Ny District Boundaries. The Evaluators Will Review Projects Identified In Section F, The Specific Experience Of The Listed Key Discipline In Section E And Additional Information In Section H In Order Of Preference. secondary Selection Criteria: f. Geographic Proximity In Relation To Ny District Boundaries. g. Volume Of Work Previously Awarded To The Firm By The Department Of Defense, With The Object Of Effecting An Equitable Distribution Among Qualified A/e Firms, Including Small Business, Veteran-owned Small Business, Service-disabled Small Business, Hubzone Small Business, Small Disadvantaged Small Business And Woman-owned Small Business And Minority Institutions And Firms That Have Not Had Prior Dod Contracts. 4. Submission Requirements: interested Prime Firms Having The Capabilities To Perform These Services Must Submit Their Sf330 To Stephen Dibari By Email Stephen.dibari@usace.army.mil Maximum File Size Is 25 Mb If Overall Sf330 Is Larger Than 25 Mb, Please Break Up The File Into Smaller Separate Files. no Hard Copies Of Sf-330’s Will Be Required. Do Not Mail Sf-330’s (cd Or Hard Copies) To The Contract Specialist Nor To Stephen Dibari At 26 Federal Plaza. Doing So, Will Delay The Ae Selection/award Process. the Sf 330 Can Be Found By Searching For Sf330 On The Following Gsa Website: Https://www.gsa.gov/forms the Forms Can Be Downloaded In A .pdf File Type. Total Submittal Page Limitation Is 85 Pages. Section E Is Limited To 50 Pages. Section F Is Limited To 10 Pages (1 Page Per Project). Each Page Shall Be Numbered. Section Dividers, Front And Back Covers, Cover Letter And Part Ii Of The Sf 330 Don’t Count Towards Overall Page Limit. Tabloid Size Paper 11” X 17” Pages For Organizational Chart Or Other Graphics Will Count As One Page. Submittals Not Following These Instructions, May Not Be Evaluated By The Board. supplemental Information On The Sf 330 Is Posted On The Ny District Usace Website: Https://www.nan.usace.army.mil/business-with-us/engineering-division/ submittals Will Not Be Accepted After 2:00 Pm On The Response Date Shown In The Advertisement In The Https://sam.gov/. If The Response Date Falls On A Saturday, Sunday, Or A Federal Holiday, The Response Date Will Move To The Next Business Day. for Questions Regarding This Contract, Contact Stephen.dibari@usace.army.mil if A Pre-selection Meeting Is Required, Notifications Will Not Be Sent After Approval Of The Pre-selection. Notification Of All Firms Will Be Made Within Ten (10) Calendar Days After Selection Approval. In Addition To The Two (2) Items Listed Above, The Remaining Info On Release Of Information On Firm Selection Shall Be In Accordance With Uai Subpart 5.4 (usace Acquisition Instructions). interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project. firms Must Be Registered In The Following: Https://www.sam.gov/ naics Code’s Are 541330 And 541310. interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.

Cebu Technological University Tender

Machinery and Tools
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 909.1 K (USD 15.6 K)
Details: Description 1. Angle Grinder With Accessories (branded) Specifications: Rated Input Power: 710w Disc Diameter: 100mm Brush Diameter: 100mm 2 Pieces 2. Portable Inverter Arc Welding Machine (branded) Specifications: Power Supply Voltage: 220 – 240v Rated Input Capacity: 28kva Ampere Range: 20 – 450amps 2 Pieces 3. Flip – Up Automatic Welding Helmet Specifications: Changeable Battery Automatic Darkening Welding Filter Variable Shades: 5 – 8 And 9 – 13 2 Pieces 4. Leather Welding Apron 2 Pieces 5. Leather Welding Gloves 2 Pairs 6. Grinding Helmet Specifications: Atleast 200mm High Grinding Visor 4 Pieces 1. Marine Type Plywood (local) 4ft X 8ft X 5mm Type: Type 1 (marine Plywood) 25 Pieces 2. Marine Type Plywood (local) 4ft X 8ft X 10mm Type: Type 1 (marine Plywood) 25 Pieces 3. Marine Type Plywood (local) 4ft X 8ft X 18 Mm Type: Type 1 (marine Plywood) 25 Pieces 1. Branded Premium Marine Type Plywood 4ft X 8ft Thickness: 5mm Type: Type 1 (marine Plywood) Approximately 8 – 9kgs Per Piece 10 Pieces 2. Branded Premium Marine Type Plywood 4ft X 8ft Thickness: 10mm Type: Type 1 (marine Plywood) Approximately 19– 20kgs Per Piece 10 Pieces 3. Branded Premium Marine Type Plywood 4ft X 8ft Thickness: 18mm Type: Type 1 (marine Plywood) Approximately 30 – 33kgs Per Piece 10 Pieces 1. Plasma Cutter Specifications: Current Input: 1ph 10 – 40a Torch Tpt40 (4 Meters) W/ Earth Clamp, 2 Meters Cable, 10mmˆ2 Inclusion For Tpt40 Plasma Torch: Alteast 4 Pieces Of Nozzles, 10 Pieces Of Tips, 2 Pieces Of Diffusers, 10 Pieces Of Electrodes 1 Unit 2. Mig/mag Welding Machine Specifications: 250a 240v 1hp Torch 250a (3 Meters) Earth Clamp (2.5 Meters) 190cr Co2 Flow Gauge Regulator Cga – 320 Inclusion Welding Mask And Gloves Feedroll Φ 0.8/1.0 Feedroll Φ 0.8/1.2 Contact Tip M6 1.0mm X 28mm (atleast 1 Piece) Carbon Teflon Liner I.d 1.5mm 3.5m – Black W/ 0.8 – 1.0mm (atleast 1piece) Carbon Teflon Liner I.d 1.5mm 3.5m – Black W/ 1.0 – 1.2mm (atleast 1piece) 1 Unit 1. 200 Liters Plastic Chemical / Water / Oil Barrel Specifications: Hdpe Plastic Vertical Water Drum Bucket Type: Double Ring Closed Top Color: Blue 18 Pieces 2. ½” Galvanized Iron Pipe (s-20) Diameter: ½”, 6m Length 45 Pieces 3. ¾” Galvanized Iron Pipe (s-20) Diameter: ¾”, 6m Length 28 Pieces 4. 1” Galvanized Iron Pipe (s-20) Diameter:1”, 6m Length 40 Pieces 5. 1 ¼” Galvanized Iron Pipe (s-20) Diameter: 1 ¼”, 6m Length 10 Pieces 6. 1 ¼” Galvanized Iron Pipe (s-40) Diameter: 1 ¼”, 6m Length 10 Pieces 7. 2” Galvanized Iron Pipe (s-40) Diameter: 2”, 6m Length 10 Pieces 8. 2 ½” Galvanized Iron Pipe (s-40) Diameter: 2 ½”, 6m Length 10 Pieces 9. 3” Galvanized Iron Pipe (s-40) Diameter: 3”, 6m Length 10 Pieces 10. 4” Galvanized Iron Pipe (s-40) Diameter: 4”, 6m Length 10 Pieces 11. 1” Mild Steel Flat Bar Thickness: 2mm; 6m Length 15 Pieces 12. 2” Mild Steel Flat Bar Thickness: 5mm; 6m Length 25 Pieces 13. 3” Mild Steel Flat Bar Thickness: 5mm; 6m Length 10 Pieces 14. Mild Steel Checkered Plate Dimensions: 4ft X 8ft; Thickness: 10m 5 Pieces 15. Mild Steel Plate Dimensions: 4ft X 8ft; Thickness: 10mm 2 Pieces 16. Grade 4 Deformed Steel Bar Diameter: 12mm; 6m Length 10 Pieces 1. Welding Protection Apron Material: Cowhide – Leather Type: Long Sleeve Apron Durable; Heat And Flame Resistant One Size Fits All 5 Pieces 2. Pvc Apron Material: Pvc Apron Pc – 2151 Color: Gray Chemical Resistant Suits 10 Pieces 3. Good Quality Leather Welding Gloves Ai – 140 Welding Gloves With Linings Size: 13 Inches Color: Orange 5 Pairs 4. Working Cover – All Suits (ppe) Color: Gray Durable, Waterproof Sizes: 3 Pieces Small (s) 3 Pieces Medium 2 Pieces Large 2 Pieces Extra Large 25 Pieces 5. White Cloth Sleeve Washable Clothe Sleeve Arm Protection 20 Pairs 6. White Safety Helmet (hard Hat) Material: Abs Inclusive Of Chin Strap Color: White 25 Pieces 7. Safety Life Vest Working Type Life Vest With Whistle And Reflector 15 Pieces 8. Welding Protection Mask Moisture Proof Welding Mask Polupropylene Shell 5 Pieces 9. Marine Life Buoy/ring About 2.5kg Life Ring Solas Approved Life Ring Outside Diameter: 725mm Inner Diameter: 445mm Buoyancy: ≥14.5kg Buoyancy Material: Urethane Foam Shell: High Density Polyethylene With Reflector 5 Pieces 10. Industrial Safety Boots Color: Black Ce Approved En20345 – S1p Steel Toe Cap Steel Midsole Anti – Static And Anti – Vibration And Oil Resistant And Slip Resistant Split Leather Upper Size: 2 Pairs For 7 Uk Size 2 Pairs For 8uk Size 2 Pairs For 9uk Size 2 Pairs For 10uk Size 2 Pairs For 12uk Size 10 Pairs 11. Led Flashlight With 4 Sets Of Extra Batteries 2 Cell Battery Explosion Roof Color: Orange And Black 2 Pieces 12. Branded High Quality Steel Tape Measure Length: 3 Meters 2 Pieces 13. Branded High Quality Steel Tape Measure 2 Pieces 14. Branded High Quality Steel Tape Measure Length: 8 Meters 2 Pieces

City Of Bayawan Tender

Healthcare and Medicine
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 796.9 K (USD 13.5 K)
Details: Description "republic Of The Philippines Province Of Negros Oriental City Of Bayawan" Bids And Awards Committee Bid No.: Itb-25-027 Date.: 23.jan.2025 Invitation To Bid Sealed Bids For Quotation Of Prices Will Be Recieved For The Purchase Of The Following Supplies, Materials And Equipment Of The Government To Be Opened On The Date, Place, And Time Stated In Instruction To Bidders. Item No. Qty Unit Articles Brand "unit Price" Total Lot No. I Dental Supplies And Instruments 1 20 Box Tuberculin Syringe, 1 Ml,100 Pcs/box 2 11 Box Hexetidine, Hexetidine, 1% (120ml/bottle) 3 138 Dozen Toothpaste, Sachet, Twin Pack, 12pcs/doz 4 25 Pack Disposable Dental Bib, 2ply, Waterproof, 100s/pack 5 1800 Piece Toothbrush , Soft Bristle Kids, Standard Pda Approved Lot No. Ii Medical Laboratory Equipment 6 20 Box Silk 3-0 Curved, Cutting 12s "suture Type: Synthetic Braided. Absorption Profile: Non-absorbable. Suture Diameter: 3-0. Suture Lengths (cm): 35- 180. Suture Material: Natural Silk Filaments" 7 35 Box Syringe , Gauge 23, 0.5ml (100 Pcs Per Box) 8 1 Set Surgical Set , With The Ff. Mosquito Forceps, Tissue Forceps, Thump Forceps, Straight Kelly Scissors, Curve Kelly Scissors, Straight Mayo Forceps, Metzenbaum Scissors, Needle Holder, Scalpel Handle No. 3, Bandage Scissors Lot No. Iii Medical Laboratory Instruments And Devices 9 20 Box Lancets, G23, 200pcs/box 10 10 Tube Uric Acid Strips, 25s/tube Compatible With Existing Meter (gcu Easy Touch) Atleast 2 Years Expiry Upon Delivery 11 12 Set Sphygmomanometer, Blood Pressure Monitor Set (with Stethoscope), Manual, Good Quality, W/ Case 12 100 Piece Surgical Blade, Size No. 10 13 3 Unit "pulse Oximeter, Finger Type Measurement Range: Sp02: 35%-99% Precision: Sp02: 70%-99%; ±2%; 35%-69% (unspecified) Pulse Rate: 30-250 Bpm; ± Sp02 Accessory Adult Probe Included, Pediatric, Neonatal Probe Optional Power Supply: 2x (aaa) Alkaline With Manual" 14 800 Piece Hepa B Test Kit, Cassette Type Lot No. Iv Medical Laboratory Supplies 15 800 Piece Syphilis Test Kit, Cassette Type 16 4 Set Blood Typing Sera, Anti A And Anti B Set 17 100 Pack Cotton Balls, 150pcs/pack 18 3 Tray Edta Tubes, 2 Ml For Blood Collection 19 5 Tray Edta Microtubes, For Blood Collection 20 100 Kit Dengue Test Kit, Ns1 Rapid Dengue Test 21 3 Bottle Blood Typing Sera , Anti D,10 Ml 22 20 Bottle Urine Test Strips , (100s/bottle) 10 Parameters At Least 2 Years Expiry Upon Delivery 23 4 Unit "glucometer, Compatible With Existing Strips (exactive) Hyper & Hypo Glycemia Indicator, Enlarged Lcd Display, 5-second Test Time, Automatic Coding, 500 Memory, Tiny 0.6ul Sample Size" 24 2 Box Hematocrit Sealing Clay, Clay Sealant And 24-place Holding Tray For All Types Of Microhematocrit Capillary Tubes, Leak-tight Seal, Non-toxic, Non-drying, And Non-hardening, Not Sticky At Room Temperature, 10s/box 25 80 Box Gauze Pads, 4 In. X 4 In. Non-sterile, 8 Ply, 100pcs/box 26 5 Gallon Glutaraldehyde Solution, Activated Cidex, 5l/gal (for Disinfection) 27 240 Piece Plaster, Hypoallergenic, 1 Inch 28 1 Box Surgical Gloves, 6.5 Size , 50 Pairs/box 29 2 Box Surgical Gloves, 7.5 Size, 50 Pairs/ Box 30 10 Box Disposable Syringe With Needle, 5ml, 100s/box 31 3 Box Disposable Syringe With Needle, 10ml, 100s/box 32 10 Bottle Povidone Iodine 10%, 1 Gallon Solution 33 9 Piece "digital Thermometer, Material: 88*42*175mm Battery: 2 X Aaa Battery (not Included) Measuring Range: 32℃~42℃ Measuring Distance: 50-150mm Good Quality" 34 15 Box Chromic Suture, 3-0 Absorbable 1/2 Circle Cutting, 12s/box 35 18 Piece Iv Infusion Set, Macroset Tubing 36 20 Piece Iv Infusion Set, Microset Tubing 37 30 Piece Iv Cannula With Injection Valve , Teflon Feb Catheter And Luerlock Plug G 26 38 30 Piece Iv Cannula With Injection Valve , Teflon Feb Catheter And Luerlock Plug G 24 39 30 Piece Iv Cannula With Injection Valve , Teflon Feb Catheter And Luerlock Plug G 20 40 10 Pack Disposable Under Pads, 3/pack 41 11 Box Disposable Needle, G25 100s 42 3 Set Bp Apparatus, Set With Stethoscope (pedia) 43 3 Unit "infrared Thermometer, Hand-held, Battery Operated, Heavy Duty With Batteries" 44 1 Box Surgical Gloves, Size 7, 50 Pairs/box 45 3 Piece Curve Forcep , Medium 46 10 Box Non-sterile Gloves, Medium,100 Pcs/box 47 28 Bottle Alcohol, Isopropyl, 70% Solution, 500ml 48 11 Bottle Hydrogen Peroxide, 10 Volume, 500ml 49 150 Piece "plastic Container With Screw Cap Lid, For Sputum Test Capacity Volume: 100-150ml" 50 15 Pair Gloves, Long Size, Household, Rubber , Good Quality 51 70 Box Disposable Syringe With Needle, 3ml, 100s/box 52 30 Tube Cholesterol Strips, 10s/tube (compatible To Existing Meter), Atleast 2 Years Expiry Upon Delivery (gchb Easy Touch) 53 2 Set Lyse And Diluent H3600, Heto , 2 Years Expiry Upon Delivery 54 1 Set Cleanser - Probe And Ez, Heto, 2 Years Expiry Upon Delivery 55 1 Set H3600 Control Tri Level, (high,low, Normal) *** Nothing Follows*** Grand Total: Place Of Delivery: Fob Bayawan, City Warehouse Form And Amount Of Bid Security I Hereby Certify That The Above Articles Are Equally Carried In Stock By Me In Quantities Above Sstated Except Those Marked "none". Terms And Conditions Specified In The Annex Of This Are Herein Accepted. The Quantity Shown And Prices As Quoted Are Hereby Offered. Name Of Business/company Address/contact Number Signature Over Printed Name Evaluation: Bids And Awards Committee Virginia D. Sadiasa, Chairman Corazon P. Lirazan, Member Saturnino T. Dayanan, Vice Chairman Nefredo Camilo A. Villarubia, Member Wilfredo C. Tuale, Member Ernest N. Dinoipol, Member

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Food Products
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Description: This Request For Information (rfi) /â sources Sought Notice Is Issuedâ  Solely For Information And Planning Purposes. This Is Not A Solicitation. submission Of Information About Pricing, Delivery, The Market, And Capabilities Is Highly Encouraged And Allowed Under This Rfi For Planning Purposes In Accordance With (iaw) Far 15.201(e). disclaimer this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. sources Sought/rfi Description this Is Not A Solicitation Announcement. This Is A Sources Sought Notice / Rfi Only. The Purpose Of This Sources Sought Notice / Rfi Is To Gain Information About Potential Qualified Sources And Their Size Classification Relative To Naics 311991 (size Standard Of 700 Employees). Responses To This Sources Sought Notice / Rfi Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice / Rfi, Further Rfis And/or A Solicitation Or Other Announcements May Be Published. the Department Of Veterans Affairs (va) Is Seeking Sources Capable Of Providing Freshly Prepared Sandwiches In Accordance With Statement Of Work Stated Below. statement Of Work: scope Of Work the Contractor Shall Delivery Fresh Food Products To The Va San Diego Healthcare System (vasdhs) Address Listed Below. Orders Shall Be Placed On An As Needed Basis, In Accordance With Delivery Schedules Listed In The Statement Of Work (sow), By The Point Of Contact (poc). Orders Shall Be Placed By Telephone, In Writing, In Writing Via Fax, E-mail, Via Online Ordering System, Or Given To Contractor Personnel As Mutually Agreed Upon Between The Facility Poc And Contractor. period Of Performance the Awarded Contract Will Be For A Base Year (12-month) Purchase Order With A Period Of Performance Of 2/1/2025 To 1/31/2026. place Of Performance va San Diego Healthcare System nutrition And Food Services; bldg 1, Main Kitchen, Room 125b, delivered Through Loading Dock 3350 La Jolla Village Drive san Diego, Ca 92161 description Of Services/supplies orders the Contractor Shall Purchase And Provide All Food Supplies (listed In The Schedule Of Materials) And Deliver To The Vasdhs. specifications the Contractor Shall Provide The Following, But Not Limited To: all Ready-to-eat Food Shall Be Packed In Food Grade Containers/package, In A Temperature-controlled Atmosphere, Refrigerated And Placed In A Sealed Container. No Preservatives Shall Be Added. ready To Eat Food Shall Comply With The Following Product Definitions: triangle Sandwich: 2 Slices Of Bread, Filling As Indicated, No Condiments, Cut Crosswise And Packed In Sealed Food Grade Containers. premium Sandwich Is A Sandwich Other Than A Triangle Sandwich. It May Be On Special Types Of Bread (such As Rolls Or Ciabatta), A Wrap, Or A Pita. Packed In Sealed Food Grade Containers/package soft Triangle Sandwiches Will Not Contain Raw Vegetables Larger Than ¼ Inch In Size, Including Lettuce, Tomato, Celery, Or Onion. Other Triangle Sandwiches May Contain Lettuce And Tomato. triangle Sandwiches There Must At Least 2 Soft Varieties Available On White Bread. see Specific Requirements Section For Varieties Of Sandwiches Required. unopened Food Items Must Be Guaranteed To Remain In A Fresh Condition For At Least Five (5) Days After Delivery. All Ready-to-eat Food Items Are To Be Date Labeled With A Five (5) Day Expiration Date. sandwich Bread Must Not Be Wet Or Soggy For At Least 5 Days After Delivery. produce In The Sandwich Must Be In Fresh, Crisp Condition For At Least 5 Days After Delivery. all Products Shall Be Prepared And Packaged Under Modern Sanitary Conditions In Accordance With Commercial Practices And Shall Be Adequately Packed To Prevent Damage During Shipping And Handling And Storage. contents Of A Specific Sandwich Variety Should Remain Constant Throughout The Contract Period. It Is Not Acceptable To Change The Type Of Meat, Vegetables, Or Other Sandwich Fillings In A Specific Sandwich Variety Without Approval From The Purchasing Party. regulatory Standards the Contractor Is Responsible For Maintaining All Health Codes And Standards Of Sanitation And Safety In The Storage, Handling, Preparation, Transportation And Delivery Of Food As Enacted By The United States Food And Drug Administration And State Or Local Regulations. the Contractor At His/her Own Expense Shall Maintain All Federal, State, And Local Licenses And Permits Required For The Operation Of Food Services And Products Provided Herein. the Contractor Shall Provide Its Staff With On-going Training In Food Handling And Preparation, Sanitation And Safety Procedures And Food Serving Procedures. the Contractor Shall Remove All Food Servers/handlers Found Or Suspected To Be Suffering From A Communicable Disease, Disorder, Or Respiratory Problem From The Performance Under This Contract. the Contractor Shall Ensure That All Contract Staff Assigned To This Contract Are Tested Annually For Tuberculosis. Results Of All Tests Shall Be Provided To The Contracting Officer Upon Contract Award And Each Option Year Before Contract Award. All Replacement Staff Shall Be Tested For Tuberculosis And Results Shall Be Sent To The Contracting Officer Within Ten Days Of Employment. food Preparation Center (fpc) And Equipment the Contractor Food Preparation Center (fpc) Shall Conform To The Guidelines Established By Applicable State Local Requirements. The Sanitary Inspection Rates Of The Kitchen Facility Must Be 90 Percent Or Above. the Fpc Shall Have Waterproof Painted Walls, Flooring Shall Be Smooth And Of Durable Construction Of Non-absorbent Material, Shall Have Clean Equipment; And A Separate Preparation Are For Clinical Diets. In Addition, The Fpc Shall Be Free From Pests And Vermin With Adequate Space For Storage And Stock Rotation Of Refrigerated And Dry Goods. the Fpc Shall Also Contain Hot And Cold Running Water, Separate Handwashing Sinks, Security Protocols And Other Nationally Recognized Manuals On Diets And Emergency Food Services Plans. food Service Equipment Purchased Shall Meet The American National Standards Institute (ansi) Standards For Sanitation And Safety And Be Certified Or Listed By A Nationally Recognized Testing Agency. food Storage Requirements the Contractor Shall Store Perishable Food Items At Proper Temperatures To Prevent Spoilage And Other Bacterial Action. Perishables Must Be Stored At Or Below 41 Degrees Fahrenheit And Frozen Foods Must Be Maintained At Or Below 0 Degrees Fahrenheit. Shelf Stable Foods Must Be Stored Between 50 Degrees Fahrenheit And 70 Degrees Fahrenheit. food Not Subject To Further Washing Or Cooking Before Serving Shall Be Stored In A Way That Protects Against Bacterial Cross-contamination From Foods Requiring Washing Or Cooking. orders the Point Of Contact (poc) Shall Place Orders On An As Needed Basis From The Schedule Of Supplies. Orders Shall Be Placed By Telephone, In Writing, Web Based Order, Email, Via Online Ordering System, Or Given To Contractor Personnel As Mutually Agreed Between The Poc And The Contractor. The Contractor Shall Not Substitute An Item And Will Not Increase Or Decrease Quantities Ordered Without Prior Approval From The Poc. delivery Requirements deliveries Shall Be Made To The Kitchen Receiving Area Unless Otherwise Directed By The Poc. deliveries Shall Be Made Of Specified Items In Specified Quantities. Contractor Shall Receive A Minimum Of One Working Day Advance Notice Of Changes Needed For Specified Items. deliveries Shall Be Made Mondays And Wednesdays, Except Holidays, Between The Hours Of 5:30 A.m. And 6:30 A.m. Pst, No Exceptions. deliveries Shall Be Made In A Temperature Controlled Refrigerated Vehicle Capable Of Maintaining Temperatures Between 35 Degrees 41 Degrees Fahrenheit. off-loading Of Product Shall Occur In The Presence Of Va Authorized Receiving Personnel Only. product Availability if The Products Under This Contract Become Unavailable, The Contractor Shall Notify The Government In Time To Change The Order For The Specified Delivery Date. the Government Reserves The Right To Procure Services From An Alternate Source, Until Routine Services Are Restored By The Contractor. When The Government Exercises Its Right To Procure These Services From An Alternate Source, The Contractor Shall Reimburse The Government For All Charges In Excess Of The Amount That Would Have Normal Been Incurred By The Contract. furthermore, Failure To Perform Any Of The Services Set Forth In This Contract Shall Be Considered Grounds For Invoking Provisions Of Default Under Clause 52.212-4(m) Termination For Cause . inspections delivered Goods: The Government Reserves The Right To Inspect Delivered Goods For Compliance Of Specifications, Including, But Not Limited To, Correct Product(s) And Quantities, Proper Packaging, Damaged Goods, Etc. any Items Determined Unacceptable Shall Be Refused For Full Credit/replacement, At The Discretion Of The Government. Replacement Of Rejected Products Shall Be Delivered The Same Day No Later Than 1:00 P.m., Unless Otherwise Specified By The Poc. delivery Vehicles: The Government Further Reserves The Right To Enter And Inspect Any Vehicle Used To Deliver Goods For, But Not Limited To, Compliance Of Sanitation Conditions, Proper Refrigeration, Etc. Such Inspection Shall Be Made On A Random Basis. contractor Facilities: The Government May, Prior To Contract Award Or At Any Time During The Term Of The Contract, Inspect The Contractor S Plant, Personnel, Equipment, And Processes To Determine Compliance With State/federal Sanitation Regulatory Requirements. radius Requirement the Contractors Distribution Facilities Must Be Located Within An 80-mile Radius Of The Va San Diego Medical Center To Maintain Delivered Sandwiches Freshness. emergency/contingency Plan: the Contractor Shall Submit An Emergency Plan For The Provision Of Food Services To The Contracting Officer With 15 Working Days Of Contract Award. This Emergency Plan Shall Include Details On How The Contractor Will Continue To Perform This Contract Under Emergency Circumstances Such As Inclement Weather, Lack Of Water, Lack Of Electricity, Lack Of Qualified Personnel, Insufficient Quantity Of Food Items, Transportation Problems, Etc. Or The Closing Of Its Facility By The Department Of Health. contractor Delivery Personnel: all Contractor Delivery Personnel Shall Be Required To Wear A Company Uniform, Which Clearly Displays The Name Of The Company And The Individual, And Shall Be Of A Neat, Clean Appearance. the Government Reserves The Right To Accept Or Reject Contractor S Staff For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Shall Be Dealt With The Contactor And Poc With The Final Decision Being Made By The Contracting Officer. personnel Policy: The Contractor Shall Be Responsible For Protecting Their Personnel By Providing Employee Services Under This Contract. To Carry Out This Responsibility, The Contractor Shall Provide The Following For Their Personnel: the Contractor Agrees To Procure And Maintain Workers Compensation And Employee S Public Liability Insurance In Accordance With The Laws Of The Governing State. public Liability Insurance: The Contractor Shall Comply With All Applicable Federal And State Laws Regarding Liability For The Injury Or Death Of An Employee In Performing The Work; Under This Contract And Shall Hold The Government Harmless Against Any Or All Loss, Cost, Damage, Claim Expense Or Liability For Accident Or Injury To Persons Or Property Occurring In The Performance Of This Contract. Before Commencing Work Under This Contract, The Contractor Shall Furnish An Insurance Certificate Indicating Coverage Has Been Obtained. The Contracting Officer May Waive The Requirement If He Determines That Insurance Certifications Now On File Are Acceptable, However, New Certifications Shall Be Furnished Prior To The Expiration Date. the Contractor Shall Follow All Existing Local, State, Federal And/or Union Laws/regulations Relevant To Fringe Benefits And Premium Pay For Their Employees. Such Personnel Shall Not Be Considered Va Employees For Any Purpose. The Contracting Officer Or His/her Designee Shall Notify The Contractor Of Any Noncompliance With The Foregoing Provisions And The Action To Be Taken. After Receipt Of Such Notice, The Contractor Shall Immediately Correct The Conditions To Which Attention Has Been Directed. Such Notice, When Served The Contractor Or His/her Representative At The Site Of Work, Shall Be Deemed Sufficient Of The Purposes Aforesaid. If The Contractor Fails Or Refuses To Comply Promptly, The Contracting Officer May Issue A Stop-work Order For All Or Any Part Of The Work And Hold The Contractor In Default As Provided Elsewhere In This Contract. changes only Those Services Specified Herein Are Authorized. Before Performing Any Service Of A Noncontract Nature, The Contractor Shall Advise The Contracting Officer Of The Reasons For The Additional Work. Changes To The Resulting Contract Are Not Authorized, Unless In Writing By The Contracting Officer And Are In Accordance With Far Clause 52.212-4(c) Changes. badges And Parking contractor Personnel Are Required To Wear Identification (i.d.) Badges Issued By The Va Security Office During The Entire Time They Are On The Va Healthcare System Grounds. It Is The Responsibility Of The Contractor S Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From The Va Healthcare System Security Office. The Va Healthcare System Shall Not Validate Or Reimburse For Parking Violations Under Any Circumstance. overtime And Holidays any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government. national Holidays: Listed Below Are The Eleven Established Federal Holidays: new Year S Day January 1 martin Luther King S Birthday Third Monday In January president S Day Third Monday In February memorial Day Last Monday In May juneteenth- June 19 independence Day July 4 labor Day First Monday In September columbus Day Second Monday In October veterans Day November 11 thanksgiving Day Fourth Thursday In November christmas Day December 25 when One Of The Holidays Falls On Sunday, The Following Monday Shall Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies. Also Included Would Be Any Day Specifically Declared By The President Of The United States Of America As A National Holiday. specific Requirements: estimated Quantities Are Shown Below. sandwich Description estimated Quantity unit Of Measure roast Beef, Lettuce, & Tomato Wedge (on Wheat) 3 Ounces Or More Roast Beef, Sliced At Least 1.5 Millimeters Thick 50 ea turkey, Lettuce & Tomato Wedge (on Wheat) 3 Ounces Or More Turkey, Sliced At Least 1.5 Millimeters Thick 11,000 ea vegetarian Wedge (garlic Hummus & Cucumber On Dark Wheat) 1 Ounce Or More Vegetarian Protein Source 25 ea peanut Butter/strawberry Jelly On Wheat Triangle 50 ea egg Salad On Wheat Triangle 3 Ounces Or More Of Egg Salad 50 ea chicken Salad On Wheat Triangle 3 Ounces Or More Of Chicken Salad 50 ea tuna Salad On Wheat Triangle 3 Ounces Or More Tuna Salad Made With Albacore Tuna Meat 4,200 ea chicken Salad On White Triangle 3 Ounces Or More Of Chicken Salad 50 ea egg Salad On White Triangle 3 Ounces Or More Of Egg Salad 3,600 ea the List Of Draft Characteristics Is Intended To Be Descriptive, Not Restrictive, Of The Supplies/services That Are Required. if Your Company Is Interested And Capable Of Providing The Required Supplies/services, Please Provide The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Submit Your Capabilities Statement Illustrating How Your Organization Can/cannot Meet The List Of Sow Requirements. For Instances Where Your Company Cannot Meet The Sow Requirement(s), Please Explain. For Instances Where Your Company Can Meet The Sow Requirement(s), Please Show How Your Company Meets/exceeds Each Requirement. (2) Please Review The List Of Sow Requirements And Provide Any Additional Feedback Or Suggestions. If None, Please Reply As N/a. (3) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc. (4) Is Your Company Considered Small Under The Naics Code Identified In This Rfi? (5) Are You The Manufacturer, Authorized Distributor, And/or Can Your Company Provide A Solution To The Required Supplies/services Described In The List Of Sow? (6) If You Are A Large Business, Do You Have Any Designated/authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (7) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified. (8) Limitations On Subcontracting: How Does Your Business Ensure Compliance With The Limitations On Subcontracting As Outlined In 13 Cfr § 125.6? (9) Are The Items You Are Identifying/providing Considered Commercial Of The Shelf (cots) Items As Defined In Far Part 2.101 Under Commercial Items? (10) Non-manufacturer Rule: If Applicable, Can You Confirm Your Business Complies With The Non-manufacturer Rule? Specifically, Does Your Company: Provide A Product From A Small Business Manufacturer Or Processor? Not Exceed 500 Employees? Primarily Engage In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied? Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice? (11) Please Indicate Whether Your Product Conforms To The Requirements Of The Buy American Act? (12) What Is Your Lead Time To Deliver A Single Unit With All Components? Is There Scale In Lead Time With Greater Quantities? Please Elaborate. (13) What Is Estimated Life Span Of Your Solution? What Support/services Does That Entail? (14) Does Your Proposed Equipment Have Fda Clearance? Please Specify What Fda Clearance(s) Have Been Obtained. (15) Does Your Organization Offer A Leasing Solution? Please Elaborate. (16) Does Your Company Have A Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract? If So, Please Provide The Contract Number(s). (17) If You Are An Fss Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract Holder, Are All The Items/solutions You Are Providing Information About Available On Your Schedule/contract? Please State If All Or Some Items Are Available On The Contract. (18) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award. (19) Please Provide Your Sam.gov Unique Entity Id/cage Code Number. responses To This Notice Shall Be Submitted Via Email To Hestia.sim@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Monday, January 13, 2025 By 10:00 Am Pacific Local Time. all Responses To This Sources Sought/rfi Will Be Used For Planning Purposes Only. Responses To This Sources Sought Notice / Rfi Are Not Considered A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. If Further Rfis And/or A Solicitation Or Other Announcement Is Issued As A Result Of The Information Provided From This Rfi, All Interested Parties Must Respond To The Specific Posting Separately Iaw The Specifications Of That Announcement.

National Irrigation Administration Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 1 Million (USD 18.2 K)
Details: Description Invitation To Bid For Supply & Delivery Of Construction Materials For Quiniput Cis The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-epa-repaircis2025-012 (goods) Project Name : Quiniput Cis Contract Location : Quiniput, Zamboanga City Scope Of Works : Supply & Delivery Of Construction Materials Approved Budget For The Contract (abc) : Php 1,068,251.36 Contract Duration : 60 Calendar Days Amount Of Bidding Documents : Php 5,000.00 The Nia – Ro9 Bac Is Conducting An Early Procurement Activity (epa) On Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 25% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : December 21, 2024 – January 20, 2025 At 8:30 Am Pre-bid Conference : January 8, 2025 At 9:00 Am Submission Of Bids : January 20, 2025 At 8:30 Am Opening Of Bids : January 20, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting December 21, 2024 – January 20, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 08 January 2025 At 9:00 Am At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 20 January 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/juh-znyf-mbg Opening Of Bids : Https://meet.google.com/kwm-bvjs-ems Item No. Description Quantity Unit Total Delivered, Weeks/months 1 Nipa Roof 500.00 Pc 500.00 1st Month 2 Straw Rope 5.00 Roll 5.00 1st Month 3 Ordinary Water Closet 1.00 Unit 1.00 1st Month 4 4'' Pvc Pipe 1.00 Pc 1.00 1st Month 5 Bamboo Bulk 76.00 Pc 76.00 1st Month 6 Safety Protective Foot Ware Waterproof Rubber Boots (heavy Duty) 25.00 Pc 25.00 1st Month 7 Rubber Palm Construction Gloves 25.00 Pc 25.00 1st Month 8 Construction Long Sleeves 25.00 Pc 25.00 1st Month 9 Amakan 40.00 Sheet 40.00 1st Month 10 Portland Cement 372.00 Bag 743.00 1st Month 371.00 2nd Month 11 Fine Sand 48.00 Cu.m 48.00 1st Month 12 Round Head Shovel (steel Handle-heavy Duty) 4.00 Pc 4.00 1st Month 13 Gravel (3/4 Ø) 96.00 Cu.m 96.00 1st Month 14 10mm Ø X 6m Rsb (grade 40) 627.00 Pc 1,253.00 1st Month 626.00 2nd Month 15 #16 G. I. Tie Wire 88.00 Kg 88.00 1st Month 16 Marine Plywood (0.0125m X 1.2m X 2.44m) 80.00 Pc 159.00 1st Month 79.00 2nd Month 17 Lumber Coco 2"x 2" X 12' 1,150.00 Bd.ft 1,150.00 1st Month 18 Lumber Coco 3"x 2" X 12' 1,700.00 Bd.ft 1,700.00 1st Month 19 C. W. Nails #2 80.00 Kg 80.00 1st Month 20 C. W. Nails #3 60.00 Kg 60.00 1st Month

Department Of Agrarian Reform Tender

Textile, Apparel and Footwear
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 138.3 K (USD 2.3 K)
Details: Description 1. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office Through The Cy-2025 National Expenditure Program (nep) Intends To Apply The Sum Of One Hundred Thirty-eight Thousand Three Hundred Eighty Pesos & 00/100 (php 138,380.00) Being The Abc To Payments Under The Contract For Cy-2025 Procurement Of Janitorial Supplies Of Dar Catanduanes Provincial Office (darcat-pb-epa2025-014). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Description Unit Of Measure Quantity Price / Unit Total Price 1 Alcohol, Ethyl Gallon 24 350.00 8,400.00 2 Cleaner, Toilet Bowl And Urinal Liter 24 220.00 5,280.00 3 Detergent Powder, All Purpose Kilo 24 300.00 7,200.00 4 Bleaching Liquid Gallon 4 150.00 600.00 5 Disinfectant Spray, 340g Per Bottle Bottle 50 460.00 23,000.00 6 Dust Pan (big) Piece 3 130.00 390.00 7 Furniture Cleaner, Beeswax Bottle 6 320.00 1,920.00 8 Hand Soap, Liquid, 250 Ml Per Bottle Bottle 50 150.00 7,500.00 9 Trash Bag, Xxl, 10 Pc Per Roll Roll 10 120.00 1,200.00 10 Trash Bag, Medium, 10 Pc Per Roll Roll 40 60.00 2,400.00 11 Trash Bag, Small, 10 Pc Per Roll Roll 20 50.00 1,000.00 12 Muratic Acid Gallon 4 410.00 1,640.00 13 Albatros Deodorizer, 100g Per Pc, 12 Pc Per Pack Pack 24 150.00 3,600.00 14 Brush For Toilet Bowl Piece 10 100.00 1,000.00 15 Glass Cleaner, 500ml Bottle 24 250.00 6,000.00 16 Waterproof Apron Stain Resistant For Kitchen, Medium Piece 4 100.00 400.00 17 Sponge, Big Piece 30 130.00 3,900.00 18 Fabric Conditioner, 900ml Gallon 24 300.00 7,200.00 19 Dishwashing Liquid Gallon 30 250.00 7,500.00 20 Mop With Foam Piece 4 200.00 800.00 21 Trash Bin, 25 Liters Piece 20 300.00 6,000.00 22 Spin Mop Piece 2 500.00 1,000.00 23 Termite X, 1 Liter/bottle Bottle 4 1,600.00 6,400.00 24 Naphthalene Balls, 12 Pcs Per Pack Pack 50 50.00 2,500.00 25 Multi-insect Killer Spray, 600ml Net Bottle 25 400.00 10,000.00 26 Battery, 4pcs Per Pack, Aa, Chargeable Pack 10 200.00 2,000.00 27 Battery, 4pcs Per Pack, Aaa Pack 5 150.00 750.00 28 Glue Gun With Glue Stick Piece 2 600.00 1,200.00 29 Led Bulb, 20 Watts Piece 50 240.00 12,000.00 30 Kitchen Knife, 8” Long Blade Piece 2 150.00 300.00 31 Bolo With Good Quality Handle Piece 2 650.00 1,300.00 32 Disposable Rugs, Round Piece 50 6.00 300.00 33 Doormat (cloth), Rectangle/oblong Piece 50 50.00 2,500.00 34 Sharpening Stone (10x2) Piece 2 200.00 400.00 35 Hand Gloves, Cotton Thick, Big Piece 8 40.00 320.00 36 Rubber Gloves, Big Piece 8 60.00 480.00 Note: Inclusive Of Delivery At Dar Catanduanes Provincial Office Total Abc: Php 138,380.00 2. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By A Period Sixty (60) Days. Bidders Should Have Completed, Within At Least 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) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agrarian Reform (dar), Catanduanes Provincial Office And Inspect The Bidding Documents At The Address Given Below During Regular Office Hours (8:00 Am To 5:00 Pm), Mondays Thru Fridays, Valid For The Duration That This Particular Bidding Activity Is Open From December 19, 2024 – January 7, 2025 Until 12:00 Noon. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 19, 2024 – January 7, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Mail, Or Through Electronic Means. 6. The Department Of Agrarian Reform, Catanduanes Provincial Office Will Hold A Pre-bid Conference For This Particular Procurement On December 26, 2024, Thursday, 9:00 Am At Dar Catanduanes Provincial Office, Constantino (pob.), Virac, Catanduanes. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before January 7, 2025 Tuesday, Until 12:00 Noon. 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 7, 2025 Tuesday, 1:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office, Through The Provincial Bids & Awards Committee (bac) 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. Ma. Katrina M. Sarausa Arpo I /head Bac Secretariat Department Of Agrarian Reform (dar) Catanduanes Provincial Office Brgy. Constantino (pob.), Virac, Catanduanes Cellphone Hotline: 09634442986 Email Address: Bacsec.catan@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website For Online Bid Submission: Bacsec.catan@gmail.com 19 November 2024 Atty. Cherry A. Agmata Bac Chairperson

Bureau Of Fisheries And Aquatic Resources Region Xii Tender

Electronics Equipment...+2Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 470.1 K (USD 8 K)
Details: Description Laptop (i5) 2 Units ₱90,000.00 Intel® Core™ I5-1155g7 Display: 15.6" Fhd (1920x1080) Memory: Ddr4 8gb (3200mhz) Storage: 512gb Nvme Pcle Ssd Os: Windows 11 Home Connectivity: Hdmi,dp,type-c,usb Port System Type: 64-bit Video Graphics: Intel® Iris® X E Graphics Monitor 27" Fhd Smart Monitor W/ Mobile Connectivity 1 Unit ₱20,000.00 Resolution: 1920 X 1080 Aspect Ratio: 16:9 Connectivity: Built-in Wifi & Bluetooth 60 Hz, 2 Hdmi Port Usb Hub: 2 Port Connect To Share With Speaker Connect To Share With Speaker Color: White Optical Usb Mouse 2 Pieces ₱1,200.00 Keyboard 2 Pieces ₱1,300.00 Mouse Pad 2 Pieces ₱1,200.00 Mouse (wireles) 6 Pieces ₱12,960.00 Laptop Charger 1 Piece ₱4,000.00 Specification: Ac Adapter Adlx65ccgu28 Laptop Charger 1 Piece ₱4,000.00 Specification: Ac Adapter Tpn-la15 Keyboard 3 Pieces ₱12,648.00 Specification: Rgb Keyboard Mouse Mat (xxl) 6 Pieces ₱9,420.00 16 Gb Ddr4 3200mhz Fury Beast Rgb(1x16gb) Memory Module 1 Unit ₱3,055.00 Cpu Cooler Fan (black) 1 Unit ₱2,340.00 Specification: Cooler Master Hyper 212 Argb Internal Drive 3 Units ₱8,385.00 Specification: Ssd 480gb 3 2.5" Solid State Drive Sata Graphics Card 1 Unit ₱11,050.00 Specification: Core 15-12400 Desktop Processor 6 Cores Threads Alder Lake Lga1700 Processor 8gb Ddr4 3200mhz Fury Beast Ram 2 Units ₱3,250.00 Cpu 2 Units ₱23,390.00 Specification: Core 15-2400 Desktop Processor 6 Cores 12 Threads Alder Lake Lga 1700 Processor Motherboard 2 Units ₱12,298.00 Prime H610m-k Ddr4 / Ddrs Lga 1700matx Power Supply 2 Units ₱5,460.00 Sst-st50f-es230 500w 80+true Rated Power Storage 480gb 2 Units ₱5,590.00 A400 Ssd 480gb 3 2.5" Solid State Drive Sata Cpu Cooler 2 Units ₱1,190.00 Tw-003 Hydro Bering Cpu Air Cooler Case S100 Tempered Glass Micro Chasis 2 Units ₱6,500.00 Mx-22 21.5" 1920 X 1080 Tn 75hz 7ms Monitor 2 Units ₱6,500.00 Ups 650va 2 Units ₱4,300.00 Powerbank Specifications: 20,000 Mah Portable Water Station 1 Unit ₱38,400.00 Specification: Sizeable 768wh Capacity And 800w Output Provide Upto 1.8kwh A Day With Solar Charging Fastest Recharge 0-100% In Only 70 Min Safest Lfp Battery Provides 10 Years Of Use X-boost Output To 1600w And Run 80% Of High Wattage Appliances 4 Ways To Charge: Ac, Car, Solar, And Usb-c Lightweight At Only 7.8kg Smart App Control With Bluetooth Or Wi-fi Drone 1 Unit ₱49,999.00 Specification: Up To 4k60p Video & 48mp Row Stills Tri-directional Obstacle Avoidance Regulation-friendly 8.8 Oz Weight Up To 34 Minutes Of Flight Time Rotating Gimbal For Vertical Shooting Slow Motion Video At Full Hd 1080p120 Upto 7.5 Mile Range With Ocusync 3 Focustrack Subject Tracking System Foldable Design For Easy Travel/storage Drone Battery 2 Pieces ₱8,640.00 Specification: Inteligent Flight Battery Backpack For Drone 1 Piece ₱16,200.00 Specification: Fits Pro Mirrorless Or Dslr With 70-200mm, 4-5 Extra Lenses Maxfit Divider System For Maximum Capacity & Snug Protective Fit Travel Friendly: Stowable Shoulder Straps, Removable Waist Belt 256gb Micro Sd Card 2 Pieces ₱6,300.00 Lens (16/64/256) 1 Pieces ₱5,600.00 Landing Pad 50cm Waterproof 1 Piece ₱950.00 Propeller (pair) X 2 Screws X 12 Diameter X Tread 2 Pieces ₱1,020.00 Phitch: 6.0 X 3.0 Inches Weight (each): 0.9 Grams Charging Hub 1 Piece ₱3,000.00 Wifi 6 Bluetooth 5.0 Pcie Adapter 5 Pieces ₱13,000.00 Specification: Unrivalled Wifi 6 Speed- Breaks The Gigabit Barrier With Speed Up To 2402 Mbps (5ghz) + 574 Mbps (2.4 Ghz) Reliable Connections-intel® Wi-fi 6 Chipest Brings Faster And Clearer Wi-fi To Fully Unlock The Potential Of Your Wi-fi 6 Router Luetooth 5.0 Rj45 Connector Cat6 200 Pieces ₱1,600.00 Rj45 Crimp Tool Kit 1 Set ₱1,600.00 Eight In One Docking Station Dmi Mode 100mbps Network Port 7 ₱4,550.00 Specifications: 100mbps Network Port High Speed Transmission Pd Power Supply Sd/tf High Definition Image Quality 7 Ports Led Usb 2.0 Adapter Hub Power On/off Switch For Pc Laptop Computer 3 ₱600.00 Solid State Drive (ssd) 1tb 3 ₱12,000.00 Powershared 10ml 9l Micro Cut Shredder 1 ₱24,200.00 Specification: Shreds 10 Shets Of Paper At A Time Into 1x12mm Micro-cut Particles (security Level P-5) That's 2000+ Particles Per A4 Sheet Safety Lock Manually Disables The Shredder To Prevent Accidental Activation Shreds Non-stop For Up To 10minutes 19l Pull-out Bin For Easy Disposal Of Paper Waste Shreds Staples And Credit Cards Xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx General Conditions: 1. All Entries Must Be Typewritten And Legible; *** 2. Bidders Must Submit Certificate Of Philgeps Registration; 3. Bidders Must Submit Necessary Business Permits (sec; Lgu; Dti; Cda, Etc.); 4. Place This Rfq In A Sealed Envelope And Type The Following Details On The Face Of The Envelope: * Your Company Name * Pr No. * Rfq No. * Philgeps Reference No. 5. Delivery Period Must Be At Least Within Seven (7) Calendar Days Upon Receipt Of The Notice Of Award/ Purchase Order (indicate Days Of Delivery In The Bidder’s Certification Box); 6. Item/s Delivered Must Have Warranties For Unit Replacements, Parts, Labor Or Other Services; 7. Price Validity Shall Be For A Period Of Three (3) Months; 8. Quoted Prices Must Be Inclusive Of Taxes, And Other Charges Or Fees And Shall Not Exceed The Approved Budget For The Contract (abc); 9. Transactions With Bfar Shall Mean Compliance By The Winning Bidder With The Bid And Delivery Requirements Before The Issuance Of Check Payment; 10. Failure To Comply With These Conditions Shall Mean Disqualification Of Your Bid Proposal. 11. Terms Of Payment: At Least Thirty (30) Days Upon Effectivity Of Purchase Order.
711-720 of 746 archived Tenders