Waterproofing Tenders
Waterproofing Tenders
Philippine Economic Zone Authority - PEZA Tender
Others
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 990 K (USD 16.8 K)
Details: Description Republic Of The Philippines Philippine Economic Zone Authority Baguio City Economic Zone Bids And Awards Committee Loakan Road, Baguio City 2600 Request For Quotations The Philippine Economic Zone Authority – Baguio City Economic Zone (peza-bcez) Through Its Bids And Awards Committee (bac), Invites All Interested Suppliers/bidders To Offer Their Lowest Government Price For The Following Project: Mode Of Procurement : Small Value Procurement Reference No. : Bcezproc2025-11 Name Of Project : Supply And Delivery Of Survey Equipment Total Approved Budget For The Contract (abc) : Php 990,000.00 Location/place Of Delivery : Peza- Bcez Loakan Road, Baguio City Specifications: : See Attached Annex “a” Deadline Of Submission : January 31, 2025, 10:00 Am Delivery Period : Within Seven (7) Calendar Days Upon Receipt Of Purchase Order Interested Bidders/suppliers Are Required To Submit Their Duly Accomplished Price Quotation Forms (annex “a”) On Or Before The Specified Deadline To The Bac Secretariat, Located At The 1/f Peza-bcez Administration Bldg., Loakan Road, Baguio City. Submissions May Be Made Either As Open Or Sealed Quotations. For Open Quotations, Submissions Shall Be Sent Via Email To Bcezbacsec@peza.gov.ph Or Thru Facsimile At (074) 447- 3330/ 447-4154. Please Note That Electronic Submissions Sent To Any Other Email Address Other Than The One Specified Will Not Be Accepted. Consistent With Appendix A Of The Rules (annex “h” Of The Ra 9184 2016 Implementing Rules And Regulations), The Bcez-bac Requires That The Necessary Documentary Requirements Shall Be Submitted By The Lowest/single Calculated Bidder Prior Issuance Of The Notice Of Award: Awarding Of The Contract Will Be Done As One Lot. Further, Award Of Contract Shall Be Made To The Bidder Who Made The Lowest Calculated Quotation Which Complies With The Minimum Technical Specifications (annex A) And General Terms And Conditions (annex B). For Awarded Infrastructure Projects, The Winning Bidder/s Are Required To Submit A Safety & Health Program Approved By Dole Prior To The Issuance Of The Notice Of Award. For Further Inquiries, You May Contact The Peza-bcez Bac Secretariat At Telephone Numbers (074) 447-4155/3333 Or Via Email At Bcezbacsec@peza.gov.ph. The Peza-bcez Bac Reserves The Right To Reject Any Or All Bids, Waive Any Informality In The Bids Received, To Accept Or Reject Any Item/s Of Any Bid And To Make An Award To The Bidder Whose Proposal Is Most Advantageous To The Government. The Peza Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Expenses Incurred In The Preparation Of Their Price Quotations/proposals.annex A Price Quotation Form Reference No. Bcezproc2025-11 The Chairperson Bids And Awards Committee Philippine Economic Zone Authority Baguio City Economic Zone Loakan Road, Baguio City Thru : Bac Secretariat Peza-bcez Dear Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions Of This Request For Quotation (rfq) And Followed The Instructions To Bidders Specified In Annex B, We Wish To Submit Our Quotation/s For The Following Items: ** Please Note That It Is Required To Specify The Brand, Or Model, Or Technical Specifications Of The Product/item. For Items Without Brands (e.g. Sand, Gravel, Nails, Walis Tambo, Etc… ), Please Write The Word “comply”. Item No. Total Abc (in Php) Unit Qty. Peza-bcez Specifications Bidder’s Offer (tech. Spec/ Model No., If Applicable) Unit Price (php) Total Price (php) ₱990,000.00 Lot 1 Supply And Delivery Of Survey Equipment (rtk) Part A. Supply And Delivery Of Global Navigation Satellite System (gnss) Real Time Kinematics (rtk) 1 Set 1 Gnss Rtk Set With Case, Manual, And Complete Accessories - 1 Pc. Base - 1 Pc. Rover - 1 Pc. Android Rtk Controller - 1 Pc. Carbon Fiber Pole - 1 Pc. Tribrach - 1 Pc. Heavy Tripod - 1 Pc. Clip Tripod - 1 Pc. Pole Battery - 2 Pcs. Charger - 2 Pcs. Antenna - 2 Pcs. Two - Way Radio Part B. Rover Specification Gnss Performance - Gps: L1c/a, L2c, L2p, L5 - Glonass: L1, L2 - Bds: B1, B1c, B2, B2a, B2b, B3 - Galileo: E1, E5a, E5b, E6 - Qzss: L1, L2, L5, L6 - Sbas: Waas, Egnos, Msas, Gagan, Sdcm - Minimum Of 1408 Tracking Channels - Cold Start: <60s - Hot Start: <15s - Positioning Output Rate: 1hz - 50hz - Signal Reacquisition: <1s - Rtk Initialization Time: <5s - Initialization Reliability: >99.99% - Time Accuracy: 20ns 3 Of 6 Bcezproc2025-11 Positioning Accuracy Code Differential H: 0.25m To 0.40m Rms V: 0.50m To 0.80m Rms Static H: 2.5mm + 0.5ppm Rms V: 5mm + 0.5ppm Rms Rtk H: 8mm + 1ppm Rms V: 15mm + 1ppm Rms Network Rtk H: 8mm + 0.5ppm Rms V: 15mm + 0.5ppm Rms Physical Material Magnesium Alloy Dimensions ɸ 120mm - 140mm X 80mm - 100mm Weight Less Than 1kg Operating Temperature -20℃ ~ +60℃ Storage Temperature -20℃ ~ +70℃ Protection / Dustproof / Waterproof Ip67, Protected From 30min Immersion To Depth Of 1m From Water Shock/drop Survive A 2m Pole Drop Onto Concrete Humidity 95% Non-condensation 1 Electrical And Communications Power Supply 9~24v Dc External Power Input Battery Built-in 7000mah-7.4v Liion Battery Battery Life Rover Mode: Min. Of 12hours Base Mode: Min. Of 7hours Static Mode: Min. Of 15hours I/o Interface 1 X Lemo Port 1 X Usb Type-c Port 1 X Sim Card Slot, Nano Sim 1 X Uhf Antenna Interface Internal Uhf 1w - 5w Transmit Power Protocols Trimtalk, Alphatalk, South, Satel Cellular Network 4g Modem, Supports Tdd - Lte / Fdd - Lte / Wcdma Wifi 802.11 B/g Bluetooth Capable Differential Data Format Rtcm2x, Rtcm3x, Cmr Sensor Accuracy <2.5cm Tilt Compensation At Least 60° 4 Of 6 Bcezproc2025-11 Camera Front Camera 2mp Downward Camera 5mp Fov At Least 70° Laser Laser Measurement ±1cm + 5mm/m Data Storage Memory At Least 32gb User Interaction Operating System Linux Os Buttons Power Key Indicators 1 X Power Indicator 1 X Bluetooth Indicator 1 X Satellite Indicator 1 X Data Link Indicator Voice Intelligent Voice Prompts Part C. Inclusion - Delivery Of Equipment Within 7 Calendar Days - Initial Set-up And Tuning (ready To Use) - 2 - Years (24 Months) Warranty For The Whole Unit (except For Accessories) - Technical Support And Services: Diagnosis, Repair, Corrections, Calibrations, Availability Of Spare Parts (subject To Labor Charges) - 1 - 3 Days Training - Familiarization Of Gnss Rtk (operation Of Equipment) - Field, Autocad, And Civil 3d - Civil 3d 2021 Tutorial - Importing Of Survey Points - Defining Scale Of The Drawing Base On The Title Block 20" X 30" - Defining The Size And Text Height Of The Point Marker And Point Label - Surface Generation (contour Data And Contour Interval) - Editing Of Surface - Contour Labeling - Spot Elevation - Object Viewer (3d Terrain View) - Alignment , Profile, And Cross Sections - Volume Computation (cut And Fill) - Geolocation (on Line Map) - Google Earth (kml/kmz File) - Autocad Tutorial - Lot Data Computations In Ms Word Format - Lot Descriptions - Lmb Approval Plan - Lra Plan - Sketch Plan On Standard Format - Automatic Sketch Plan On Bond Paper Size, Mostly Used In Loan Application, Advance Copy Of Plan For Your Client. - Traverse Computations - Field Notes Inside And Setting Computation - Importing Of Csv File (rtk) 5 Of 6 Bcezproc2025-11 Note To The Bidder: Kindly Ensure The Submission Of The Following Documents Along With Your Quotation: 1. Valid And Current Mayor’s Permit Or Proof Of Schedule For Renewal. 2. Philgeps Registration Number **inclusive Of Vat/ Applicable Taxes, Fees, And Charges** X X X Nothing Follows X X X __________________________________________ ____________ Printed Name And Signature Of Authorized Representative Date Bidder/supplier’s Information: Company Name Address: Tel/fax No. Email Address: ________________________________ Name And Signature Of Canvasser 6 Of 6 Bcezproc2025-11 Annex B General Terms And Conditions 1. Price Validity. Price Validity Shall Be Thirty (30) Calendar Days From The Deadline Of Submission Of Quotation; 2. Price Escalation. All Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation; 3. Alternative Bids. Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding; 4. Taxes. Prices Shall Be Inclusive Of Applicable Taxes (vat Or Percentage). Total Price Quoted Is Subject To Withholding Tax And Payable Through Check; 5. Delivery Period: Seven (7) Calendar Days Upon Receipt Of Purchase Order. 6. Delivery Terms: For Goods Supplied From Abroad, The Delivery Terms Applicable To The Contract Are Ddp Delivered To Baguio City Economic Zone, Baguio City, While For Goods Supplied From Within The Philippines, The Delivery Terms Applicable To The Contract Are Delivered To Baguio City Economic Zone, Baguio City. “risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At The Final Destination.” 7. Incidental Charges And Services. The Cost Of Transportation, Insurance, And Other Cost, Including Packaging And Documentation Incidental To Delivery Of The Goods And/or Services Shall Be Included In The Price Quoted By The Bidder. An Additional Or Separate Delivery Charge In The Bid Shall Be Treated As Non-responsive And Shall Be Rejected. 8. Term Of Payment. Payment Shall Be Charged Account. Cash On Delivery (cod) Shall Not Be Allowed, Unless Specified In The Quotation And Accepted During Bid Evaluation. Most Importantly, No Payment Shall Be Made Until Full Delivery Of Item/s And/or Services Is/are Completed And The Same Is/are Inspected And Satisfactorily Accepted By Peza-bcez. 9. Performance Security. For Procurement Of Goods And/or Services, Peza May Require The Submission Of A Performance Security Depending On The Nature Of The Procurement Project. However, For Infrastructure Projects, Submission Of A Performance Security Is Required By Peza. The Amount Of The Performance Security Shall Not Be Less Than The Required Percentage Of The Total Contract As Provided Under Section 39 Rule Xi Of The 2016 Revised Irr Of Ra 9184. 10. Warranty And Retention Money. Supplier/contractor Warrants That All Goods/services To Be Provided Are Of Acceptable Industry Standard. Whenever Applicable, The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To At Least One Percent (1%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) But Not To Exceed Five Percent (5%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Prescribed Warranty Period Or, In The Case Of Expendable Supplies, After Consumption Thereof; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. (gppb Resolution No. 30-2017 Dated 30 May 2017) 11. Liquidated Damages. Delay In The Delivery Shall Be Subject To Liquidated Damages By Way Of Penalty At 1/10 Of 1% Of Each Day Of Delay Reckoned From The Day After The Last Day Of The Delivery Period Or The Agreed Date Of Delivery, Whichever Is Applicable. 12. Alteration Or Technical Specifications And Terms And Conditions. Altering And/or Amending The Technical Specifications And Terms And Condition(s) May Be Considered Non-responsive/ Non-compliant. Instructions To Bidders: A) Completely Fill Out The Price Quotation Form (annex B), Technical Specification/brand (if Applicable), Unit/ Total Price And Supplier/bidder’s Information. Do Not Forget To Sign The Price Quotation Form (annex A). Whenever Applicable, Original Brochures Or Certificates Of The Items Offered Showing Its Performance Characteristics Or Specifications, Shall Be Attached And Submitted Together With The Price Quotation Form. B) If Applicable, An Ocular Inspection, In Coordination With The End-user And Bcez-bac, Shall Be Conducted By The Interested Bidder Of The Premises/area Subject Of Herein Procurement Process
National Farming Promotion Tender
Software and IT Solutions
Poland
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: Ag.b.0162.1.2024.133.ak Kraków, Dn.19/07/2024 Price Inquiry Title: "service consisting in the renovation of PDOZ premises in Building No. E at ul. Mogilska 109, 31-571 Kraków” The proceedings are conducted pursuant to Art. 2(1), point 1 of the Act of September 11, 2019 - Public Procurement Law - hereinafter referred to as the Act and in accordance with Decision No. 58/2021 of the Provincial Police Commander in Krakow of November 4, 2021. I. General Information: 1. The offer should be sent by: July 29, 2024 by 12:00. In this way: Offers and all inquiries should be submitted by July 29, 2024 by 12:00. Via the Purchasing Platform to the address: https://malopolska-policja.eb2b.com.pl, "proceedings" tab - "list of open proceedings". In case of problems with submitting an offer, please contact the Eb2b Helpdesk - Contact in the footer of the website. 2. The Offer should be prepared in accordance with this Request. II. Description of the Subject of the Order: 1. The subject of the Order is the provision of a service consisting in the renovation of PDOZ rooms in Building No. E at ul. Mogilska 109, 31-571 Kraków. 2. The scope of the renovation includes: Renovation works in 3 Pdoz rooms, such as: Laying tiles on the walls of one room and painting the walls and ceilings in all 3 Pdoz rooms. The Ordering Party requires subdued colors of the rooms (white, gray, natural shades imitating sandstones found in stoneware tile collections). Under-tile waterproofing of all wall surfaces and wall joints with insulating/sealing tapes, and then vertical waterproofing with liquid foil. Execution of wall cladding - Rectified wall tiles, 9 mm thick, with water absorption not higher than 3%, made of unglazed porcelain stoneware of the "matt Full Body" type, dyed in the mass, arranged on the external corners of semi-circular plastic in a color similar to the color of the tiles. The joints should be filled with epoxy grout in a color similar to the selected porcelain tiles. The cladding materials used must be of quality I. Painting walls and ceilings with acrylic-composite, matte, stain-resistant Latex paint in light colors (acrylic-composite paint, with the highest class of resistance to washing and wet scrubbing, with increased resistance to stains and dust) . Painting metal door frames with oil paint in a color similar to the color of the tiles - 2.0 pcs. 3. Scope of work that needs to be done in connection with the renovation of the room The minimum allowance is: A) Making wall tiles from glazed tiles with a height of 2.0 m - Approx. . 25.0 M2, B) Vertical Waterproofing Coating – Approx. 25.0 M2, C) Laying Wall Tiles Up to a Height of 2.0 M – Approx. 25.0 M2, D) Local filling and painting of walls with washable paint – Approx. 72.0 M2, E) Local filling and painting of ceilings – Approx. 34.0 M2, F) Disassembly and reassembly of the washbasin with the faucet and siphon, and laying silicone around the washbasin - 1.0 pcs., G) Painting metal frames - 2 pcs. H) Removal of debris and dismantling waste. 4. The Works Will Be Performed in an Operating Facility. In connection with this, the Ordering Party requires that the Contractor, before commencing construction works, submit to the Ordering Party a list of persons who will perform the work as part of the Contractor's activities, providing the following data (name and surname, PESEL number) and a list of vehicles necessary to carry out the works (make and type Along with Providing Registration Numbers). The above requirement results from the fact that the works are to be carried out in an active police facility, parts of which can only be accessed by previously agreed persons. In the event of a need for new (additional) people to perform the work, the Contractor is obliged to inform the Ordering Party about this fact in advance, updating the list of people accordingly. In the case of countries other than Poland, please provide the Date of Birth, Father's Name and Passport Series and Number. The Ordering Party reserves the right to refuse to allow persons indicated by the Contractor to carry out the work. III. Conditions Relating to the Offer and Order Fulfillment: 1. The Price for the Service will be a lump sum and will be payable once upon completion of the order. 2. Payment for the execution of the order will be made within 30 days from the date of receipt of a correctly issued invoice - by transfer to the account indicated by the contractor. 3. It is possible (optionally) to carry out an on-site visit to the facility in order for the contractor to precisely determine the lump sum price for the provision of the service. Failure to conduct an on-site visit to the facility will not constitute grounds for rejection of the offer. The on-site visit will take place after prior arrangement with the Ordering Party. Order Completion Date: Order Completion Date Up to one month from the date of receipt of the order. The Date of Commencement of Works is to be agreed with the User of the Facility. In the event of untimely completion of the task by the Contractor, the Contractor will pay the Ordering Party a penalty of 0.5% of the Gross Order Value for each day of delay, but not more than 15% of the Gross Order Remuneration. Place of Order Fulfillment: Building No. E on the premises of the Municipal Police Headquarters in Kraków, ul. Mogilska 109, 31-571 Kraków Contact telephone numbers In the case: Provincial Police Headquarters in Kraków: 47–83–54–917 Iv. Criteria for Research, Evaluation and Selection of Offers: Lowest Price. V. Attachments: Offer template: Attachment No. 1
Department Of Agriculture Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 3.7 Million (USD 63.9 K)
Details: Description Invitation To Rebid For The Procurement Of Supply And Delivery Of Ict Supplies And Accessories 1. The Department Of Agriculture-western Visayas, Through The National Expenditure Program 2025 (early Procurement Short Of Award) Intends To Apply The Sum Three Million Seven Hundred Forty Two Thousand Three Hundred Eighty Nine Pesos (php3,742,389.00) Being The Abc To Payments Under The Contract For Procurement Of Supply And Delivery Of Ict Supplies And Accessories/ib No. 2025-030 (gas). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-western Visayas Now Invites Bids For The Procurement Of Supply And Delivery Of Ict Supplies And Accessories With The Following Specifications: Adapter, Hdmi To Hdmi Hdmi Male To Hdmi Female Cable Adapter, 4k@60hz, Maximum Uhd 3840×2160,backwa Rds Compatible 2560x1600, 2560x1440, 1920x1200, 1080p Resolutions, 22 Cm Long 1 Piece Adapter, Usb To Hdmi Usb-c + Usb-a To Hdmi Adapter, 2 Ports, Resolution: 1080p@60hz, Advanced Chip, Mirror And Extended Modes 1 Piece Digital Caliper Measuring Tool, Plastic Vernier Caliper Digitalmicrometer With Lcd Screen (0-150mm) 1 Unit Extension Cord With Voltage Surge Protector, 1 Switch Breaker, 6 Outlets With Ground, 5 Meters Long 106 Pieces Flash Drive 16gb, Usb 2.0, Backwards Compatible With Usb 1.1, Read Speed: 100mbps, Write Speed: 100 Mbps 60 Pieces Flash Drive 64gb, Usb 3.0, Backwards Compatible With Usb 2.0, Read Speed: 150mbps 126 Pieces Flash Drive 64gb, Usb 3.2, Gen 1 Compliant, Transfer Speed: 100mb/s2 5 Pieces Flash Drive 256gb, Usb 3.0, Read Speed: 150mbps 103 Pieces Hdmi Cable 2.1 4k 120hz, 48gbps, 7.3mm, Dynamic Hdr & Earc, Including Vrr, Qms, Qft And Allm, 3 Meters Long, Black 2 Pieces Hdmi Cable High Speed Hdmi 2.0, 4k 3d Cable Metal Case, 60hz, 18gbps, Transfer Rates: 10.2 Gbps / 340 Mhz, Hdcp Compliant, 5 Meters Long, Black, 23 Pieces Headlamp Rechargeable, Waterproof, 80 W, 6500 Mah, 4 Hours Bright Light, 9 Hours Weak Light, 50w Aluminum Reflect Cup With Light Led Source 3 Pieces Ink Bottle, Brother Btd60bk, Black, Genuine 29 Bottles Ink Bottle, Brother Bt5000c, Cyan, Genuine 46 Bottles Ink Bottle, Brother Bt5000m, Magenta, Genuine 46 Bottles Ink Bottle, Brother Bt5000y, Yellow, Genuine 46 Bottles Ink Bottle, Hp Deskjet/smart Tank Gt53 Xl Black 51 Bottles Ink Bottle, Hp Deskjet/smart Tank, Gt52 Cyan 53 Bottles Ink Bottle, Hp Deskjet/smart Tank, Gt52 Magenta 53 Bottles Ink Bottle, Hp Deskjet/smart Tank, Gt52 Yellow 53 Bottles Ink Cartridge, Brother Lc539xl, Black 20 Cartridges Ink Cartridge, Brother Lc535xl, Cyan 20 Cartridges Ink Cartridge, Brother Lc535xl, Magenta 20 Cartridges Ink Cartridge, Brother Lc535xl, Yellow 20 Cartridges Ink Cartridge, Brother Toner Cartridge, Tn 2260 10 Cartridges Ink Cartridge, Canon Cl-741, Colored 3 Cartridges Ink Cartridge, Canon Cl-811, Colored 3 Cartridges Ink Cartridge, Canon Pg-740, Black 3 Cartridges Ink Cartridge, Canon Pg-810, Black 3 Cartridges Ink Cartridge, Canon Pixma Pgi-35 Black 45 Cartridges Ink Cartridge Canon Pixma Cli-36 Color 35 Cartridges Ink Cartridge, Canon Pixma Printhead Cartridge, G4010 (black) (bh-7) 10 Cartridges Ink Cartridge, Canon Pixma Printhead Cartridge, G4010 (tri Color) (ch-7) 9 Cartridges Ink Cartridge, Epson C13t664100 (t6641), Black 253 Bottles Ink Cartridge, Hp 682, Black 102 Cartridges Ink Cartridge, Hp 682, Tri-color 181 Cartridges Ink Cartridge, Hp Cn692aa (hp704), Black 15 Cartridges Ink Cartridge, Hp Cn693aa (hp704), Tri-color 9 Cartridges Ink Cartridge, Hp Cz107aa (hp678), Black 31 Cartridges Ink Cartridge, Hp Cz108aa (hp678), Tri-color 31 Cartridges Ink Cartridge, Hp F6v26aa (hp680), Tri-color 350 Cartridges Ink Cartridge, Hp F6v27aa (hp680), Black 354 Cartridges Ink Cartridge, Hp L0s60aa (hp955), Black Original 6 Cartridges Ink Cartridge, Hp L0s63aa (hp955xl), Cyan Original 20 Cartridges Ink Cartridge, Hp L0s66aa (hp955xl), Magenta 20 Cartridges Ink Cartridge, Hp L0s69aa (hp955xl), Yellow 20 Cartridges Ink Cartridge, Hp L0s72aa (hp955xl), Black Original 29 Cartridges Ink Refill, Canon Gi-790bk 67 Bottles Ink Refill, Canon Gi-790c 65 Bottles Ink Refill, Canon Gi-790m 65 Bottles Ink Refill, Canon Gi-790y 65 Bottles Ink Refill, Canon Gi-71bk 4 Bottles Ink Refill, Canon Gi-71c 3 Bottles Ink Refill, Canon Gi-71m 3 Bottles Ink Refill, Canon Gi-71y 3 Bottles Ink Refill, Epson (001) Black 307 Bottles Ink Refill, Epson (001) Magenta 224 Bottles Ink Refill Epson (001) Cyan 219 Bottles Ink Refill, Epson (001) Yellow 215 Bottles Ink Refill, Epson (003) Eco Tank, Black 270 Bottles Ink Refill, Epson (003) Eco Tank, Cyan 194 Bottles Ink Refill, Epson (003) Eco Tank, Magenta 194 Bottles Ink Refill, Epson (003) Eco Tank, Yellow 194 Bottles Ink Refill, Epson (008) Eco Tank, Black 2 Bottles Ink Refill, Epson (008) Eco Tank, Cyan 2 Bottles Ink Refill, Epson (008) Eco Tank, Magenta 2 Bottles Ink Refill, Epson (008) Eco Tank, Yellow 2 Bottles Ink Refill, Epson C13t664200 (t6642), Cyan 186 Bottles Ink Refill, Epson C13t664300 (t6643), Magenta 188 Bottles Ink Refill, Epson C13t664400 (t6644), Yellow 188 Bottles Laser Pointer Laser Class 2, 2 Aaa Battery, 2.4 Ghz Wireless Technology 29 Pieces Maintenance Box, For Epson L6160/l6170, C13t04d100 24 Pieces Male Hdmi To Male Hdmi Cable Hdmi 2.0 Male To Male High Speed 18gbps 4k, 30hz, 1080p, 3d Hdmi Ethernet , 2 Meters Long 2 Pieces Male Usb To Male Hdmi Cable Usb 3.0 Male To Hdmi Male Cable, Support Usb2.0, Usb3.0, Output: 1920x1080p@ 60hz, 2 Meters Long 2 Pieces Memory Card, For Camera Use Extreme Pro Sd Card, 1 Tb, Shot Speed: 140mb/s, Read Performance: 200mb/s, Write Performance: 90mb/s 3 Pieces Micro Sd Card, 128gb, Sequential Read Performance: 140mbps, Transfer Speed: 150 Mb/s 64 Pieces Mouse Pad Non-slip Rubber Base, Fine Knit Edges, 25 X 20 X 0.2 Cm 23 Pieces Otg/dual Usb Drive 128gb, Read Speed: 150mb/s , Write Speed: 100 Mbps 104 Pieces Portable Hard Drive 1 Tb, Usb 3.2, Type C Connector, Read Performance: 1050 Mbps; Write Speed 1000 Mbps 22 Pieces Powerbank, 10000mah 20w, Lithium Polymer Battery, Usb-c Input/output: 20w Max, Usb-a Output: 22.5w Max, Battery Capacity: 37wh (10000mah 3.7v), Rated Capacity: 6250mah (5v 3a) 121 Pieces Powerbank, 20000mah 20w, Lithium Polymer Battery, Usb-c Input/output: 20w Max, Usb-a (out 1/out 2) Output: 22.5w, Battery Capacity: 20000mah 3.7v (74wh), Rated Capacity: 12500mah (typ 5v 3a) 7 Pieces Rechargeable Battery Aa, 1.2v, 2450 Mah, Ni-mh Battery, 2 Pieces/pack 4 Packs Rechargeable Battery Aaa, 1.2 V, 900 Mah, Ni-mh Battery, 2 Pieces/pack 4 Packs Ribbon Cartridge For Epson , For Use With Fx-2175/2190 (so15327, 32.0 Meters/ 104.9 Feet) 9 Pieces Solid State Drive, Portable, 500 Gb, Usb 3.2 Gen 2, Read Speed: 1050 Mb; Write Speed: 1000 Mb (max) W/ Usb C To Usb C Cable & Usb A Adaptors 5 Pieces Solid State Drive 256gb, 2.5 Inch Sata Iii, 6 Gb/s, Read Speed: 500mb/s, Write Speed: 320mb/s, Tbw: 80tb 2 Pieces Solid State Drive 1 Tb, Usb 3.2 Gen , 10gb/s, Read Speed: 1050 Mb/s, Write Speed: 1000 Mb/s 3 Pieces Toner Cartridge, Mx-315ft, Black 5 Pieces Toner Cartridge, Tn118 (konica Minolta Bizhub 215) 11 Cartridges Usb 3.0 Hub, 4 Ports Multi- Splitter Otg Adapter 4 Ports, Usb 3.0 Hub, 5 Gbps Transfer Speed, Supports Two 2.5 Inch Capacity 1 Tb Ssd, Backwards Compatible With Usb 2. 0 (480mbps), Usb 1. 1(12mbps), 1 Meter Long 5 Pieces Usb 3.0 Hub, 6 In 1 Sd Tf For Laptop Pc 6-in-1 Usb 3.0 Hub, Tf/sd Double Card Slot 2.0 Protocol, Applicable For 256g Memory Cards, 5 Gbps Transfer Speed, Micro-usb Power Port, 900ma Output Max Current 5 Pieces Wired Keyboard 12 Fn Multimedia Hotkeys, Resolution: 1000 Dpi, 3 Buttons, Usb Port, Cable Length: 150 Cm 7 Pieces Wireless Mouse 1000 Dpi, 3 Buttons, 2d Scroll Wheel, 2.4 Ghz Wireless Connection, 2.4ghz Wireless Connection W/ Usb Nano Receiver, W/ 1 Aa Battery 170 Units 3-pin Power Adaptor Universal Adapter, Compatible With Various Types Of Sockets 12 Pieces Terms And Conditions: • All Items Which Have An Expiration Period Shall Have An Expiry Date Of At Least Two (2) Years After The Date Of The Notice Of Award • The Supplier Must Submit A Copy Of Manufacturer’s Product Brochures, Specification Sheet, Manuals Etc., As Appropriate Of All The Required Items Or Equipment. Any Of These Evidences Should Be Downloadable From Product Or Manufacturer’s Website Or Otherwise Verifiable By Any Means Reasonable And Acceptable To The Bids And Awards Committee. • Certificate That The Supplier Operates A Commercial Physical Store Indicating The Complete Address Where Ict Products Are Displayed And Available For Purchase. • All Items Should Be Genuine And Not Imitation Delivery Of The Goods Is Required Within 90 Calendar Days From Receipt Of Notice To Proceed And To Be Delivered At Da-wesviarc, Hamungaya, Buntatala, Jaro, Iloilo City. Bidders Should Have Completed, Within Three (3) Years (2021-present) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. The Prospective Bidder Must Be Registered In The Philgeps. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture - Visayas And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 30, 2024 – January 22, 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 Thousand Pesos (php5,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Department Of Agriculture-western Visayas Will Hold A Pre-bid Conference At 9:30 P.m. On January 8, 2025 At The Rcpc Library, Rcpc Building, Da Wesviarc Compound, Brgy. Buntatala, Jaro, Iloilo City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30 A.m. On January 22, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In The Amount Of Any Of The Acceptable Forms And In The Amount Of Php74,847.78 (if The Bid Security Is In The Form Of Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit) Or Php187,119.45 (if The Bid Security Is In The Form Of Surety Bond). In Lieu Of A Bid Security, The Bidder May Submit A Duly Notarized Bid Securing Declaration That Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Required Performance Security Within 10 Calendar Days From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event That It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Gppb. 9. Bid Opening Shall Be At 9:30 A.m. On January 22, 2025 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 Agriculture-western Visayas 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. The Department Of Agriculture-western Visayas Does Not Condone Any Forms Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Zarlina B. Cuello Bac Chairperson Da-wesviarc Compound Brgy. Buntatala, Jaro, Iloilo City Tel. No. (033) 320-23-73 Www.westernvisayas.da.gov.ph Procurement@wv.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps December 30, 2024 Zarlina B. Cuello Bac Chairperson
DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender
Education And Training Services
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 359.9 K (USD 6.1 K)
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 3- Support Service Area: Physical Therapy Area) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 359,916.00 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 3- Support Service Area: Physical Therapy Area) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, 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 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 13, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 9:00am 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 27, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar 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. 12. Items, Specifications, Quantity Of Delivery, And Abc: Cabinet, 4' X 6' Double Door (3/4 Plyboard, Varnish Paint) Set 1 Wooden Cubicle Partition, 4 Panel Divider (l 70.25 Inches X H70.25 Inches X T0.75 Inches) Set 4 Mirror, Aluminum Frame (thickness 1/4 Inch X 4 X 8 Ft) Set 1 Filing Cabinet, Vertical Filing Cabinet In 2, 3 And 4 Drawers With Plastic Divider And Central Lock Heavy Duty Construction Assembles In Minutes Power Coated Finish Anti-tilt Mechanism Quiet Closing 3 Sectional Railings For Smooth Actions Central Locking System Unit 1 Learners'/clients' Chart Materials, High Quality Abs Body, Moulded Light Blue, Pink, Grey Color, Size: 340×230mm Unit 10 Anatomical Models, Brand New, High Quality, 1/2 Life Size Can Be Disassembled Into 27 Parts Hand Numbered With Key Guide Anatomically Accurate A Perfect Tool For Teaching/studying Human Muscular And Organs Anatomy Set 1 Blood Pressure, Product Details Type: Upper-arm Monitor Type: Digital Cuff Size: 32cm Dimension (w X H X D): 145 X 466 X 145mm Weight: 250g Technical Details Power Supply: Battery Battery Type: Li-polymer Features Smart App Availability: Yes Automatic Shut Off: No Low Battery Indicator: No Connection Bluetooth: No Wi-fi: No Unit 2 Stethoscope, Product Name: Dual Tube Stethoscope Weight: 185g Length: 80cm Product Material: Polymer Diaphram Listener Material: High-density Stainless Steel Product Composition: Eartip, Ear Hooks, Leaf Spring, Hose Heads, Diaphrams Unit 2 Tape Measure, Material: Pvc It Has Centimeter Scale On Reverse Side Which Is Up To 300cm Large, Easy To Read Marking Measures Up To 120 Inches Piece 2 Hand Dynamometer, Type: Electronic Counting Gripper Function: Comprehensive Fitness Exercise Material: Abs Size: 15cm/5.90"x10.5cm/4.13"x2cm/0.79" Piece 2 Ice Massage Caps, Size: 2 Count (pack Of 1) Measuring 2.9” In Diameter, The Ice Cup Massager Holder Also Fits Comfortably In The Hand. Material: Polyethylene Pack 3 Foam Rolls, Material: Expanded Polypropylene Foam Item Weight: 0.42 Pounds Size: 18 Inches Piece 4 Balance Board, Type: Rocker Board Dimensions: 32.28 X 11.81 X 0.59 Inches Weight Capacity: 100 Kg Material: Beech Wood Anti-skid Feature: Not Specified Unit 2 Treatment Table, Product Name: Multi Functions Physical Electric Therapy Treatment Table Size: L2040*w560*h550-820mm Product Feature 1. Electric Operation,3 Sections, New Design Epoxy Metal Frame. 2. Equipped With 3 Motors For Height, Back And Leg Rest Adjustment. 3. Height Adjustments For The Arm Rests. 4. With Artificial Leather Cover On The Head, Seat, Leg Areas. 5. 4 Luxurious Castors With Brake. Function: Suitable For Hospital Electric Therapy Treatment Table Use. Unit 1 Mat Table, Wood Construction Adds Strength And An Attractive Natural Finish. Supports Up To 500 Lbs For Better Patient Accommodation. Heavyweight Vinyl Upholstery Is Comfortable And Strong. Thick Foam Padding Provides Patient Comfort For A Better Experience. Five-leg Design With Center Support Ensures Stability Through Heavy Treatment. Height: 18" Weight Capacity: 500 Lbs Size: 4 Ft Wide X 7 Ft Long Unit 1 Adjustable Height Exercise Steps, Color: Teal/purple Brand: Us Weight Item Weight: 80 Ounces Item Dimensions Lxwxh: 30 X 15 X 8 Inches About This Item Made In The United States From Durable, Recyclable High-density Polyethylene Circuit-size (28. 5" L X 14. 5" W X 4" H) Aerobic Platform, 4 Original Risers, And Streaming Videos Platform Features Grooved, Nonslip Top And Supports Up To 275 Lbs Four Nonskid Feet On Each Riser And Platform Prevents Sliding Or Scratching Floors Vary Workout Difficulty By Adjusting Platform Height From 4" To 6" To 8" Using Risers Unit 1 Pediatric Examination Gowns, Opening: Full Open Back Style: Child Size Color: Jellybean Print Made With High Quality, 100% Cotton Comfortable, Durable, Washable, And Reusable Hook And Loop Closures At Neck And Mid-back Piece 5 Towels, Material: High Quality 100% Cotton Terry – 500gm2. Size: 90 X 180cm. Piece 10 Bed Sheets, Waterproof 5.5 Mil Vinyl Contoured Corners, Fitted 36" X 80" X 6" Case Of 12 Pack 5 Pillows, Pillow Shape: Rectangle Pillow Weight: 0.95-1000 Grams Pillow Height: 12.7cm Pillow Width: 40.64cm Pillow Length: 66.04cm Pillow Size: 40 X 66 Cm Pillow Material: 100% Cotton Pillow Filing: Cotton Poly-fiber Piece 4 Pillowcase, 2pcs Pillowcase Size: 1 X 28 Inches Material: Cotton & Polyester Set 10 Blankets, 100% Canadian Cotton, Soft Texture, High Quality Fabric Size: 52 X 90 Inch Piece 10 Step Stools, Double Steel Caravan Step. Rubber Non- Slip Steps. Leg Distance Front To Back 65 Cm. Width 42 Cm. Top Step Height 38 Cm. Bottom Step 20 Cm. Unit 2 Therapist Stools On Wheels, Description: This Stool Can Be Adjusted To Just About Any Position You Want, Making It Incredibly Versatile And Comfortable. It Has A 360-degree Swivel So You Can Quickly Spin Around To Access Anything You Need At Home Or In The Office. The Unique Saddle Seat Has Thick Padding, Making It Easy For You To Stay In The Same Place For Hours At A Time. Unit 2 Wedge Bolsters, Use A Wedge Bolster Along With Our Quicklock Face Rest Platform To Create A Quick And Easy Backrest For Any Portable Or Stationary Massage Table. Dimensions: 24"w X 10"h X 24"l With A Flat Top And A 36" Incline. Piece 1 Round Bolsters, 6" Round Bolster Bolsters Are Made With Earth Friendly Materials Of Cfc Free Foam And Pvc Free Upholstery Choices. High Quality Foam Offers Comfortable Support And Allows Clients To Fully Relax, And Come With Pull Handles At Both Ends For Therapist Convenience. Unlimited Versatility Makes This Comfortable And Supportive Cushion Your Building Block For Positioning. Measures 6" D X 26" L. Made Of Aero-cel Foam: Won't Flatten Or Get Lumpy Like Dacron Bolsters Incredibly Supple Conforms To Fit Curves Firm Gentle Support Piece 1 Core Peak Bolsters, Core Peak Bolster Peaked Shape Fits Comfortably Under Your Knees Precision-cut Foam 10" X 24", With 7" Peak Available In Blue, Gray, Or Black Piece 1 Mobilization Belts And Devices Features: Long Enough To Meet Your Needs: The Strap Belt For Mobilization Measures About 8.2 Feet Long, Enough To Meet Your Using Needs On Leg And Shoulder Stretch, Dancing Training, Yoga, Hop And Waist Support, Arm Movement And So On. Adjustable And Portable: The Yoga Belt With Buckle Comes With An Adjustable Buckle, Allowing You To Adjust The Length Of The Belt To Get A Desired Length, And You Can Easily Carry And Store The Belt, Without Taking Up Too Much Space. Specifications: Main Material: Nylon Color: Blue Size: Approx. 8.2 Feet In Length, About 2 Inches In Width Piece 5 Gait Belt Features: This Transfer Belt Is Designed With A Buckle, Which Can Be Adjusted According To Your Needs Without Worrying About Being Too Loose Or Too Tight. This Gait Belt Metal Buckle Has Reliable Materials, Smooth Surface And Lightweight Structure, Which Is Convenient For Long-term Use And Storage. Specifications: Material: Vinyl Color: Black Size: 60 X 2 Inches Piece 5 Kinesiology Tape, Ultra-strong And Sticky-hypoallergenic Adhesive Water Resistant 97% Cotton, 3% Nylon 180% Stretch For Full Range Of Motion Latex And Zinc Free Sticks 2-7 Days 5-10 Applications Per Roll Each Is 2"x 16.4" (5cmx5cm) Piece 5 Splinting Materials, Rescue Padded Board Splint 6 Paddes Wood Splint (different Sizes) Sizes: 35", 25" And 15" Velcro Straps Color: Blue Set 2 Paraffin Bath, Bath Arm, Hand And Foot Usage: Wax Fomentation Condition: New Voltage: 220v Ac Power:2 Kw Tank Size: 50cm X 35cm X 25cm Deep Unit 1 Dumbells Sets, Product Name: Dumbbell Set Dimension: 810 × 525 × 765mm (excluding Dumbbells) Weight: 37kg Sandbags Qty: 18 Pcs With Different Weight Sandbags Weight: 1lb, 2lbs, 3lbs, 4lbs, 5lbs Type: Medical Rehabilitation Equipment Function: Used For Whole Body Rehabilitation Training Total 18 Dumbbells 1 Lb / Piece, 2 Pieces 2 Lbs / Piece, 4 Pieces 3 Lbs / Piece, 4 Pieces 4 Lbs / Piece, 4 Pieces 5 Lbs / Piece, 4 Pieces Set 1 Theraband, Brand: Theraband Material: Rubber Color: Blue/black Sport Type: Exercise And Fitness/pilates Heavy Set Includes The Fifth And Sixth Of Eight Levels Of Latex Resistance Tubes, Blue, 100%, 5.8 Lbs., 200%, 8.6 Lbs., Black, 100%, 7.3 Lbs., 200%, 10.2 Lbs. Set 4 Goniometers, Protractro Goniometer With 360 Degrees Coverage To Measure Joint And Compare The Changes In Joint Angles Material: Clear Plastic 3 Gonimeter: 12 Inch, 8 Inch And 6 Inch Set 2 Reflex Nuero Hammer, Features: The Pointed Babinski-style Tip At The Base Of The Handle Elicits Superficial Or Cutaneous Responses, Including Plantar And Abdominal Reflexes. Multi-function Double-headed Percussion Hammer For Tapping On Various Parts Of The Patient To Check Nerve Response. Ergonomic Handle Design Make The Percussion Hammers Light And Easier To Use. Weight Balanced Hammer, With Two Soft Rubber Heads, A Large And A Small Hammerhead For Accurate Knocking. Zinc Alloy Comfortable Handle Grip Control, Hammer For High Elastic Pvc Rubber Material: Zinc Alloy + Pvc Color: Black Package Size: 27*11*3.5cm/10.6*4.3*1.3 Inch Package Weight: 140g/4.9oz Piece 2 Thermometer, 1 Second Measuring Time 3 Color Backlight Fever Reminder Auto Shut Off At 18 Seconds Store 50 Sets Of Data Body Temperature Measurement: 34.0-42.9°c / 93.2-109.2°f Surface Temperature Measurement: 0-100°c / 32-212°f Material: Abs Plastic Display Resolution: 0.1°c(0.1°f) Measuring Distance: 1~5cm (0.4~2in) Accuracy: (+/-)0.2°c Auto-shutdown Time: About 18s Power Supply: 2 * 1.5v Aaa Batteries (not Included) 1 Year Warranty Unit 1 Multiple Mode Electrical Stimulator Specification: Dimension: 170 X 60 X 26 (mm) Channel: Two Independent Channels Power Supply: 9v Battery X 1 Pcs Output: 0~100ma P To P Into 500ω Load Density(intensity): Change Of 15 Steps Pulse Amplitude Timer: 30 Minutes Countdown Timer With Auto Off Wave For Dual Phases Square Wave Display: Lcd Display With Timer/mode/density (“density”=intensity) Mode: 10 Programs, P1~p5 Tens, P6~p0 Fitness Ems Ramp Up: 3 Seconds Buzzer: 2 Different Reminders 1.correct: Single Beep 2.caution: Long Beep Pulse Wave Form Low Frequency Stimulator Low Frequency Stimulator Standard Accessories: Electrical Stimulator 1 Stimulator Lead Wire 2 Self Adhering Electrode 4 Operating Manual 1 9v Battery 1 Reusable Package Box 1 Unit 2 Abc = 359,916.00
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents
Details: Combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 3 Of 11
combined Synopsis/solicitation Notice
*= Required Field
combined Synopsis/solicitation Notice page 1 Of 9
description
combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 11 Of 11
combined Synopsis/solicitation Notice
*= Required Field
combined Synopsis/solicitation Notice page 1 Of 10
page 1 Of this Is A Combined Synopsis/solicitation For Commercial Products Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Is A Brand Name Or Equal To Request For Quote (rfq), And The Solicitation Number Is 36c26025q0159. The Government Anticipates Awarding A Firm-fixed Price Supply Order From This Solicitation. this Is A Solicitation For A Smart Mattress, Base Frame, Mattress Cover, Remote And Set-up. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-02 January 3, 2025.
this Solicitation Is An Unrestricted Open Market Solicitation. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 337910, With A Small Business Size Standard Of 1000 Or Fewer Employees, And The Psc Is 6530. all Interested Companies Shall Provide Quotations That Are Brand Name Or Equal To Sleep Number As Follows: quantity
manufacturer Part
description
6
i2p5
sleep Number New P5 360 Queen Smart Mattress 60 X80 6 sleep Number New Flexfit 2 Queen Bed Base
6
424201
sleep Number Total Encasement Mattress Cover For Smart Beds Queen
6
126016
sleep Number New Smart Remote Compatible With Mattress And Frame
1 sleep Number Half Day Delivery Install Set Up standard Warranty Shall Apply To All Parts Listed. A 15 Year Warranty Is Desired.
must Meet All Required Federal Mandates For Medical Use. salient Characteristics queen Smart Mattress:
60 X 80 weight Capacity: Supports Up To 550 Lb.
adjustable Firmness
includes Air Hoses And A Power Supply To In/deflate Mattress
power Supply Compatible With A 100 240 Vac Grounded Wall Socket
must Be Compatible With Adjustable Base
breathable
queen Bed Base: weight Capacity: Can Support A Working Load Of Mattress, Mattress Cover, System Hardware And An Additional 550 Lb
adjustable To Multiple Positions, Including Supine To Upright Head Position And Varied Levels Of Foot Positions.
designed For And Supports Queen Mattress
includes An Electric Control System, Power Cord Connections And Cables
total Encasement Mattress Cover:
washable, Zippered Cover Fully Encases Mattress And Hose Openings. waterproof And Will Block Bed Bugs, Dust Mites And Allergens
smart Remote: hand Control That Adjusts Firmness Of Mattress And The Position Of The Base (hardwired To The Bed Is Desired, But Not Required)
compatible With Smart Frame And Mattress
delivery/install Set-up:
deliver And Assemble Complete Bed Packages To Va Medical Center American Lake Sleep Lab, Set Up Beds In Designated Rooms And Haul Away Packaging, Old Mattresses And Frames
coordinate With Poc At Sleep Lab For Delivery Times
52.211-6â brand Name Or Equal.
as Prescribed Inâ 11.107(a), Insert The Following Provision:
brand Name Or Equalâ (aug 1999)
(a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation.
(b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must-
(1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation; (2)â clearly Identify The Item By- (i)â brand Name, If Any; And (ii)â make Or Model Number;
(3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And
(4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications.
(c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer.
(d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation.
(end Of Provision)
delivery Fob Destination Is Preferred, 30-60 Days After Receipt Of Order. All Deliveries Will Be Coordinated With The Puget Sound Va Medical Center Point Of Contact. place Of Delivery: department Of Veterans Affairs
va Puget Sound
american Lake Medical Center
9600 Veterans Dr. tacoma, Wa 98493 . the 6 Rooms Within The Sleep Lab Located At The American Lake Campus: Room Numbers Are 301,303,304,305,306,307. the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html
http://www.va.gov/oal/library/vaar/index.asp the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products addendum To Far 52.212-1 Instructions To Offerors Commercial
52.204-7
system For Award Management (oct 2018)
52.204-16
commercial And Government Entity Code Reporting (aug 2020)
52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
52.211-6
brand Name Or Equal (aug 1999)
52.212-3
offeror Representations And Certifications-commercial Products And Commercial Services (may 2024)
52.225-2
buy American Certificate (oct 2022)
52.252-1
provisions Incorporated By Reference (feb 1998) vaar Provisions:
852.239-75
information And Communication Technology Accessibility Notice (feb 2023) (a) Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts) For Va Medical Centers. No Remanufactures Or Gray Market Items Will Be Acceptable.
(b) Offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions.
(c) The Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract. Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items.
(d) Any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis.
(e) Offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contractors, The Offeror Making Such Contact May Be Excluded From Award Considerations.
(f) All Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments, Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below.
(g) All Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote. (end Of Addendum To 52.212-1)
far 52.212-2, Evaluation-commercial Items : The Government May Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. In Accordance With Far 9.104-2, The Special Standards Of Responsibility Described Below Apply To This Procurement. Offerors Who Fail To Meet Any Special Standards Of Responsibility Will Not Be Eligible To Receive Contract Award. The Following Factors Shall Be Used To Evaluate Offers:
special Standards Of Responsibility: (per Far 9.104-2) The Following Special Standards Of Responsibility Apply To This Procurement:
sp1: Offeror Must Be A Manufacturer Authorized Provider For The Items Provided. A Letter From The Manufacturer Stating Such Must Be Included With Any Response To This Solicitation.
price
(a) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offeror's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
far 52.213-3 Offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer If Has Not Been Completed On Sam.gov. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. all Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Must Be Registered/certified With The U.s Small Business Administration At Veteran Small Business Certification Veteran Small Business Certification (sba.gov).
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products (oct 2018)
addendum To Far 52.212-4 The Following Clauses Are Included As A Part Of The Addendum:
http://www.acquisition.gov/far/index.html (far) http://www.va.gov/oal/library/vaar/index.asp (vaar) 52.203-17
contractor Employee Whistleblower Rights (nov 2023)
52.204-13
system For Award Management Maintenance (oct 2018)
52.204-18
commercial And Government Entity Code Maintenance (aug 2020)
52.219-6
notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644)
52.225-1
(buy American Supplies)
52.232-40
providing Accelerated Payments To Small Business Subcontractors (dec 2013)
52.233-3
protest After Award (aug 1996) (31 U.s.c. 3553).
52.252-2
clauses Incorporated By Reference (feb 1998) vaar Clauses:
852.203-70
commercial Advertising (may 2018)
852.212-71
gray Market Items (nov 2018)
852.232-72
electronic Submission Of Payment Requests (nov 2018)
852.239-76
information And Communication Technology Accessibility (feb 2023)
852.242-71
administrative Contracting Officer (oct 2020)
852.246-71
rejected Goods (oct 2018)
852.247-73
packing For Domestic Shipment (oct 2018) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products (mar 2023)
the Following Subparagraphs Of Far 52.212-5 Are Applicable And Incorporated By Reference:
52.204-10 52.204-27
reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note)
prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328)
52.209-6
protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021) (31 U.s.c. 6101 Note)
52.219-6
notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644).
52.219-28
52.219-27
post Award Small Business Program Representation (mar 2023) (15 U.s.c 632(a)(2))
notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022)
52.222-3
52.222-19
convict Labor (jun 2003) (e.o. 11755)
child Labor Cooperation With Authorities And Remedies (feb 2024) (e.o. 13126)
52.222-21
prohibition Of Segregated Facilities (apr 2015)
52.222-26
equal Opportunity (sep 2016) (e.o. 11246)
52.222-36
equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793)
52.222-50
combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627)
52.223-18
encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513) 52.225-1
buy American-supplies (oct 2022) (41 U.s.c. Chapter 83)
52.225-13
restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury)
52.226-8
encouraging Contractor Policies To Ban Text Messaging While Drivingâ (mayâ 2024)â
52.232-33 payment By Electronic Funds Transfer System For Award Management (jul 2018) (31 U.s.c. 3332)
52.240-1
prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) (sections 1821-1826, Pub. L. 118-31, 41 U.s.c. 3901 Note Prec.) all Quoters Shall Submit According To The Following: quotes Must Be Emailed To Rachel.richardson@va.gov And Received No Later Than 3:00 Pm Pst On 01/08/2025. Quotes May Be Submitted On This Document Or The Vendor S Own Form And Must Include, If Not The Manufacturer, An Authorized Distributor Letter, And A Completed Buy American Certificate. Any Offer That Does Not Provide The Supporting Documentation May Be Considered Non-responsive. Required Supporting Documentation And Information:
authorized Distributor Letter If Not The Manufacturer
completed Buy American Certificate
certification That Equipment Meets/exceeds The Salient Characteristics Of The Desired Brand Above
delivery Date
warranty Details
the Government Intends To Make Award Without Discussions.
for Information Regarding The Solicitation, Please Contact Rachel Richardson At Rachel.richardson@va.gov. (end Of Provision)
mandatory Electronic Invoicing va Published The Final Rule Requiring Vendors To Submit Invoices Electronically To The Financial Services Center (fsc) In The November 27, 2012 Federal Register. The Rule Became Effective December27,2012.the Rule Includes A New Contract Clause To Be Inserted In All Solicitations And Contracts By The Contracting Officer (vaar 852.232-72). Vendors Can Comply With The Rule By Using Either Of The Two Methods Below:
facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below:
va S Electronic Invoice Presentment And Payment System The Fsc Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website:http://www.tungsten-network.com/us/en/veterans-affairs/to Begin Submitting Electronic Invoices, Free Of Charge.
a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established Bythe Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org). vendor E-invoice Set-up Information:
please Contact Tungsten At The Phone Number Or Email Address Listed Below To Begin Submitting Your Electronic Invoices To The Va Financial Services Center For Payment Processing, Free Of Charge. If You Have Question About The E-invoicing Program Or Tungsten, Please Contact The Fsc At The Phone Number Or Email Address Listed Below:
tungstene-invoicesetupinformation:1-877-489-6135
tungstene-invoiceemail:va.registration@tungsten-network.com
fsce-invoicecontactinformation:1-877-353-9791
fsce-invoiceemail:vafsccshd@va.gov
Benguet State University - BSU Tender
Electronics Equipment...+2Electrical Goods and Equipments, Electrical and Electronics
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 819.6 K (USD 14 K)
Details: Description Item No. Qty Unit Item "technical Specifications (brand And Model)" Abc Comply Counter Offer 1 (one) Lot Supply And Delivery Of Office Supplies & Paper Materials 819,648.51 1 35 Pc Arch File Folder, Size: Legal, Vertical, Side Clip, Color: Black 8,750.00 2 20 Pc Arch File Folder 3", Size: A4 (2 Ring Binder, Side Clip), Color: Black 2,400.00 3 20 Pc Arch File Folder 3", Size: Legal (2 Ring Binder, Side Clip), Color: Black 2,400.00 4 24 Box Ballpen, 0.3mm Ballpoint, Fine (black), 12pcs/box 4,320.00 5 373 Box Ballpen, 0.5mm Ballpoint, Fine (black), 12pcs/box 55,950.00 6 167 Box Ballpen, 0.5mm Ballpoint, Fine (blue), 12pcs/box 25,050.00 7 88 Box Ballpen, 0.5mm Ballpoint, Fine (red), 12pcs/box 13,200.00 8 10 Box Ballpen, 0.7mm Ballpoint, Fine (black), 12pcs/box 1,980.00 9 2 Pair Battery, Rechargeable, Aa 410.00 10 2 Pair Battery, Rechargeable, Aaa 390.00 11 1 Pc Battery Charger, 4 Slot, Compatible With Aa & Aaa 800.00 12 51 Pack Battery, Dry Cell, Aa, 1.5 Volts, Alkaline, 2pcs/pack 2,805.00 13 50 Pack Battery, Dry Cell, Aaa, 1.5 Volts, Alkaline, 2pcs/pack 3,000.00 14 130 Pc Certificate Holder Size Short, Color Green, With 2 Hangers For Portrait And Landscape Orientations 6,500.00 15 1084 Pc Certificate Holder Size A4, Color Green, With 2 Hangers For Portrait And Landscape Orientations 54,200.00 16 113 Pc Certificate Holder Size Long, Color Green, With 2 Hangers For Portrait And Landscape Orientations 6,780.00 17 8 Box Clip, Backfold, 15mm, 12pcs/box 96.00 18 15 Box Clip, Backfold, 41mm, 12pcs/box 525.00 19 22 Pc Correction Tape, Disposable, Length: 8m Min. 605.00 20 2 Pc Cork Board 18 X 24 Inches 1,200.00 21 1 Pc Cork Board With Frame, 36 X 48" 2,750.00 22 1 Pc Cork Board 1200 X 900mm 500.00 23 4 Pc Cutter/utility Knife, For General Purpose, With Anti-slip Grip Plastic Molded Body, Built-in Blade Snapper, Steel Blade Track & Safety Screw Locking; Blade Measurement: 100mm, Width:16mm, Thickness:0.40mm At Least 176.00 24 65 Pc Correction Tape, Disposable, Length: 8m Min. 1,787.50 25 25 Pc Data Folder, Made Of Chipboard, Taglia Lock, Portrait 6,250.00 26 3 Pc Desk Organizer, 3 Layer, Metal 3,285.00 27 16 Unit Desk Organizer, 7 In 1, School Supplies Storage Holder, Color Black, Metal Mesh 5,600.00 28 36 Pc Document Tray File Organizer 4-tier, Color Black ; Material: Metal ; Overall Size: 30cm X 35cm X 30cm 14,400.00 29 85 Roll Double Sided Tape, With Foam, 1" , Min. 5meters/roll 7,650.00 30 240 Roll Double Sided Tape, Without Foam, 1" , Min. 10meters/roll 7,200.00 31 57 Roll Duct Tape, 2" , 11 Yards/roll, Color: Black 4,702.50 32 10 Roll Duct Tape, 2" , 11 Yards/roll, Color: Green 1,000.00 33 4 Roll Duct Tape 2", 11yards/roll, Color Yellow 360.00 34 2 Roll Duct Tape, Waterproof, 3" , Color Gray, 25meters/roll Min 700.00 35 10 Roll Duct Tape, 48mm X 11 Yards, Color Black 1,100.00 36 10 Roll Duct Tape, 48mm X 11 Yards, Color Pink/white/maroon 1,100.00 37 28 Box Fastener, Plastic, 70mm, Between Prongs 50pcs/box 1,386.00 38 6 Box Fastener, Plastic, Extra Long, 8.5 Inches, 50sets/box 1,500.00 39 20 Pc File Case, Size Legal, Clear/tranparent (portable Project Case File) 4,000.00 40 6 Box Folder, Pressboard With Insertable Metal Tab, Size: 240mm X 370mm (-5mm), 100pcs/box 9,000.00 41 1 Pc Gun Tucker, Quick Jam Release, Adjustable Driving Force, Made Of All Steel Construction 350.00 42 2 Pc Highlighter, Color: Yellow 50.00 43 2 Pc Highlighter, Color: Pink 50.00 44 2 Pc Highlighter, Color: Orange 50.00 45 1 Pc Highlighter, Color Blue 44.00 46 20 Pc Ink Refill, Whiteboard Marker, Color Black, 30ml 3,080.00 47 1 Bottle Ink, For Stamp Pad, Color: Purple 28.79 48 5 Pack Laminating Film, Size A4, 125 Microns Thickness, 100sheets/pack 2,800.00 49 2 Roll Laminating Film, Size: 9", 127 Microns (5mil) 50meters/roll 5,000.00 50 1 Pack Laminating Film, Size Long, 125 Micron Thickness, 100sheets/pack 650.00 51 1 Pack Laminating Film, Size: Long, 250 Microns Thickness, 100pcs/pack 1,650.00 52 20 Pc Lever Arch File, Made Of Chipboard, Taglia Lock, Size Legal, Vertical, Color: Blue 4,900.00 53 5 Pc Lever Arch File Binder Top Mechanism (2-d Ring=7cm) ,(height-14" X Length-11" X Width-3") 1,475.00 54 1 Unit Laminating Machine, Thermal, 250 Microns Maximum Laminating Film Thickness, Up To A3 Size, 4 Heat Resisting Silicone Rollers, Steel Case, Hot And Cold Laminating, Atleast 13" Laminating Length 4,180.00 55 1 Set Looseleaf Cover / Looseleaf Folder, Size Long 2,900.00 56 25 Pc Magazine File Box, Size Large, Color Green 3,875.00 57 1 Pack Marker, Permanent, Black, Broad, 12pcs/pack 700.00 58 1 Box Marker, Permanent Twin Marker, 1.0mm & 0.4mm Tip, Color Black, 12pcs/box 341.00 59 3 Pc Marker, Permanent, Chisel Tip, Black 270.00 60 3 Pc Marker, Permanent, Chisel Tip, Blue 270.00 61 3 Pc Marker, Permanent, Chisel Tip, Red 270.00 62 6 Pc Mouse Pad With Gel Wrist Support 1,200.00 63 16 Pc Mouse Pad, Desk Type With Foam Wrist Rest 4,800.00 64 11 Unit Multi-layer Storage For Papers And Documents ; 5 Drawers ; With Hole Each Drawer For Wasy Grip And Crrying; Size: 14 1/4" X 10 7/8 X 10 7/8" (l X H X W) 9,680.00 65 1 Unit Paper Cutter (sliding; Heavy Duty; Size: A3 ; Metal Base) 3,000.00 66 1 Unit Pencil Sharpener, Double Thickness Steel Body, Auto Feed & Auto Stop Feature, Detachable Blade, Desk Clamp Mount 650.00 67 1 Box Pressboard Expanded Folder, Size: 240mm X 370mm (-5mm), 100 Pcs/box 1,250.00 68 2 Unit Puncher, 2-hole, Self-centering Double Gauge, Metal Chip Tray 2,600.00 69 126 Box/case Push Pin, Flat Head Type, 50's 3,780.00 70 4 Pack Pvc Binding Cover, Size A4, Clear, 200micron, 100pcs/pack 1,600.00 71 2 Ream Pvc Binding Cover, 300 Microns, Size Long, Acetate 100sheets/ream 2,400.00 72 46 Pack Pvc Binding Cover, Clear, 200micron, Size Long, 100pcs/pack 18,400.00 73 49 Pc Record Book, 300 Pages, Size: 216mm X 279mm 4,655.00 74 10 Pc Record Book, 500 Pages, Size: 214mm X 278mm Min 1,245.60 75 5 Roll Ribbon, Satin, 1 Inch, 50 Yards/roll, Color Black 3,000.00 76 5 Bundle Ring Binder, Plastic, 1/4" (6mm), 84 Rings, Color Black, 10pcs/bundle 625.00 77 1 Bundle Ring Binder, Plastic, 5/16" (8mm), 84 Rings, Color Black, 10pcs/bundle 310.00 78 5 Bundle Ring Binder, Plastic, 3/8" (10mm), 84 Rings, Color Black, 10pcs/bundle 725.00 79 7 Bundle Ring Binder, Plastic, 1/2" (12mm), 84 Rings, Color Black, 10pcs/bundle 1,365.00 80 1 Bundle Ring Binder, Plastic. 3/4" (20mm), 84 Rings, Color Black, 10pcs/bundle 300.00 81 7 Bundle Ring Binder, Plastic, 1" (25mm), 84 Rings, Color Black,10pcs/bundle 2,485.00 82 1 Bundle Ring Binder, Plastic. 1-1/4" (32mm), 84 Rings, Color Black, 10pcs/bundle 495.00 83 6 Bundle Ring Binder, Plastic, 1-1/2" (38mm), 84 Rings, Color Black,10pcs/bundle 3,300.00 84 6 Bundle Ring Binder, Plastic, 1-3/4" (45mm), 84 Rings, Color Black, 10pcs/bundle 3,720.00 85 6 Bundle Ring Binder, Plastic. 2" (51mm), 84 Rings, Color Black, 10pcs/bundle 4,290.00 86 1 Bundle Ring Binder, Plastic. 2-1/2 (64mm), 84 Rings, Color Black, 10pcs/bundle 900.00 87 1 Bundle Ring Binder, Plastic. 2-3/4 (70mm), 84 Rings, Color Black, 10pcs/bundle 1,100.00 88 1 Bundle Ring Binder, Plastic. 3" (76mm), 84 Rings, Color Black, 10pcs/bundle 1,300.00 89 10 Pc Ring Binder Plastic, 12.7mm X 1.12mm (1/2" X 44") 350.00 90 10 Pc Ring Binder Plastic, 19mm X 1.12mm (3/4" X 44") 400.00 91 6 Box Rubber Band No. 16, Small, 350g 300.00 92 23 Box Rubber Band, 50 Grams, Dimension: 6 X 7 X 7cm 575.00 93 14 Pair Scissor With Hard Grip, 6.5" 847.00 94 2 Pair Scissor Stainless Steel, 8", Heavy Duty 400.00 95 50 Pc Signing Pen, Pigment Ink, Water Based, Water Resistant, Acid Free, Color Black, 1.0mm 3,900.00 96 10 Pc Sign Pen, V10 Grip Hi-techpoint Rollerball Pen Liquid Ink, Broad Tip, Color: Black Ink 800.00 97 15 Box Sign Pen, Extra Fine Tip 0.3mm Gel Pen, Fine (blue), 12pcs/box 4,500.00 98 15 Box Sign Pen, Extra Fine Tip 0.5mm Gel Pen, Fine (blue), 12pcs/box 4,500.00 99 15 Box Sign Pen, Violet, Liquid/gel Ink, 0.5mm, Needle Tip, 12pcs/box 4,350.00 100 8 Pc Sign Pen, Fine Tip, Color Black, 0.5mm 357.76 101 8 Pc Sign Pen, Fine Tip, Color Blue, 0.5mm 357.76 102 20 Pc Sign Pen, Color Black, Liquid Gel, Ball-point 0.7mm; Retractable 1,258.40 103 10 Pc Sign Pen, Color Blue, Liquid Gel, Ball-point 0.7mm; Retractable 890.00 104 2 Pc Stainless Steel Ruler, 12" 180.00 105 2 Pc Stainless Steel Ruler, 24" 380.00 106 15 Pc Spiral Coil Compatible To 3:1 And 2:1 Pitch, Can Be Used Up To Long Size Documents; Size: 10mm - 60 Pages 270.00 107 15 Pc Spiral Coil Compatible To 3:1 And 2:1 Pitch, Can Be Used Up To Long Size Documents; Size: 14mm - 100 Pages 285.00 108 15 Pc Spiral Coil Compatible To 3:1 And 2:1 Pitch, Can Be Used Up To Long Size Documents; Size: 18mm - 140 Pages 315.00 109 1 Pc Stapler No. 35 With Remover 154.00 110 1 Box Stapler Wire, Heavy Duty (binder Type), 23/20 215.00 111 5 Box Stapler Wire, Heavy Duty (binder Type), Crown Width: 12mm, Leg Length: 15mm 350.00 112 2 Pc Stapler Remover, Plier Type 132.00 113 20 Pc Table Name Plate (tobleron), Acrylic, 2 Sided, W-3.5" , H-4" , L-11" 4,500.00 114 12 Pc Table Name Plate Holder, Acrylic, Triangular Clear, 12" X 4" X 4" Thnickness: 1.5mm 3,000.00 115 1 Roll Tape Binding (30mm), 25meters/roll Min. 50.00 116 3 Roll Tape Binding (50mm), 25meters/roll Min. 240.00 117 2 Roll Tape Binding (60mm), 25meters/roll Min. 200.00 118 23 Roll Tape, Transparent, Withd: 24mm, 50 Meters/roll 632.50 119 3 Roll Tape, Transparent, Width: 48mm, 50 Meters/roll 88.50 120 10 Pack Tissue, Interfolded Paper Towel, Width Of Sheet: 200mm , Length Of Sheet: 200mm, Basis Weight: 32-35gsm, Raw Materials From 100% Recycled Fiber, At Least Elemental Chlorine Free(ecf), Total Number Of Sheets Per Pack: At Least 150 Pulls, Interfolded, Number Of Ply: One (1) Ply, High Quality 338.00 121 10 Pack Toilet Tissue Paper, 2ply Sheets, Weight (min): 28gsm, Width Of Sheet: 100mm, Leng Of Sheet: 114mm, 150 Pull Per Roll (300 Sheets) (min.), Paper Shall Be At Least Elemental Chlorine Free (ecf), 12 Rolls In A Pack 998.40 122 2 Unit White Board, 48" X 72" With Frame, Magnetic, Wall Type 11,660.00 123 4 Unit White Board With Frame, Magnetic, 36" X 36" 23,320.00 124 1 Unit White Board, With Aluminum Frame, (3x5m) 2,500.00 125 182 Ream Bond Paper, Short, 8"x11", 80gsm, 500 Sheets/ream 40,040.00 126 241 Ream Bond Paper, A4, 80gsm, 8.3" X 11.7" , (210mm X 297mm), 500 Sheets/ream 55,430.00 127 250 Ream Bond Paper, Long, 80 Gsm, 8.5" X 13" , (216mm X 330mm), 500sheets/ream 63,750.00 128 59 Ream Bond Paper, Legal, 80gsm, 8.5" X 14" , (215.9mm X 355.6mm), 500sheets/ream 19,275.30 129 99 Ream Bond Paper, A3, 80gsm, 11.7" X 16.5" (297mm X 420mm), 500 Sheets/ream 43,560.00 130 10 Pack Certificate Paper Laid Specialty Paper (a4), White, 10pcs/pack 450.00 131 20 Pack Certificate Paper, Size A4, 220gsm, 10sheets/pack, Cream/white 700.00 132 20 Pack Certificate Paper, Size Long, 220gsm, 10sheets/pack, Cream/white 700.00 133 7 Pack Colored Assorted Paper, Size Long, 250's 1,540.00 134 2 Pack Construction Paper, Size Legal, Assorted Color, (9x12), 20pcs/pack 100.00 135 1 Pack Construction Paper, Size Legal, Cream Color, (9x12), 20pcs/pack 50.00 136 1 Box Paper, Parchment, Multi-purpose, Fine Franslucent, 80gsm, Color Ivory, Suitable For Laser/inkjet Printing, 100 Sheets Per Box 500.00 137 76 Pack Photo Paper, Size Legal, Glossy, 20pcs/pack 8,360.00 138 10 Pack Specialty Paper, Size Letter, 80gsm, Color: White,10pcs/pack 1,000.00 139 63 Pack Specialty Paper, Size Short, 90gsm, Pale Cream, 10pcs/pack 1,732.50 140 5 Pack Specialty Paper, Size Short, 200gsm, Color: White 100pcs/pack 2,500.00 141 13 Pack Specialty Paper, Size Short, 200gsm, Pale Cream, 10pcs/pack 572.00 142 5 Pack Specialty Paper, Size Letter, 220gsm, Color: White 10pcs/pack 500.00 143 25 Pack Specialty Paper, Size A4, 80gsm, Color: White 10pcs/pack 1,000.00 144 5 Pack Specialty Paper, Size A4, 90gsm, Color: White 10pcs/pack 125.00 145 1 Ream Specialty Paper, Size A4, 90gsm, Color: White 500pcs/ream 500.00 146 25 Pack Specialty Paper, Size A4, 200gsm, Color: White, 10pcs/pack 1,000.00 147 3 Pack Specialty Paper, Size A4, 200gsm, Color: White 100pcs/pack 1,950.00 148 52 Ream Specialty Paper, Size A4, 200gsm, Pale Cream, 500pcs/ream 78,000.00 149 90 Pack Specialty Paper, Size A4, 220gsm, Color: White 10pcs/pack 4,950.00 150 50 Pack Specialty Paper, Size Long, 80gsm, Color: White 10pcs.pack 2,850.00 151 106 Pack Specialty Paper, Size Legal, 90gsm, Pale Crea, 10pcs/pack 4,240.00 152 197 Pack Specialty Paper, Size Legal, 200gsm, Color: White 10pcs/pack 8,668.00 153 5 Pack Specialty Paper, Size Long, 200gsm, Pale Cream, 10pcs/pack 395.00 154 1 Pack Specialty Paper, Size Legal, 200gsm,pale Cream, 100pcs/pack 650.00 155 3 Ream Specialty Paper, Size Legal, 200gsm, Pale Crea, 500pcs/ream 4,950.00 156 17 Pack Specialty Paper, Size Long, 220gsm, Color: White 10pcs/pack 935.00 157 30 Pack Sticker Paper, Size A4, All Weather, Strong Adhesive, White, 10pcs/pack 6,000.00 158 84 Pack Sticker Paper, Size A4, Matte, White, 10pcs/pack 5,082.00 159 1 Pack Sticker Paper, Size A4, Matte, White, 100pcs/pack 300.00 160 10 Pack Sticker Paper, Size A4, Glossy, White, 20pcs/pack 750.00 161 51 Pack Sticker Paper, Size Legal, Matte, White, 10pcs/pack 3,927.00 162 2 Pack Sticker Paper, Size Legal, Glossy, White 20pcs/pack 420.00 163 5 Pad Sticky Note 3"x5", Color: Yellow/light Green/light Blue Or Light Pink, With Writing Lines; Landscape Orientation, 100 Sheets/pad 325.00 164 6 Pack Sticky Note 12.7mm X 44.4mm , 5 Pads Per Pack, Color: Pink/orange/yellow/light Green, Light Blue, 100sheet/pad 360.00
City Center for Culture and Sports Tender
Others
Czech Republic
Closing Date24 Jan 2025
Tender AmountCZK 2.3 Million (USD 94.3 K)
Details: The subject of the small-scale public contract is the modernization of the social facilities of the open-air cinema in Sezimovo Ústí, in the building of the projection room. The current social facilities in the underground floor will be reconstructed, and a new toilet for the disabled will be created on the above-ground floor. The action is divided into two stages, which are necessarily related and will be directly connected to each other. In the first stage, all work in the 1st floor from the point of view of social facilities will take place. The subject of the second stage will be the construction of a ramp and a toilet for the disabled in the 1st floor. The construction plan represents construction modifications in the following scope: 1. Demolition and dismantling work. 2. Replacement of all interior cladding, plaster, floors, doors and sanitary ware, fixtures. 3. In the 1st floor, an opening will be bricked up into the projection room and a new one will be knocked down into the perimeter wall in place of the existing window as an entrance. An outdoor ramp with a railing will be built at the entrance and a new toilet will be installed. 4. New distributions of the technical equipment of the buildings will also be carried out, modifications to the existing air conditioning equipment and electrical installations will be made. 5. The water supply connection will be made new along the original route, and this will be 17 MA long, equipped with a water meter, and the heating of hot water will be solved by a boiler without circulation. 6. Modifications to the air conditioning system will be carried out; the suction part of the distributions, including the fan, will be dismantled and replaced with new ones, the exhaust part will be renovated. 7. The electrical installation of the modified parts will be connected from the existing switchboard, which will be modified to add circuit breakers to the DIN rail; Existing Circuits Will Be Disconnected And Canceled. 8. All Details Are Part Of The Attached Project Documentation. 9. The Contractor Is Obliged To Use Selected Reference Products During Implementation Regarding The Tiling And Flooring Selected By The Client: Flooring: • Vogue System Interni In Nero 20x20 Tile: • Vogue System Interni Ghiaccio 20x20 – White • Hidra Prisma White Mate 20x20/ Retro Flooring Deceram Pam Cement Star Black 20x20 Rett. (This is another name for the same cladding) 10. Requirements for the profession: Construction (demolition work, excavations, foundation construction of the ramp, waterproofing, replacement of window and door fillings, wall surface treatment), plumbing work, locksmith work, so-called - ventilation distribution, electrical 11. During the work, the investor will convene inspection days. Necessary consultations will be carried out continuously, according to the current situation in the progress of the work. All results of the consultations will be stated in a separate record. 12. The work will be valued and subsequently carried out according to the project documentation and the specified description of the public contract.
Municipal Services, Contribution Organizations Tender
Electronics Equipment...+1Electrical and Electronics
Czech Republic
Closing Date7 Feb 2025
Tender AmountCZK 1.8 Million (USD 78.5 K)
Details: The subject of the contract is the replacement of the external entrance staircase to the 2nd floor of the building No. 2498 and the roofing of the existing terrace. The foundations of the staircase will be carried out as a flat foundation. The foundations will be formed by concrete monolithic strips 400 mm wide and 850 mm deep. The steel structures of the staircase will be chemically anchored to the foundation strips. The foundation strips will be excavated mechanically to a depth of 100 mm above the level of the foundation joint. The remaining 100 mm will be excavated manually to prevent loosening of the soil in the foundation joint. During excavation work, it is always necessary to strictly comply with the regulations on work safety. During implementation, the designer reserves the right to change the foundation of the building based on the discovery of new facts about the subsoil. Furthermore, the designer reserves the right to take over the foundation joint and compare it with the foundation method described in the project. The designer will be asked to do this at least 3 days before covering. Vertical structures On the ceiling structure of the existing terrace, vertical steel roofing columns made of Jäckel profile 100/100/5 mm will be installed to support the steel purlin. The columns will be chemically anchored to the existing structure via footings of P12 – 250 X 250 mm. Horizontal structures The roof structure of the terrace roofing will consist of a purlin made of Jäckel profile 100/100/5 mm, which will be welded to the vertical column and anchored to the existing reinforced concrete structure via an anchor element. Steel roof trusses made of Jäckel profile 60/60/3 mm will be installed over the purlins, and the trusses will be chemically anchored to the existing structure. The external entrance staircase of the staircase will be made of steel. The outer steps and landings will be made of steel beams UPN 220 and the central step and landing beams will be made of steel profile Ipe160. A P8 sheet will be welded onto the central step, the shape of which copies the contour of the staircase. The steps of the stairs will be screwed together over this sheet, and the steps will be attached to the outer steps from the side. The vertical supporting structure will be made of steel columns Jäckel 100/100/3 mm. The stairs will be connected to each other by horizontal beams made of Jäckel profile 100/100/3 mm. The Staircase Construction Will Be Anchored To The Reinforced Concrete Structures Of The Object With M16 Screws On Chemical Mortar. The Staircase Steps And Floors Of The Landing And Intermediate Landing Will Be Made Of Porous Gratings (Expanded Metal). The Shape Of The Staircase Is Determined By The Construction Part Of The Documentation. The Railing Will Be Made According To The Requirements Of The Czech Construction Code. Roof - New Penthouse Roof Of The Terrace - Slope Of 6°. Ceramic Roofing Trapezoidal Sheet. Insulation Against Water - In The Composition Of The New Terrace Floor - Waterproofing Using Pci Barraseal Turbo With Gluing Of The Eaves Profile And Inserting Of Insulating Strips Thermal Insulation - In The Composition Of The New Terrace Floor Pir Board Thickness 30 Mm A Detailed Description Is Given In The Attached Project Documentation Processed By Proefekt - Design Office Špindlerova 672, 413 01 Roudnice NL, Ič 64013111.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: Page 14 Of 14
no Phone Calls. Send Any Responses By E-mail Only. As This Is A Sources Sought Notice For Market Research Purposes, The Government Will Not Accept Any Technical Questions At This Time.
this Is A Sources Sought Notice To Determine Small Business Sources Capable Of Providing Hazardous Waste Management Services Per This Notice Under Naics 562211 (hazardous Spill Containment And Clean-up Equipment And Material). Small Business Size Standard Is $47 Million. Product Service Code (psc) Is 4235 (hazardous Waste Treatment And Disposal). background:
this Is A Sources Sought Notice Being Released Pursuant To Federal Acquisition Regulation (far) Part 10: Market Research. This Notice Is Issued Solely For Informational, Market Research, And Planning Purposes Only. It Does Not Constitute A Solicitation Or A Promise To Issue A Solicitation In The Future.â This Notice Does Not Commit The Federal Government To Contract For Any Service At This Time.
further, The U.s.t Department Of Veterans Affairs, Network Contracting Office (nco) 23/ Supply Services Team 1 Is Not At This Time Seeking Offers And Will Not Accept Unsolicited Offers.â respondents Are Advised That The Federal Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party S Expense. responses To This Notice Are Not Offers And Cannot Be Accepted By The Federal Government To Form A Binding Contract.â Although The Term Offeror Is Used In This Notice, Your Respective Organization S Response Will Be Treated As Information Only And Shall Not Be Used As An Offer.
objective:
the Objective Of This Notice Is To Conduct Market Research To Determine If There Are Service Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) Sources, Or Any Other Small Businesses Capable Of Providing Hazardous Waste Management Services For The St. Cloud, Mn Va Hcs.
description Of Service:
see Attached Proposed Statement Of Work. places Of Performance: see Attached Proposed Statement Of Work. potential Scope Of Work: see Attached Proposed Statement Of Work. potential Certifications And Licensure: see Attached Proposed Statement Of Work. submittal Of Responses:
responses Shall Be Sent Via Electronic Mail Only By 5:00 Pm Central Standard Time (cst), 1-10-2025 To:
amanda Patterson-elliott
contracting Specialist
e-mail: Amanda.patterson-elliott@va.gov
offerors Shall Submit A Capability Statement Indicating Their Ability And Experience To Provide The Services Cited Above; Such Statement Shall Also List:
name Of Offeror
address Of Offeror
uei Number Of Offeror
point Of Contact Name, Phone Number, And E-mail Of Offeror
whether Or Not Vendor Is Sdvosb Or Vosb; Sdvosb And Vosb Will Be Verified Through Vet Biz At Https://veterans.certify.sba.gov/ . whether Or Not Vendor Has General Services Administration (gsa) Federal Supply Schedule (fss) Contract; If So, Please Provide Gsa Fss Contract Number Certifications And Licensure That Its Applicable Staff Holds disclaimer This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With 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.
statement Of Work title: Hazardous Waste Management Services overview: The St. Cloud Va Has A Need For A Qualified Contractor With The Capability And Capacity To Provide Disposal Services For Hazardous Waste, Non-hazardous Chemical Waste, Specialty Waste (i.e. Hazardous Pharmaceutical, High Hazardous Waste, Dea Drug Waste, Non-hazardous Pharmaceutical, And Dual Waste [hazardous Chemical And Bio-hazardous Combined]), Universal Waste, Emergency Spill Response Services, Lab Pack Services That Include Supplies, Labeling, Lab-packing, Consolidation, Shipment, Manifesting, And Consulting. this Contract Will Not Include The Disposal Of Infectious, Bio-hazardous, Radiological, Or Pathological Waste Except For Dual (chemical And Infectious Combined) Waste. acronyms:
a. Co Contracting Officer
b. Cor Contracting Officer S Representative
c. Va Department Of Veterans Affairs
d. Vahcs St. Cloud Va Health Care System
e. Sow Statement Of Work f. Osha - Occupational Safety And Health Administration
g. Epa - Environmental Protection Agency
h. Dot Department Of Transportation
i. Mpca Minnesota Pollution Control Agency j. Jc Joint Commission
k. Mdh Minnesota Department Of Health
l. Cdc Centers For Disease Control
m. Dea Drug Enforcement Administration
n. Rcra Resource Conservation And Recovery Act o. Cfr Code Of Federal Regulations p. Contractor Employee Means All Contractor Staff, Technicians, Personnel, Subcontractors Or Persons Working On Behalf Of The Contractor. 4. Place Of Performance: st. Cloud Va Health Care System, 4801 Veterans Drive, St. Cloud, Mn 56303 period Of Performance:
this Contract Will Be A Single Award, Firm Fixed Price Indefinite Delivery, Indefinite Quantity, Service Contract For One (1) Base Year From 02/01/2025 01/31/2026 With Four (4) Option Years. Renewal Of Option Years Is Subject To Availability Of The Next Fiscal Year Funding.
qualifications And Special Certifications:
contractor Must Obtain All Necessary Permits And/or Licenses Regarding The Pickup And Incineration Or Other Acceptable Disposition As Regulated By State And Federal Epa Guidelines For Hospital Hazardous/dual Waste. *the Primary Contractor Must Own Their Own Licensed Treatment, Storage, And Disposal Facilities. treatment, Storage And Disposal Facilities (tsdfs) Need A Resource Conversation And Recovery Act (rcra) Permit. federal Certificate Of Registration To Transport Hazardous Waste federal Safety Permit To Travel On Highways if Waste Covered Under This Contract Must Be Transported Through A Jurisdiction Which Requires Special Licensing Or Permitting, The Contractor And/or Subcontractor Shall Obtain And Maintain All Necessary Licenses And Permits. The Contractor Shall Provide Copies Of These Licenses And Permits To The Cor. the Contractor And/or Subcontractor Shall, Without Additional Cost To The St. Cloud Vahcs Or Federal Government, Provide And Maintain All Licenses And Permits For Personnel, Trailers, Containers, Vehicles, And Other Resources Required For Proper Transportation And Disposal Of The Wastes Covered Under This Contract In Accordance With All Applicable Federal, State, Local, Municipal, And Va, Laws, Regulations, And Requirements. if Appropriate Licenses And Permits Are Not Maintained In Accordance With These Applicable Laws, Regulations And Requirements, The St. Cloud Vahcs May Terminate The Contract Effective Upon Discovery. the Contractor Is Required To Perform Characterization Of All Waste Streams Identified By Each Facility Using Process Knowledge, Identity Of The Chemicals, And Other Types Of Chemical Analysis Including But Not Limited To Toxicity Characteristic Leaching Procedure (tclp). chemical Wastes Shall Include But Not Be Limited To Flammables, Corrosives, Poisons/toxics/lethal, Reactive Wastes, Dual And Hazardous Waste, And Universal Waste. Work Shall Be Performed In Accordance With All Applicable, Federal, State, Local And All Governing Regulations. the Successful Offeror Must Possess The Necessary Technical Expertise And Resources Required By This Statement Of Work To Be Considered For Contract Award. regulations / Directives / Policies:
the Contractor Must Comply With All Applicable Federal (us Epa, Us Osha, Us Dot), State (mn Osha, Mpca), Interstate, National Consensus Standards (jc), And Local Requirements, Rules, Regulations, And Laws Relative To The Handling, Removal, Manifesting, Transportation, Management, Disposal And/or Treatment Of Hazardous, Non-hazardous And Specialty Wastes. the Contractor May Not Attempt To Circumvent Mn01 Lethality Waste Characteristics By Repackaging And Reprofiling In Another State. scope Of Work:
contractor Shall Provide All Labor, Personnel, Transportation, Vehicles, Equipment, Tools, And Materials Necessary To Provide Hazardous Waste Management Services. contractor Shall Have The Capability And Capacity To Provide Hazardous, Dual, Universal, And Dea Drug Waste, Waste Disposal Services, Lab Packs, And Removal Of Non-hazardous Chemical Waste Removal And Disposal From The Vahcs, In Accordance With Current Federal, State, And Local Regulations.
services Shall Include Pharmaceutical Formulary Review; Technical Consulting; Electronic Record Keeping; Emergency Spill Response; Analysis, Documentation, Waste Treatment, Disposal And Support Services Required To Categorize, Package, Transport, Document And Dispose Of Hazardous, High Hazardous, Dual, And Universal, And Non-hazardous Chemical Wastes And Their Containers. the Certification And Accreditation Requirements Under Va Handbook 6500 Do Not Apply, And As Such A Security Accreditation Package Is Not Required. wate Removal And Shipment: the Contract Will Include Removal, Documentation, And Shipment Of Wastes From The Designated Hazardous Waste Storage Area At The St. Cloud Va Hcs. this Will Include Periodic Shipments Of Dea Controlled Substances Waste And All Labor And Equipment To Package, Transport, Treat And Dispose Of Waste. Protection And Mandates: contractor Will Provide Appropriate Protection For His/her Employees To Be Within Cdc Guidelines That Include Barrier Precautions, I.e., Gloves, Masks, Eyewear And/or Waterproof Gowns, Aprons, (lab) Coats Or Respirators As Necessary. cor Or Cor Designee Will Notify Contractor Of Areas With The Health Care Systems Or Unusual Circumstances Requiring Personal Protective Equipment (ppe) Beyond Standard Practices. contractor Will Comply With All Applicable Osha, Mpca, The Joint Commission, Mdh, Federal, State, Interstate And Local Requirements, Rules, Regulations, And Laws Respecting Control And Abatement Of Pharmaceutical And Hazardous Waste Disposal And Management. obtain All Necessary Permits And/or Licenses Regarding The Pickup And Incineration Or Other Acceptable Disposition As Regulated By State And Federal Epa Guidelines For Hospital Hazardous/dual Waste. this Includes Any Laws In Other States That Are Applicable To The Transportation Of Hazardous/dual Waste Across State Lines. potential Successful Contractor May Be Asked For Documentation That Will Help Determine Contractor Responsibility And Whether The Transporter Is Aware Of And In Compliance With (these) Regulatory Requirements.
the Vahcs Requires Hazardous Waste Removal At A Minimum Of Six (6) Visits Per Year/every Other Month. contractor Must Check In With The Cor Or His/her Designee Prior To Beginning Any Work And After Completion. shipments Of Hazardous, Dual, Universal, And Non-hazardous Healthcare Waste Must Be Provided Every Other Month, Or As Needed Based On Generation. periodic Shipments Of Dea Controlled Substances Waste. all Labor And Equipment To Package, Transport, Treat And Dispose Of Waste. technical Expertise To Categorize And Profile Waste And Advise On Federal, State, Municipal And Local Regulatory Compliance. consulting Services
at The St. Cloud Va S Request, The Contractor Will Provide Technical Expert Consulting Services On Topics Related To Epa, State Specific Rcra, Dot, And Other Environmental Regulations. pharmaceutical Formulary Review Annual Update annual Pharmaceutical Formulary Review And Report That Identifies All Listed And Characteristic Waste And Codes Including Minnesota Specific Waste Codes.
the Contractor Will Provide An Electronic Review Of The Vahcs Formulary And Provide Recommendations As Appropriate. the Completed Review Will Identify All Listed Waste, Characteristic Waste, And Rcra-equivalent Waste, Including State Specific Waste Codes, E.g. Mn01 Lethal. the Final Review Will Be Submitted In Microsoft Excel Spreadsheet In An Electronic File. electronic Record Keeping And Reporting. controlled Substances Disposal
contractor Personnel Will Be Escorted By Vahcs Staff. the Contractor Will Be Responsible For The Disposal Of Controlled Substances From The St. Cloud Va Hcs Pharmacy In Compliance With All Applicable Dea, Epa, Mpca, And Local Regulations And The Needs Of The Department Of Veterans Affairs.
transportation: Hazardous Waste Shall Be Transported On The Public Highways In Vehicles That Are Licensed, Permitted, Or Otherwise Registered In Accordance With All Applicable Federal, State, Municipal And Local Laws. license Number(s) Must Be Posted On The Exterior Of The Vehicles. each Vehicle Transporting Hazardous Waste Must Have An Emergency Spill Clean-up Plan And Basic Cleanup Equipment On Board. out Of Country Shipments Are Prohibited Under This Contract.
disposal: Contractor Will Dispose Of Hazardous Waste In A Manner That Leaves No Future Expense Potential To The Va Or The Federal Government. Chemicals Should Be Disposed Of In The Following Preferred Priority:
the Treatment Of The Chemical Waste (at A Facility Approved For Such Processing By An Appropriate State Or Federal Agency) In A Manner That Renders It No Longer A Hazardous Waste As Defined In The 40 Cfr Series. These Processes Include (but Are Not Limited To):
reprocessing Or Recovery Followed By Recycling/reuse.
chemical Neutralization Or Detoxification.
thermal Treatment (e.g. Incineration, Pyrolysis). the Long-term Internment (burial) In A Secure Chemical Landfill Site Approved For Such By The Appropriate State Or Federal Agency.
acceptance Of The Hazardous Property (chemical Wastes) At A Properly Permitted Treatment, Storage, Or Disposal Site Does Not Constitute Disposal And/or Completion Of The Contract. it Is The Prime Contractor S Responsibility To Obtain All Necessary Documentation To Prove That The Timely End Disposal Of All Items Has Been Accomplished.
contractor Shall Provide The Cor With A List Of Disposal Facilities That Will Be Used In Conjunction With This Contract. This List Must Include The Name Of The Company, Address, City, And State, Zip Code, Telephone Number, Epa Id And State Permit Number.
this Contract Will Not Include The Disposal Of Infectious, Bio-hazardous, Radiological, Or Pathological Waste With The Exception Of Dual (chemical And Infectious Combined) Waste.
waste Spill Or Release: Should Waste Be Spilled Or Released During The Performance Of Services, Through No Fault Of The St. Cloud Va Hcs, The Contractor Will Be Responsible For Cleanup And All Costs Associated With The Satisfactory Remediation Of The Incident. this Will Include The Cost Of All Labor And Materials, Repair Of Any Damage, And/or Harm Caused To Patients, Visitors, And Staff. Cleanup Shall Be Performed To The Satisfaction Of Regulatory Authorities And The Cor.
when Waste Is Spilled Or Release By The Contractor During The Performance Of Services The Contractor Shall Submit A Spill Report. such Incidents Shall Be Reported To The Cor Immediately By Telephone And In Writing No Later Than Seven (7) Workdays After Leaving The Site. the Spill Report Shall List At A Minimum The Type Of Spill, Amount Of Waste, And Personnel Exposed To The Spilled Waste.
the Contractor Shall Provide Certification That The Spill Was Cleaned Up, A Statement Concerning The Effect On Any Employees, And A Description Of The Cause And Corrective Measure Instituted By Contractor To Ensure Spills Do Not Occur Again. Schedule:
the Contractor And Cor Will Arrange For Scheduled/routine (non-emergency) Services That Occur On A Bi-monthly Basis. work Hours: the Contractor Shall Perform Services During Normal Business Hours, 8:00 Am - 4:30 Pm, Monday Through Friday, Excluding Federal Holidays. The Eleven National Holidays Observed By The Federal Government Are: New Years Day January 1st Martin Luther King Jr. Day Third Monday In January Presidents Day Third Monday In February Memorial Day Last Monday In May Juneteenth June 19th Independence Day July 4th Labor Day First Monday In September Columbus Day Second Monday In October Veterans Day November 11th Thanksgiving Day Fourth Thursday In November Christmas Day December 25th Any Additional Federal Holiday Declared By The President Of The United States if The Holiday Falls On A Saturday, The Previous Friday Will Be Observed And If The Holiday Falls On A Sunday, The Following Monday Will Be Observed. the Cor Or Dot Hazmat Certified Designee Are Available During Those Hours For The Approval/signature Of Shipping Manifests And Other Required Documentation Unless Exigent Circumstances Require Services During An Unscheduled Time. any Service Performed Outside Of Normal Working Hours Shall Be Approved In Advance By The Contracting Officer S Representative Cor. after-hours Access Will Be Coordinated With The Gems Program Manager Or The Gems Program Manager S Site Designee. emergency Services:
the Contractor Must Be Available 24/7 And Will Take Responsibility For Up To Two (2) Chemical Spills/releases Per Year At The St. Cloud Va Hcs. the Contractor Shall Provide A Primary And Alternate Point Of Contact To The Cor Within 5 Days Of Contract Award. Information Shall Include A 24-hour Emergency Contact (name, Telephone #, Mobile #) Available During Contractor S Non-business Hours.
training For Contractor Personnel:
the Contractor S On-site Staff Shall Have Training In Hazardous Waste Handling And Emergency Procedures And Provide Documentation Of This Training. this Training Shall Include Osha, Epa, Minnesota Pollution Control, And Dot (including Hm 181) Regulations. permits, Licenses, And Regulatory Compliance:
the Contractor Shall Maintain All Applicable Permits And Licenses For Services Provided And Comply With All Applicable Federal, State, Municipal And Local Laws, Rules, And Regulations. the Contractor Will Obtain And Maintain Any Additional Permits And Licenses That May Be Required Because Of Changes In Regulations. this Includes Compliance With All Occupational Safety And Health Administration (osha), Environmental Protection Agency (epa), Minnesota Pollution Control Agency (mpca), Joint Commission (jc), Minnesota Department Of Health (mdh) Requirements And Requirements In Other States Applicable To The Transportation And Disposal Of Waste That Crosses State Lines. the Following Shall Be Provided To The Contracting Officer With Bid Proposal Submission For Evaluation Purposes And Annually Within Thirty (30) Days Of The Renewal Date Of This Contract With Any Changes To Original Submission Clearly Identified And Highlighted: current Waste Transporter Permit(s) For The Contractor And Subcontractors. list Of All Transfer Stations, Treatment, Storage, And Disposal Facilities (tsdfs) Including Incineration, Wastewater And Sludge Treatment Facilities That Shall Be Utilized During This Contract To Include The Capacity Of These Facilities And The Waste Codes For The Waste Streams They Are Permitted To Accept By Treatment Technology. address, Phone Number And Other Contact Information Shall Be Provided. the Va Reserves The Right To Inspect Each Of These Facilities Before Approving Its Use Or At Any Time During Or After Contract Period While Va Wastes Are Present. copy Of Operator Permit(s) certificates Of Training And Experience Of Contractor/subcontractor Staff And Personnel Who Will Perform Site Work Under This Contract (all Technicians That Will Work On Va Premises Will Be Expected To Have Received At Least The Minimum Training Required By Law As Specified In 29cfr 1910-120, 40 Cfr Parts 260-265 And 49 Cfr Parts 171-178). provide The Contractor S/subcontractor Experience In Hazardous Waste Packaging, Transport, And Disposal. provide A Copy Of Us Epa Identification Number(s) Certificate For Each Business Entity Operated Or Contracted By The Contractor That Will Provide Service Regarding Any Aspect Of Va Waste Disposal Program (i.e. Storage, Transfer, Incinerator Sites.) provided A Copy Of Certificate Of Registration With The State Epa As A Hazardous Waste Hauler For Each Business Entity Operated By The Contractor That Will Provide Hazardous Waste Transportation Services For Any Aspect Of Va Waste Disposal Program. provide Written Acknowledgement Of Responsibility For Acquisition Of All Applicable Business Licenses And Permits Required By Law. contractor Shall Certify That It Acknowledges And Is In Possession Of All Required Business Licenses And Permits. provide A List Of Any Violations And/or Citations That The Contractor And Subcontractors Have Received For Non-compliance With Any Hazardous Waste Laws, Permit Requirements, And/or Osha Requirements For The Past Three Years From The Date Of Submission. contractor Shall Include Information On All Related Business Entities Including Associated Firms That Are Owned By The Contractor Or Owned By A Common Parent Company That Will Be Involved In Any Portion Of The Processing Of Va Waste Disposal Program. if No Discharge Or Violations Have Occurred, Contractor Must Provide A Statement That Certifies No Discharges Or Violations Have Occurred. provide A Plan Describing Standard Operating Procedures (sops) That Will Be Followed While Conducting Normal Hazardous Waste Management Activities. The Contractor Shall Describe: site Safety And Contingency Procedures (e.g. Spill Management). operational Procedures And Site Management Structure. supplies And Equipment Practices.
material Sampling Procedures.
hazard Assessment And Categorization Procedures.
packing Procedures.
quality Assurance And Quality Control Procedures To Ensure Materials Are Properly Identified, Categorized, And Packaged, And Paperwork Is Properly Completed.
procedures For Gaining Waste Acceptance Into A Transfer/ Disposal Facility.
contractor And Project Management Procedures. provide The Following Information Regarding The Hazardous Waste Fleet Owned And Operated By The Contractor: basic Description Of Transportation Services Offered And Capabilities.
fleet Description Of Number, Types, And Ages Of Vehicles.
description Of Service And Maintenance Programs.
types Of Materials Licensed To Haul.
latest Dot Or Mcs Rating (include A Copy Of The Last Inspection).
the Dot/mn Dot Compliance Record.
description Of Driver Qualifications Including Training Programs, And Experience.
provide Evidence That Background Checks Have Been Performed On All Employees That Will Perform Any Duties Under This Contract. provide The Following Information On The Contractor's Emergency Response (er) Capabilities (or Any Changes To Original Submission): contractor's Er Policies. Er Capabilities And Experience And Limitations.
type Of Er Equipment Maintained (specify If Owned Or Subcontracted And From Whom).
personnel Availability, Training, And Experience.
contractor's Emergency Response Procedure Shall Describe:
how To Request An Emergency Response.
how The Contractor Notifies Personnel And Initiates Response Action.
incident Command Procedures Followed By The Contractor.
er Work Practices.
er Protection Of Health And Safety Practices.
er Invoicing Policy. provide A Detailed Site Safety Plan That Will Be Used To Ensure That Workers And Nearby Population Will Be Adequately Protected During Packaging And Removal Operations. provide Information Identifying Any Proposed Subcontractors And Identifying Services To Be Performed By The Subcontractors. contractor Must Submit Evidence That Subcontractor Is Qualified And Legally Able To Provide Services. (all Subcontractors Must Be Approved By The Facility Gems Program Manager And Contracting Officer Prior To Performing Any Duties Under This Contract). the Government Reserves The Right To Prohibit The Contractor From Employing The Services Of A Subcontractor Who Does Not Possess The Ability To Satisfactorily Perform In Accordance With The Provisions Of This Statement Of Work. the Use Of A Subcontractor Or Subcontractors Does Not Relieve The Contractor From Any Requirements Set Forth In This Statement Of Work. the Contractor Is Responsible For Ensuring That Any Subcontractor(s) Perform In Accordance With The Terms And Conditions Of This Statement Of Work. Subcontractors Will Also Comply With (j) Of This Section. provide A List Of Names, Titles, Addresses, Telephone Numbers (including Cellular), Pager/beeper Numbers, Facsimile Numbers, And E-mail Addresses Of Key Managers, Supervisors, Customer Service, And Field Service Personnel Performing Under This Contract. provide Written Standard Operating Procedures (sops) For The Collection, Handling, Accumulation, Sampling, Lab Testing, Characterization, Packing, And Shipping Of Hazardous, Universal, And Non-hazardous Wastes. provide A Single Point Of Contact For Each Facility With Backup. provide A List Of Names, Titles, Addresses, Telephone Numbers (including Cellular), Pager/beeper Numbers, Facsimile Numbers, And E-mail Addresses Of Key Managers, Supervisors, Customer Service, And Field Service Personnel Performing Under This Contract. records And Reporting Requirements: contractor Shall Provide A Centralized Online Electronic Waste Tracking System That Is Exportable To The Va System Via Microsoft Excel Spreadsheet. the Centralized Tracking System Will Include A Centralized Database For All Waste Characterizations And Determinations, Waste Profiles, Hazardous Waste Manifests, Universal Bill Of Lading For Universal Wastes, Methods Of Final (end) Disposal, Final (end) Disposal Sites, Shipping Information, Monthly, Quarterly And Annual Waste Generation Reports By Facility, Training Records, A Tracking System For Hazardous Materials Spills And All Recordkeeping, And Reporting Needed To Operate And Manage The St. Cloud Va Hcs Hazardous Waste Management Program. the Contractor Will Be Responsible For Providing A Database That Will Be Able To Generate Reports On Hazardous Waste Activities, Waste Characterization Profiles, Annual Generation By Facility And Other Information Necessary For The Successful Operation And Management Of A Hazardous Waste Management Program. this Will Be Readily Exported To A Format Such As Microsoft Excel. prior To The Shipment Of Waste, The Contractor Will Furnish A Properly Prepared And Legible Copy Of The Appropriate Manifests And Shipping Papers. fully Executed Manifests Will Be Provided To The St. Cloud Va Hcs Within Thirty (30) Days Of Shipment. the Contractor Will Provide A Certificate Of Disposal For All Waste Disposed Clearly Indicating Proper Treatment And Disposal. 14. Safety: The Contractor Shall Take Such Safety Precautions As The Co Or Cor May Determine To Be Reasonably Necessary. the Co Or His/her Designee Will Notify The Contractor Of Any Noncompliance. the Contractor Shall, After Receipt Of Such Notice, Immediately Correct The Conditions To Which Attention Has Been Directed. such Notice, When Served In Person On The Contractor Or His/her Representative At The Site Of Work, Or Telephonically To Contractor S Designated Representative, Shall Be Deemed Sufficient For The Previously Mentioned. if The Contractor Fails Or Refuses To Comply Promptly To Satisfactorily Abate The Hazardous Condition Or Situation, The Co May Issue An Order Stopping All Or Any Part Of The Work And Hold The Contractor In Material Breach Of This Contract.
15. Work Practices And Standards: The Contractor Shall Have Established Standard Operating Procedures That Will Be Followed While Conducting Hazardous Waste Management Activities. this Includes Site Safety And Contingency Procedures, Strike Contingency Plan, Operational Procedures, Use And Maintenance Of Supplies And Equipment Procedures, Material Sampling Procedures, Waste Categorization Procedures, Packaging Procedures, Quality Assurance Plan, Procedures For Gaining Waste Acceptance Into A Facility, And Project Management Procedures. 16. Quality Assurance: The Contractor Shall Maintain A Quality Assurance Program To Assure Services Are Performed In Accordance With Commonly Accepted Commercial Practices. the Contractor Shall Implement Procedures To Identify, Prevent, And Ensure Non-recurrence Of Defective Services. as A Minimum, The Contractor Shall Develop Quality Control Procedures Addressing The Areas Identified In The Next Paragraph. timely Shipment Of Hazardous, Dual, Universal, And Non-hazardous Healthcare Waste And Dea Controlled Substances Waste.
timely And Properly Completed Manifest And Shipping Papers.
sufficient And Competent Personnel Including Personnel With Expertise To Perform Waste Characterizations, Profiles, And Consultation Services.
sufficient Equipment And Supplies In Good Working Condition.
fully Functional Online Record Keeping And Reporting System Accessible Always. timely And Accurate Billing System. the Government Will Periodically Evaluate The Contractor Performance By Appointing A Representative(s) To Monitor Performance To Ensure Services Are Received. the Government May Inspect Each Task As Completed Or Increase The Number Of Quality Control Inspections If Deemed Appropriate. likewise, The Government May Decrease The Number Of Quality Control Inspections If Performance Dictates.
17. Competent Personnel: Contractor Personnel Who Perform Services For The St. Cloud Va Hcs Must Be Competent, Experienced, And Qualified To Perform Such Services. all Work Shall Be Performed In Accordance With Established Waste Management Practices. appropriate Handling Of Waste Is Essential For The Safety Of Government And Contractor Employees And Cost Containment. the Contractor Shall Furnish And Ensure All Personal Protective Equipment (ppe) For Contractor Employees Is In Good Condition. the Contractor Shall Provide Employee Training On Established Policies And Procedures For Waste Handling. contractor Employees Providing Site Services Shall Be Certified In Forty (40) Hour Hazardous Waste Operations And Emergency Response (hazwoper) Training And Wear Appropriate Protective Equipment When Handling Hazardous Waste. the Contractor Shall Submit Proof Of Appropriate Training And Experience To The Cor Upon Request. contractor Employees Should Be Enrolled In A Medical Surveillance Program That Meets The Standards Of 29 Cfr 1910 At The Expense Of The Contractor. 18. Identification, Check-in, Parking And Smoking: Contractor Employees Shall Notify Cor Or Designees Upon Arrival To Campus And Prior To Commencement Of Work. during Off-hours Emergency Response Activities Contractor Personnel Should Check In With Va Police If The Cor Or Designee Is Not Available. smoking Is Prohibited On Va Property.
possession Of Weapons Or Contraband Is Prohibited. enclosed Containers, Including Tool Kits, Shall Be Subject To Search. 19. Indemnification: It Shall Be Expressly Agreed And Understood By The Contractor And The St. Cloud Va Hcs That The Contractor Agrees To Indemnify The St. Cloud Va Hcs Against All Liabilities, Claims, Penalties, Incident Of Death, Bodily Injuries, Destruction Or Damage To Property, Contamination Or Adverse Effects On The Environment Or Any Violation Of Government Laws, Rules Or Regulations, Caused In Whole Or Part By The Contractor S Breach Of Any Term Of The Contract Or Any Negligent Or Willful Act Or Omission Of The Contractor, Its Employees Or Subcontractors In The Performance Of This Contract. 20. Penalties And Fines: The Contractor Shall Satisfy All Applicable Regulatory Agency Requirements. in The Event A Regulatory Agency Assesses A Monetary Fine Against The St. Cloud Va Hcs For Violations Caused By The Contractor, The Contractor Shall Reimburse The St. Cloud Va For The Fine. 21. Authorized Services: Only The Services Specified In The Sow Will Be Authorized Under The Contract. the Co In Consultation With The Cor May Authorize Additional Services Or Repairs Under A Separate Purchase Authorization. reimbursement Will Not Be Made Unless Prior Authorization Is Obtained. 22. Invoices And Payment: Payment Of Services Rendered Under This Contract Will Be Made In Arrears Upon Satisfactory Completion Of Each Service And Receipt Of A Properly Prepared Invoice. invoice Must Include, But Not Limited To:
contract Number purchase Order Number
manifest Number(s)
complete And Accurate Description Of Services dates Of Performance amounts
unit Price
extended Totals
any Other Data Relevant For Payment Purposes
the Government Shall Not Authorize Payment Until Such Time That The Cor Or His/her Designee Receives All Properly Executed And Signed Documentation. 23. Insurance: Owners And Contractor S Insurance: The Contractor Shall Obtain At His Own Expense, General Liability Insurance In The Amount Of Not Less Than $500,000.00 For Protection Against Claims Of Personal Injury, And $50,000.00 Per Occurrence For Damage To Property, Arising Out Of This Contract. professional Liability Insurance: The Contractor Shall Obtain At His Own Expense, Professional Liability Insurance For Services To Be Performed Pursuant To This Contract, Insuring The Contractor Against Malpractice Or Errors And Omissions Of The Contractor In The Amount Required By State And Local Authorities. $10 Million In Pollution Control Liability Insurance. workers Compensation And Employer Liability: $100,000.00
automobile Liability: $200,00.00 Per Person And $500,000.00 Per Occurrence For Bodily Injury And $20,000 Per Occurrence For Property Damage. at All Times During Performance, The Contractor Shall Maintain With The Contracting Officer, A Current Certificate Of Insurance Showing At A Minimum, The Insurance Required Above, And Providing Thirty (30) Days Written Notice To The Contracting Officer By The Insurance Company Prior To Cancellation Or Material Change In Policy Coverage. note: Any Additional Charges Claimed Must Be Approved By The Contracting Officer In Writing Before Service Is Completed!
City Government Of Navotas Tender
Automobiles and Auto Parts
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Details: Description Request For Quotations: Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Duly Representative And Copies Of Eligibility Requirements (business Permit, Local/national Tax Clearance And Philgeps Certificate Of Registration) Not Later Than The Deadline For Submission. Items: Procurement For The Repair & Maintenance Of Transportation Equipment: Motor Vehicle Under The Repair & Maintenance Fund Of The City General Services Office Lot 1-repair & Maintenance Of Transportation Equipment: Motor Vehicle Unit Qty "item Description " Unit Cost " Lot 1 Repair And Maintenance Of Transportation Equipment : Motor Vehicle 1,000,000.00 Ordering Agreement - Supply Of Vehicle Parts For Minor Repairs And Maintenance At The Navotas Motorpool For 4 - Wheel Vehicles Pc/s 50 Battery Lug 150.00 Mtr/s 50 Wire-#10,16,18 290.00 Pc/s 50 Switches- 2gang,3gang,6gang 950.00 Pc/s 50 Handle Switch 1,200.00 Pc/s 100 Oil Seal 950.00 Pc/s 100 Battery Terminal Ci Brass 260.00 Pc/s 50 Brake Master 4,700.00 Pc/s 100 Repair Kit 1,200.00 Set/s 100 Brake Pads 2,500.00 Set/s 100 Brake Shoe 3,500.00 Pc/s 100 Drum Brake 6,900.00 Pc/s 100 Brake Hose 950.00 Pc/s 100 Bleeder Valve 1,250.00 Pc/s 100 Return Spring 950.00 Pc/s 150 Lug Nuts 95.00 Pc/s 150 Bolt/nut 65.00 Pc/s 300 Clips 75.00 Pc/s 150 Wheel Cap 95.00 Pc/s 150 Wheel Boot 95.00 Pc/s 50 Rotor Disk Brake 1,900.00 Pc/s 100 Headlight Bulb 850.00 Pc/s 100 Bulb Socket 150.00 Pc/s 100 Brake Light 250.00 Pc/s 100 Signal Light Bulb 150.00 Pc/s 100 Clutch Cable 3,900.00 Pc/s 100 Gas Cable 2,500.00 Mtr/s 50 Copper Tube 250.00 Pc/s 100 Hand Brake Cable 2,500.00 Pc/s 50 Lever 650.00 Pc/s 150 Air Filter 1,200.00 Pc/s 50 Hose-radiator Inlet 3,600.00 Pc/s 50 Hose-radiator Outlet "b" 3,100.00 Pc/s 50 Hose-radiator Outlet "c" 3,800.00 Pc/s 50 Hose-radiator Outlet 1,900.00 Pc/s 50 Hose-fill Line 1,350.00 Pc/s 50 Hose-heater 1,315.00 Pc/s 100 Hose Clamp 95.00 Pc/s 50 Belt "v" 3,700.00 Pc/s 50 Ribbed Belt-v 3,400.00 Pc/s 100 Radiator Hose 1,700.00 Pc/s 100 Radiator Cap 1,200.00 Pc/s 100 Fan Belt 1,600.00 Pc/s 150 Spark Plug 650.00 Pc/s 150 Spark Plug Terminal 380.00 Ltr/s 150 Radiator Coolant 550.00 Pc/s 100 Wheel Hub 1,600.00 Pc/s 100 Wheel Bearing 1,450.00 Pc/s 50 Wheel Cylinder 1,650.00 Pc/s 150 Seal 350.00 Box/s 30 Automotive Fuse 5a,10a,15a,20a,25a,30a 350.00 Assy/s 50 Horn 2,400.00 Pc/s 100 Relay 950.00 Ltr/s 150 Gear Oil 375.00 Pc/s 150 Tire Valve 150.00 Pc/s 150 Tire Selant 325.00 Pc/s 100 Throttle Controller 2,450.00 Pc/s 100 Tube 750.00 Pc/s 100 Truck Tubes 1,200.00 Pc/s 100 Flap 550.00 Ltr/s 150 High Performance Gear Oil 700.00 Assy/s 50 Clutch Master 3,100.00 Assy/s 50 Secondary Master 2,500.00 Set/s 50 Fender Liner 2,500.00 Pc/s 50 Floor Guard Rubber 3,000.00 Pc/s 50 Steering Wheel Cover 2,200.00 Pc/s 50 Side Mirror 1,200.00 Pc/s 50 Side Mirror Glass Only 350.00 Pc/s 50 Oil Filter 850.00 Pc/s 50 Coil 1,500.00 Unit 20 Radiator Assy. 5,200.00 Bottle/s 50 Coolant 3l 750.00 Bottle/s 100 Engine Oil 800ml 650.00 Assy. 30 Starter Motor Assy 10,990.00 Assy. 30 Alternator Assy 11,500.00 Pc/s 20 Alternator Pulley 950.00 Assy. 30 Fan Motor Assy. 3,800.00 Bottle/s 100 Brake Fluid 3l 340.00 Assy. 20 Fuel Pump Assy. 1,750.00 Pc/s 20 Clutch Disc 4,700.00 Pc/s 20 Clutch Cover 4,450.00 Pc/s 20 Pressure Plate 4,650.00 Pc/s 20 Release Bearing 2,150.00 Pc/s 30 Timing Belt 3,500.00 Pc/s 30 Tensioner Bearing 2,250.00 Pc/s 30 Tensioner Adjuster 950.00 Pc/s 30 Camshaft Oil Seal 1,350.00 Pc/s 50 Fuel Filter 980.00 Pc/s 20 Hydrovac Brake Booster 9,500.00 Pc/s 20 Ignition Switch 3,800.00 Pc/s 20 Intake Manifold Gasket 1,200.00 Pc/s 20 Intake/exhaust Valve 850.00 Pc/s 20 Knucle Bearing 1,200.00 Set/s 20 Leaf Spring Set 4,350.00 Pc/s 20 Main Bearing 3,500.00 Pc/s 20 Connecting Rod 3,800.00 Pc/s 20 Thrust Washer 1,450.00 Pc/s 20 Regulator 2,500.00 Pc/s 50 Car Charger Cigar Port 490.00 Pc/s 20 Steering Bearing 2,500.00 Pc/s 50 Ignition Coil 1,950.00 Pc/s 50 U-bolt 350.00 Pc/s 20 Power Steering Fluid Reservoir 1,350.00 Pc/s 20 Rotor Disc 4,950.00 Pc/s 20 Ball Joint 1,950.00 Set/s 20 Stabilizer Link 2,450.00 Pc/s 20 Bearing 1,350.00 Assy. 20 Shock Absorber 4,500.00 Set/s 30 Coil Spring 3,500.00 Pc/s 50 Battery Lug 150.00 Mtr/s 50 Wire-#10,16,18 290.00 Pc/s 50 Switches- 2gang,3gang,6gang 650.00 Pc/s 100 Oil Seal 350.00 Pc/s 100 Oil Filter 180.00 Pc/s 100 Engine Oil 550.00 Pc/s 100 Battery Terminal Ci Brass 100.00 Pc/s 50 Brake Master 950.00 Pc/s 100 Repair Kit 1,200.00 Set/s 100 Brake Pads 850.00 Set/s 100 Brake Shoe 950.00 Pc/s 100 Drum Brake 950.00 Pc/s 100 Brake Hose 650.00 Pc/s 150 Lug Nuts 95.00 Pc/s 150 Bolt/nut 65.00 Pc/s 150 Wheel Cap 95.00 Pc/s 150 Wheel Boot 95.00 Pc/s 50 Rotor Disk Brake 1,750.00 Pc/s 100 Headlight Bulb 250.00 Pc/s 100 Bulb Socket 150.00 Pc/s 100 Clutch Cable 550.00 Pc/s 100 Gas Cable 750.00 Pc/s 100 Hand Brake Cable 890.00 Pc/s 50 Lever 650.00 Pc/s 150 Air Filter 550.00 Pc/s 100 Hose Clamp 95.00 Pc/s 50 Belt "v" 1,200.00 Pc/s 150 Flyball 140.00 Pc/s 150 Slider 140.00 Pc/s 100 Pulley 950.00 Pc/s 100 Radiator Hose 650.00 Pc/s 100 Radiator Cap 490.00 Pc/s 150 Spark Plug 650.00 Pc/s 150 Spark Plug Terminal 650.00 Pc/s 5 E-cab 1000 Battery Charger 10,500.00 Pc/s 10 Wiper Motor 2,200.00 Pc/s 10 Meter Assy. 1,500.00 Pc/s 10 E-cab Braker 350.00 Ltr/s 150 Radiator Coolant 550.00 Pc/s 100 Wheel Hub 1,600.00 Pc/s 100 Wheel Bearing 750.00 Pc/s 50 Wheel Cylinder 850.00 Pc/s 150 Automotive Fuse 65.00 Assy/s 50 Horn 950.00 Pc/s 100 Relay 320.00 Ltr/s 150 Gear Oil 375.00 Pc/s 20 Breaker 450.00 Pc/s 150 Tire Valve 150.00 Pc/s 150 Tire Selant 325.00 Pc/s 100 Throttle Controller 350.00 Pc/s 50 Fun350 395.00 Set/s 50 Sprocket & Chain Set 6,800.00 Pc/s 50 Ecargo 375.00 Pc/s 100 Tube 280.00 Ltr/s 150 High Performance Gear Oil 700.00 Assy/s 50 Clutch Master 2,500.00 Pc/s 30 Side Stand 650.00 Pc/s 30 Center Stand 1,500.00 Pc/s 50 Wiper Arm 1,500.00 Assy/s 30 Exhaust Pipe 2,500.00 Pc/s 50 Stand Spring 150.00 Pc/s 50 Side Mirror 450.00 Pc/s 50 Chain 3,000.00 Pc/s 50 Front Sprocket 1,450.00 Pc/s 50 Rear Sprocket 2,800.00 Pc/s 50 Fender 980.00 Assy/s 50 Shock Absorber 2,500.00 Set/s 50 Sprocket & Chain Set 6,800.00 -tires Pc/s 10 10.00r20 18,500.00 Pc/s 10 11r22.5 25,500.00 Pc/s 10 165/80r13 5,400.00 Pc/s 30 185/60r15 5,700.00 Pc/s 50 185/70r14 6,000.00 Pc/s 30 185/70r15 8,600.00 Pc/s 30 185/80r14 7,100.00 Pc/s 40 185r-14c 6,700.00 Pc/s 10 195/70r15c 7,250.00 Pc/s 20 195r14c 8ply 7,600.00 Pc/s 50 195r15 7,680.00 Pc/s 30 205/65r16 8,600.00 Pc/s 20 205/85r16 13,100.00 Pc/s 50 205/65r15 8,400.00 Pc/s 30 215/70r - 16c 9,570.00 Pc/s 20 235/75r17.5 15,100.00 Pc/s 10 235/70r15 9,900.00 Pc/s 10 295/70r17 39,500.00 Pc/s 30 750/16 14,600.00 Pc/s 30 700/16 11,100.00 Pc/s 20 7.00/15 13,500.00 Pc/s 30 R(3.25-17) 3,100.00 Pc/s 30 F(2.75 - 17) 3,000.00 Pc/s 30 70-90-14 4,100.00 Pc/s 30 F(80-90-14) 4,100.00 Pc/s 30 (2.75-18) 2,850.00 Pc/s 30 (2.75-17) 2,500.00 Pc/s 30 (3.75-17) 2,800.00 Pc/s 30 (3.75 - 12) 2,900.00 Pc/s 30 (3.50 - 12) 2,750.00 Pc/s 30 (4.10-18) 3,600.00 Pc/s 30 (2.75-21) 4,300.00 Pc/s 30 (80/80-14) 3,800.00 Pc/s 30 (90/80-14) 4,100.00 Pc/s 30 2.75 – 17 2,650.00 Pc/s 30 3.00 – 17 2,850.00 -batteries Pc/s 30 Mg7l 4,000.00 Pc/s 30 Yb7bl 2,200.00 Pc/s 30 Ytx4l 2,200.00 Pc/s 30 12n9-4b-1 2,200.00 Pc/s 30 2sm 8,600.00 Pc/s 50 3sm 9,900.00 Pc/s 30 6sm 11,800.00 Pc/s 30 B24l 8,300.00 Pc/s 30 Ln3 11,000.00 Pc/s 20 2d 14,500.00 Pc/s 20 4d 16,200.00 Pc/s 20 8d 21,800.00 Pc/s 30 Ns60 8,300.00 Pc/s 15 E-cab Battery 11,200.00 -wiper Blades Pc/s 50 12" 500.00 Pc/s 50 14" 550.00 Pc/s 50 16" 600.00 Pc/s 50 17" 650.00 Pc/s 50 18" 700.00 Pc/s 50 19" 700.00 Pc/s 50 20" 750.00 Pc/s 50 21" 800.00 Pc/s 50 24" 850.00 Pc/s 50 26" 900.00 -lot 1 Navotas Motorpool Vehicle Repair And Maintenance Tools & Other Supplies Navotas Motorpool Vehicle Repair And Maintenance Tools & Other Supplies 200,000.00 Gal. 100 Car Wash And Wax Shampoo 330.00 Bottle/s 100 Car Wax, Wax And Dry, 769ml 880.00 Oz. 100 Carnauba Cleaner Paste Wax 14 Fl 850.00 Bottle/s 100 High Gloss Tire Black, 250ml 330.00 Pc/s 150 Chamois Towel 380.00 Pack/s 150 Microfiber Absorbent Square Towel 40*40cm 250.00 Set/s 10 6-32mm Combination Wrench Set 4,500.00 Set/s 10 Professional Car Tools Socket Wrench Complete Set 7,800.00 Set/s 10 Diagonal Combination Long Nose Pump Plier Pliers Set 2,000.00 Set/s 10 Tools Original Rapid Cross Wrench 17,19,21,23mm 2,140.00 Set/s 10 Vise Grip Set 5wr And 10wr (set) 2,500.00 Pc/s 10 Adjustable Wrenches Set (6", 8", 10") 1,500.00 Pc/s 10 High Pressure Washer Water Spray Gun 726.00 Pc/s 10 High Pressure Hose 20meters 2,915.00 Set/s 10 Power Sprayer Repair Kit - V-packing And Valve Seal 600.00 Pc/s 10 Lengthened Squeegee Cleaner Brush Shower Car Wiper Sponge 450.00 Pc/s 10 Industrial Multi-function Grease Gun (500g - 8500psi) 1,500.00 Unit 10 Electric Car Polisher Machine Auto Polishing Buffing 2,200.00 Pc/s 10 Soft Wool Clean Polishing Buffing Bonnet Pad For Car Auto 180mm/7" 420.00 Unit/s 1 Hydraulic Press 10 Ton 39,200.00 Unit/s 3 Bottle Jack 20tons 6,000.00 Unit/s 10 3 Tons Industrial Jack Stand 2pcs / Pair Iht 3,100.00 Unit/s 10 70mai Car Jump Starte Portable 70mai Car Jump Starte Portable 4,100.00 Pc/s 10 High Pressure Washer Brass Quick Coupler Connectors 600.00 Pack/s 50 Tubeless Tire Seal Strip Repair Plug 250.00 Pack/s 50 Tire Patches 50mm 1,000.00 Set/s 20 Auto Tire Repair Kit Tool 650.00 Can 50 Vulcanizing Solution 400.00 Pc/s 10 Car Tire Repair Kit Roller Auto Patch Roller 850.00 Gallon/s 20 Bac-to-zero Solution 4,000.00 Gallon/s 20 Disinfectant Solution 1,100.00 Set/s 10 Booster Cable 800amp Heavy Duty 5.0m 12/24v With Plastic Case 4,500.00 Pc/s 10 Heavy Duty Plastic Tool Box 980.00 Unit 2 Original Industrial (empty) Roller Cabinet With 7pcs Drawers 29,000.00 Set/s 10 Spark Plug Wrench Set 16" And 21" 1,700.00 Set/s 10 8pcs Screwdriver Set - Heavy Duty 1,545.00 Unit 10 6t/8t/12t Hydraulic Crimper Tool Kit Tube Terminals Lugs Battery Wire Crimping Force 3,800.00 Set/s 10 18pcs Hex Key And Torx Key Set(allen) 914.00 Pc/s 10 Philip Screw 200mm 310.00 Pc/s 10 Screw Driver 200mm 310.00 Set/s 1 Mini Obd2 Scanner Car Diagnostic Tools 25,000.00 Can 100 Brake Cleaner 650.00 Can 100 Electronic Contact Cleaner 650.00 Can 100 Anti Rust Lubricant 277ml 550.00 Pc/s 100 Epoxy Steel 210.00 Pc/s 100 Electrical Tape, Big 90.00 Pc/s 50 Tapelon 30.00 Unit 1 3 Jawed Puller 1,500.00 Set/s 1 Inner Bearing Puller 1,500.00 Set/s 1 Car Steering Wheel Puller Removal Tool 1,200.00 Set/s 1 Caliper Piston Compressor Press Tool Kit 1,200.00 Set/s 1 Snapring Plier Set 1,500.00 30 Can Grease 350.00 30 Can Chain Lube 950.00 50 Pc/s Electrical Tape, Small 60.00 20 Pc/s Boat Battery 3sm 9,900.00 50 Pc/s Floor Matting 1,600.00 50 Pc/s Seat Cover 2,800.00 60 Pc/s Dashboard Matting 650.00 150 Pc/s Car Headlight Cleaner 350.00 150 Pc/s Car Glass Cleaner 350.00 2 Set/s High Pressure Washer 1700w, 220v 6,000.00 20 Assy./s Car Key Duplicate 800.00 50 Unit/s Bottle Jack 4tons 3,000.00 100 Pc/s Car Air Freshener 210.00 1 Unit/s 2hp Air Compressor, Cylinder: 2, Phase: 1, Pressure: 115, Psi Capacity: 88liters 32,500.00 100 Btls Acid Rain Remover (250ml) 450.00 1 Unit Water Dispenser 8,000.00 1 Unit Dc Inverter Mma-300 Welding Machine 20,000.00 1 Unit " Oxy-acetylene Cutting Outfit W/complete Accessories Oxygen Cylinder, Acetylene Cylinder W/content 28,000.00 2 Unit Heavy Duty Soldering Iron 300a/200a 6,300.00 10 Kilos " Stainless Steel Electrode 308-1/16 1,500.00 20 Kilos Bronze Rod 1/8" 150.00 20 Can Soldering Paste Soldering Paste 300.00 20 Roll Lead Soldering Wire (250g) 500.00 20 Pound Borax 1 350.00 1 Unit Cordless Impact Wrench 18v 12,500.00 1 Unit Hydraulic Floor Jack (double Pump, Low Profile), Model:asj-5l Max Lifting Cap: 5tons, Lifting Height: 75-500mm, Net Weight: 45kgs 20,000.00 2 Unit 40" Car Creeper 2,100.00 1 Unit Automatic Wire Stripper Cutting Crimper 8 1/4" Detection Cutter 4in1 1,800.00 5 Set/s T- Handle Socket Wrench #8,10,12,14,17,19 1,500.00 10 Set/s Wrench 8-32mm 2,000.00 3 Unit Air Blow Gun / Air Duster 16mm 350.00 5 Unit Vice Grip 1,000.00 5 Unit Hammer 650.00 5 Unit Voltage Tester Car Truck Circuit Tester Pen Automotive 450.00 5 Unit Battery Load Tester 100amp Load 1,100.00 5 Unit Spout Funnel For Oil 1,600.00 5 Unit Car Repair Inspection Lamp Work Light 450.00 5 Set/s Torque Wrech 1/2drive Click Type 2,000.00 Unit 5 Jack Stand 6 Tons, Min Height: 382mm, Max Height: 600mm 5,600.00 Set/s 5 Steel Toe Rubber Boots 1,200.00 Set/s 10 Mechanical Heavy Duty Working Gloves 200.00 Set/s 5 Safety Shoes High Cut Sewed And Vulcanized Leather Safety Shoes Boots 650.00 Pc/s 5 Leather Long-sleeved Apron Waterproof Oil-proof 900.00 Set/s 10 Arm Band Heat Protector 450.00 Pc/s 5 Cover All Safety Suits 1,100.00 Pc/s 5 Hard Hat Safety Helmet 500.00 Gallon/s 20 Water Soluble Oil Degreaser 400.00 Pc/s 300 Rags 3.00 Pc/s 300 Sand Paper- #600,#1000,#1,200 10.00 Set/s 10 Wire Brushes Set Nylon,steel,stainless 100.00 Pc/s 10 Top Box Alloy, 45l 10,800.00 Set/s 10 Top Box Bracket 2,200.00 Abc:php1,000,000.00 Delivery Schedule: By Ordering Agreement (terms Of Reference Attached To The Pr) -spare Parts Must Be Deliver Within 3 Calendar Days -tools & Supplies Within 15 Calendar Days Upon Receipt Of The Delivery Ordering Contract Note: For Other Information, Queries And Specifications Pertaining To The Said Request Please Coordinate With Our Canvasser (please Secure Complete List And/or Rfq Form From Ms. Maricar E. Pablo, At 09676781263 Pauline Anne S. Sioco At 09338100230, And Roxette May P. Poblete At 0936-493-5632 Or Email Address: Procurement@navotas.gov.ph) Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required. 2. Bidders May Quote For All The Items. 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Days Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Delivery Period Expressed Merely In Days Or Working Days Shall Be Rejected. 7. Award Of Contract Shall Be Made To The Lowest Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 8. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 9. The Item/s Shall Be Delivered As Indicated In The Approved Bac Resolution/purchase Order. 10. The Procuring Entity Concerned Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The City Government Of Navotas Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. For The Committee Original Signed Atty. Joel Joselito D. Parong Bac Chairperson
781-790 of 796 archived Tenders