Website Tenders
Website Tenders
Research Institute For Tropical Medicine, Doh Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A)the Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. B)the Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: Othe Pr # Shall Be Reflected In The Omnibus Sworn Statement Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. Othe Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 for Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner for Corporation – Duly Notarized Secretary’s Certificate for Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: Othe Pr # Shall Be Reflected In The Authority Of The Signatory Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1)do Not Alter The Contents Of This Form In Any Way. (2)the Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3)all Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4)quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5)quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: bidders Shall Provide Correct And Accurate Information Required In This Form. any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. in Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Ritm May Terminate 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 Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 35/piece Container, Sharps, Inner, With Counter Balanced Door, Clear With Biohazard Markings And Label, Nestable, 7.6 L, Per Piece General Requirements: • Product Brochure 2 1/box Indicator, Dry Steam Sterilization, Biological (geobacillus Stearothermophilus Spores) Self-contained Spore Carrier And Bacteriological Medium With Chemical Indicator, 24 Mins Read-out Time, Meets Ansi/aami/iso 11138‑1:2006/(r)2010, Ansi/aami/iso 11138‑3:2006/(r)2010 And En/iso 11138‑1:2006, En/iso 11138‑3:2006 Standards, 50 Pcs/box General Requirements: • Product Brochure/product Information (if Applicable) 3 6/box Syringe, 50 Ml, Disposable, Sterile, 100 Pieces/box General Requirements: • Valid And Current License To Operate From Philippine Food And Drug Administration (p-fda) • Valid And Current Certificate Of Product Registration (cpr) Or Certificate Of Product Notification (cpn) Or If Exempted, Must Submit A Certificate Of Exemption From The Philippine Food And Drug Administration (p-fda) Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 35/piece Container, Sharps, Inner, With Counter Balanced Door, Clear With Biohazard Markings And Label, Nestable, 7.6 L, Per Piece General Requirements: • Product Brochure 17,509.80 2 1/box Indicator, Dry Steam Sterilization, Biological (geobacillus Stearothermophilus Spores) Self-contained Spore Carrier And Bacteriological Medium With Chemical Indicator, 24 Mins Read-out Time, Meets Ansi/aami/iso 11138‑1:2006/(r)2010, Ansi/aami/iso 11138‑3:2006/(r)2010 And En/iso 11138‑1:2006, En/iso 11138‑3:2006 Standards, 50 Pcs/box General Requirements: • Product Brochure/product Information (if Applicable) 57,000.00 3 6/box Syringe, 50 Ml, Disposable, Sterile, 100 Pieces/box General Requirements: • Valid And Current License To Operate From Philippine Food And Drug Administration (p-fda) • Valid And Current Certificate Of Product Registration (cpr) Or Certificate Of Product Notification (cpn) Or If Exempted, Must Submit A Certificate Of Exemption From The Philippine Food And Drug Administration (p-fda) 7,200.00 Delivery Period: Thirty (30) Calendar Days Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
Closing Date13 Jan 2025
Tender AmountPHP 81.7 K (USD 1.3 K)
DEPT OF THE NAVY USA Tender
Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n712.11|ae6|717-605-5192|christian.d.spangenberg2.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|combo||na|n00104|na|na|see Schedule|see Schedule|||na||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|334419|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Crowbar Assembly .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
document Ref Data=mil-std-130 | | |n |121116|a| | |
3. Requirements
3.1 Cage Code/reference Number Items - The Crowbar Assembly Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall Be
performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other Contractor
or Government Approved Documents Developed To Provide Technical Repair Procedures.
cage___ref. No.
;04801 900-12101-1;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Date27 Jan 2025
Tender AmountRefer Documents
Municipality Of Mercedes, Camarines Norte Tender
Civil And Construction...+4Civil Works Others, Electrical and Electronics, Solar Installation and Products, Electrical Works
Philippines
Details: Description Republic Of The Philippines Province Of Camarines Norte Municipality Of Mercedes Bids And Awards Committee Bids And Awards Committee Office, Lgu - Mercedes, Camarines Norte Invitation To Bid For The Installation Of Barangay Streetlights For Brgy. 1, Brgy. Hinipaan, Brgy. Cayucyucan, Brgy. Masalonsalong, Mercedes, Camarines Norte. The Local Government Unit Of Mercedes, Camarines Norte, Through The 20% Municipal Development Fund 2025 Intends To Apply The Sum Of Four Hundred Ninety-eight Thousand Six Hundred Sixty Pesos Only (php498,660.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Installation Of Barangay Streetlights For Brgy. 1, Brgy. Hinipaan, Brgy. Cayucyucan, Brgy. Masalonsalong, Mercedes, Camarines Norte - Identification Number 8911-25-01-0018. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Mercedes, Camarines Norte, Now Invites Bids For The Installation Of Barangay Streetlights For Brgy. 1, Brgy. Hinipaan, Brgy. Cayucyucan, Brgy. Masalonsalong, Mercedes, Camarines Norte As Follows: Item No. Qty Unit Description Installation Of Barangay Streetlights - Barangay 1 1 2 Pcs 1/2" Phenolic Plywood 2 8 Pcs 2"x3"x12' Cocolumber 3 12 Pcs 2"x2"x12' Cocolumber 4 2 Kgs Cw Nail 1 1/2" 5 2 Kgs Cw Nail 2" 6 2 Kgs Cw Nail 3" 7 10 Bags Portland Cement 8 1.5 Cu.m. Washed Sand 9 1.5 Cu.m. Ornigon 10 14 Pcs 12mmø X 6m Dsb 11 12 Pcs 10mmø X 6m Dsb 12 4 Kgs # 16 G.i. Tie Wire 13 10 Pcs Solar Led Streetlight 150watts 14 5 Pcs 2"ø G.i. Pipe Sch 40 15 4 Pcs 1 1/2"ø G.i. Pipe Sch 40 16 1 Gal Epoxy Primer 17 1 Gal Lacquer Thinner 18 5 Pcs Paint Brush 2" 19 3 Pcs Grinding Disk 4" 20 10 Pcs Cutting Disk 4" 21 3 Pcs Hacksaw Blade 22 5 Kgs Welding Rod Installation Of Solar Streetlights - Barangay Hinipaan 1 2 Pcs 1/2" Phenolic Plywood 2 8 Pcs 2"x3"x12' Cocolumber 3 12 Pcs 2"x2"x12' Cocolumber 4 2 Kgs Cw Nail 1 1/2" 5 2 Kgs Cw Nail 2" 6 2 Kgs Cw Nail 3" 7 10 Bags Portland Cement 8 1.5 Cu.m. Washed Sand 9 1.5 Cu.m. Ornigon 10 14 Pcs 12mmø X 6m Dsb 11 12 Pcs 10mmø X 6m Dsb 12 4 Kgs # 16 G.i. Tie Wire 13 10 Pcs Solar Led Streetlight 150watts 14 5 Pcs 2"ø G.i. Pipe Sch 40 15 4 Pcs 1 1/2"ø G.i. Pipe Sch 40 16 1 Gal Epoxy Primer 17 1 Gal Lacquer Thinner 18 5 Pcs Paint Brush 2" 19 3 Pcs Grinding Disk 4" 20 10 Pcs Cutting Disk 4" 21 3 Pcs Hacksaw Blade 22 5 Kgs Welding Rod Installation Of Solar Streetlights - Barangay Cayucyucan 1 2 Pcs 1/2" Phenolic Plywood 2 8 Pcs 2"x3"x12' Cocolumber 3 12 Pcs 2"x2"x12' Cocolumber 4 2 Kgs Cw Nail 1 1/2" 5 2 Kgs Cw Nail 2" 6 2 Kgs Cw Nail 3" 7 10 Bags Portland Cement 8 1.5 Cu.m. Washed Sand 9 1.5 Cu.m. Ornigon 10 14 Pcs 12mmø X 6m Dsb 11 12 Pcs 10mmø X 6m Dsb 12 4 Kgs # 16 G.i. Tie Wire 13 10 Pcs Solar Led Streetlight 150watts 14 5 Pcs 2"ø G.i. Pipe Sch 40 15 4 Pcs 1 1/2"ø G.i. Pipe Sch 40 16 1 Gal Epoxy Primer 17 1 Gal Lacquer Thinner 18 5 Pcs Paint Brush 2" 19 3 Pcs Grinding Disk 4" 20 10 Pcs Cutting Disk 4" 21 3 Pcs Hacksaw Blade 22 5 Kgs Welding Rod Installation Of Solar Streetlights - Barangay Masalongsalong 1 2 Pcs 1/2" Phenolic Plywood 2 8 Pcs 2"x3"x12' Cocolumber 3 12 Pcs 2"x2"x12' Cocolumber 4 2 Kgs Cw Nail 1 1/2" 5 2 Kgs Cw Nail 2" 6 2 Kgs Cw Nail 3" 7 10 Bags Portland Cement 8 1.5 Cu.m. Washed Sand 9 1.5 Cu.m. Ornigon 10 14 Pcs 12mmø X 6m Dsb 11 12 Pcs 10mmø X 6m Dsb 12 4 Kgs # 16 G.i. Tie Wire 13 10 Pcs Solar Led Streetlight 150watts 14 5 Pcs 2"ø G.i. Pipe Sch 40 15 4 Pcs 1 1/2"ø G.i. Pipe Sch 40 16 1 Gal Epoxy Primer 17 1 Gal Lacquer Thinner 18 5 Pcs Paint Brush 2" 19 3 Pcs Grinding Disk 4" 20 10 Pcs Cutting Disk 4" 21 3 Pcs Hacksaw Blade 22 5 Kgs Welding Rod Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 2. Delivery Of The Goods Is Required Sixty (60) Calendar Days Delivery Period And Upon Receipt Of Notice To Proceed And Purchase. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Mercedes, Camarines Norte-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours - 8:00 Am-12:00 To 1:00 Pm-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 25, 2025 Until 8:30 Am Of February 3, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only Php500.00. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On Or Before 8:30am February 3, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 9:00 Am Of February 3, 2025 At The Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 9. The Local Government Unit Of Mercedes, Camarines Norte, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Macario B. Totanes Municipal Planning And Development Office Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0998-576-8321 Arsenia M. Ordiales Bac Secretariat Bids And Awards Committee Office 2nd Floor Jpl Sports Complex, Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0908-896-9684 Email Address: Lgubac.mercedes@yahoo.com 11. You May Visit The Website: For Downloading Of Bidding Documents: Www.mercedes.gov.ph January 24, 2025 ________________________________ Macario B. Totanes Bac Chairman
Closing Date3 Feb 2025
Tender AmountPHP 498.6 K (USD 8.5 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Sources Sought Notice
sources Sought Notice
*= Required Field
sources Sought Notice
page 1 Of 4
page 1 Of 4
this Is A Sources Sought Notice Only. The Purpose Of This Sources Sought Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement, And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Small Business Manufacturers, And Other Small Businesses, Interested And Capable Of Providing Items Requested, As Well As Any Large Business Interested And Capable. This Request For Information/sources Sought Notice In Support Of The Portland Va Medical Centers, Is For Market Research Purposes And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. The Government Will Not Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. Results Will Be Used To Determine Set-aside.
the Intended Contract Is A Firm-fixed Price Supply Purchase.
the Sba Non-manufacturer Rule Is Applicable, And A Waiver Will Not Be Sought For This Potential Acquisition.
potential Contractors Shall Provide, At A Minimum, The Following Information:
1) Company Name, Address, And Point Of Contact, Phone Number, E-mail Address, And Sam.gov Uei Number/code.
2) Anticipated North American Industry Classification System (naics) Code Is 339113. The Largest A Firm Can Be And Still Qualify As A Small Business For Federal Government Programs Is No More Than 800 Employees. Please Indicate Whether You Are A Small Business, Sdvosb, Vosb, Small Business Manufacturer, Other Small Business, Or Large Business, And Whether You Are The Manufacturer Of The Items Listed Below.
3) The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System Award Management (sam Located On The Web At Www.sam.gov). It Is Desirable That Any Offeror To Have Completed Their Business Online Representations And Certifications Application In The System For Award Management (sam).
4) Any Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Small Business Administration Vetcert Registry Located At Https://veterans.certify.sba.gov.
5) If Not A Manufacturer, Only Authorized Representatives/providers/distributors Of The Manufacturer Will Be Considered. Equipment Must Be New, No Used Or Refurbished Equipment Accepted. Please Provide A Proof Of Authorized Dealer Or Reseller Letter From Manufacturer.
6) If You Are The Manufacturer, Do You Have Any Designated Or Authorized Distributors? If So, Please Provide Their Name, Telephone, Point Of Contact And Size Status (if Available).
7) This Is A Brand Name Or Equal Requirement. As Such, The Salient Characteristics Reflect The Physical, Functional, Or Performance Characteristics That Equal Products Must Meet To Satisfy The Government S Needs. To Be Considered For Any Potential Solicitation, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must:
(a) Meet The Salient Physical, Functional, Or Performance Characteristic Of The Brand Name Item And Those Specified In This Sources Sought; Clearly Identify The Item By Brand Name, If Any And Make/model Number.
(b) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Descriptive Data Or Information Available That Identifies That The Equal Item Meets Or Exceeds The Salient Characteristics Required By The Government.
(c) Identify The Manufacturer Name (oem) And Manufacturer Part Number, As Well As Any Warranty Information.
(d) Please Provide A Courtesy Quote In Response To This Request To Evaluate Price Reasonableness For Any Set-aside Determination, And Any Applicable Contract Vehicle Information.
it Is The Intent Of The Va To Use The Information Gathered For Market Research Purposes Only. If A Formal Solicitation Is Released, It Will Be Posted Via The Contracting Opportunities Website Located At Beta.sam.gov. Or Gsa Ebuy.
description Of The Requirement:
the Department Of Veterans Affairs Is Looking To Obtain Information On Vendors Who Can Provide The Products As Outlined Below. This Is An Unrestricted/open Market Brand Name Or Equal To Request For Information/sources Sought Notice.
delivery:
portland Va Medical Center
community Living Center
1601 E 4th Plain Blvd
vancouver, Wa 98661
items: Brand Name Or Equal To Hillrom Centrella
item #
description/part Number*
qty
Price
Extended Amount
1
centrella Bed With Pro Surface
cnt 255
3
2
centrella Smart+ Bed With Max Air Surface And Blower
cnt 355
8
3
bed Base
cnt Base
11
4
nurse Call In Siderail
11
5
accessory Outlet
11
6
patient Helper Bracket
11
7
osi Patient Helper Sleeve
11
8
pro Surface For 36 Inch Frame
3
9
safeview With Illumiguide
3
10
second Lcd Touchscreen
3
â
Subtotal (products)
â
salient Characteristics
max Air Feature Powered Air Mattress Operates Continuously To Decrease Localized Heat And Moisture Buildup. Allows For Continuous Full-body Pressure Redistribution For Patients 70 To 500 Pounds, Automatically Adjusts The Air System To Accommodate Changes Weight Distribution.
ability To Override And Increase Firmness For Patient Transfers Or Adjust Patient Position.
ability To Adjust For Patient Comfort, With 2 Zones, Which Can Be Adjusted Separately.
gci Touchscreen Located On The Outside Of The Head Rails For Quick Caregiver Access To Patient And Bed Status As Well As Other Bed Controls. Approximate Size 4x5 Inches
bed Exit Silence Exit Alarm Settings To Include Silence, Auto Reset, And Visual And Audible Safety Prompts.
brake Not Set Alarm Spoken Verbal Safety Alert To Caution Caregiver And Patient In A Non-alarming Manner.
one Button Chair One Button Control To Convert A Flatbed Into A Cardiac Chair.
battery Backup - 12 Volt, 7 Mil Amp Hour Batteries X 2
digital Angle Indicator Digital Angle Indicator Gives The Specific Reading Of The Angle Of Bed If Trendelenburg Or Reverse Trendelenburg Positioning Is Needed. 18 Degrees Is The Maximum Achievable Angle.
built In Line And Cord Mgmt - Cutouts For Electrical Cord Or Monitor Cable Management For Use During Transporting. Located Within The Head And Footboards.
4 Iv Pole Sockets - Sized For Standard Hospital Iv Poles. 2-4 Bag Capacity.
integrated Restraint Holders - Sized For Standard Belt Restraints.
lockout Controls Ability To Lock Controls.
drainage Bag Holder Ability To Hold Up To 20 Pounds.
smart Bed Ready (sidecom Req) - Up To 32 Patients Safety And Bed Matrices To Be Transmitted To Caregiver Devices (such As Smart Phones, Vocera, Etc) And/or Vista Or Cerner Emr
wi-fi Module
enhanced 3-mode Bed Exit - Includes Silence, Auto Reset And Visual And Audible Safety Prompts.
motion Activated Nightlight
stand Assist - Height Adjust Buttons To Aid In Safely Lifting The Patient Onto Their Feet
advanced Slideguardâ® Feature - Reduces Patient Migration In Bed When The Head Of The Bed Is Raised
foley Position Limit - Monitors And Alerts If A Foley Bag Is Touching The Floor
patient Hob Angle Display - Digital Head Of Bed Angle Indicator Gives The Specific Reading Of The Angle Of The Head
trend/rev Trendelenburg Ranges From 0-18 Degrees.
dampened Emergency Cpr - Ability To Quickly And Safely Lower The Head Section To A Flat Position In Case Of A Code. Ability To Access From Both Sides Of The Bed.
patient Storage In Siderail - Sized To Hold Items Such As Smart Phone, Reading Glasses, Books/magazines.
integrated Urinal Holders Ability To Hold Any Sized Urine Collection Bottle That Is Filled.
flexafoot Powered Bed Extend Powered Bed Length Extension.
steer Caster Font Left Caster Can Be Locked For Steering
36 Inch Frame Width
in-bed Scale Ability To Weight Up To 500 Pounds
usb Charger
2nd Lcd Touchscreen
patient Pendant - Moveable Bed Control That Allows The Patient Easy Access To Adjust The Bed S Head And Foot Sections. Approx. Size Is 3 X 5 .
removable Iv Pole
verbal Alerts Verbal Safety Alerts Such As Brake Not Set, Your Care Team Has Been Called, Please Don T Get Up, Etc. Able To Set 6 Different Languages.
additional Information Sought:
warranty Please Describe The Offered Warranty.
place Of Manufacture Please Provide The Place Of Manufacture.
if Your Business Is Interested And Capable, Please Send The Capability Statement Outlined Above, And A Courtesy Market Research Quote To Maureen.sundstrom@va.gov By 3:00pm Pst On January 10, 2025. No Phone Calls, Please.
again, This Is Not A Request For Quote, And No Solicitation Is Available At This Time.
Closing Date10 Jan 2025
Tender AmountRefer Documents
Research Institute For Tropical Medicine, Doh Tender
Healthcare and Medicine
Philippines
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A)the Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. Latest Annual Income Tax Return With Complete Set Of Audited Financial Statement Or 6 Months Business Tax Return (2550m/2550q) Applicable For: Dc / Np-svp / Np-ec / Np-scientific, Scholarly Or Artistic Work, Exclusive Technology And Media Services With Abcs Above P500,000.00 Note: The Latest Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission Including Proof Of E Payment Details (bank And Bir). B)the Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: Othe Pr # Shall Be Reflected In The Omnibus Sworn Statement Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. Othe Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 for Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner for Corporation – Duly Notarized Secretary’s Certificate for Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: Othe Pr # Shall Be Reflected In The Authority Of The Signatory Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1)do Not Alter The Contents Of This Form In Any Way. (2)the Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3)all Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4)quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5)quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: bidders Shall Provide Correct And Accurate Information Required In This Form. any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. in Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Ritm May Terminate 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 Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 60/unit Cell Tally Counter, 1x2 Multiple Tally Denominator Counter With Base And Reset Knob, 3 Or 4 Digits, Unit General Requirements: •specific Brochure/product Information Of Item Being Offered 2 2/piece Droplight, Gooseneck Lamp/droplight With Cover (w/ 5 Wheels), Stainless Steel Pole With An Adjustable Neck With Knob Type Lock And Wheels With Brake, Height 133-174 Cm, Outer Pole Diameter-2.2 Cm, Inner Pole-1.6cm. Shade Diameter 18cm, Cord Length 133cm Voltage- 220 V, Weight-5kgs, Piece General Requirements: •specific Brochure/product Information Of Item Being Offered 3 4/piece Timer, Count Down And Count Up, Large Digital Display, 99 Hours, 59 Minutes, 59 Seconds, Adjustable Alarm Volume General Requirements: •specific Brochure/product Information Of Item Being Offered Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 60/unit Cell Tally Counter, 1x2 Multiple Tally Denominator Counter With Base And Reset Knob, 3 Or 4 Digits, Unit General Requirements: •specific Brochure/product Information Of Item Being Offered 636,000.00 2 2/piece Droplight, Gooseneck Lamp/droplight With Cover (w/ 5 Wheels), Stainless Steel Pole With An Adjustable Neck With Knob Type Lock And Wheels With Brake, Height 133-174 Cm, Outer Pole Diameter-2.2 Cm, Inner Pole-1.6cm. Shade Diameter 18cm, Cord Length 133cm Voltage- 220 V, Weight-5kgs, Piece General Requirements: •specific Brochure/product Information Of Item Being Offered 10,932.00 3 4/piece Timer, Count Down And Count Up, Large Digital Display, 99 Hours, 59 Minutes, 59 Seconds, Adjustable Alarm Volume General Requirements: •specific Brochure/product Information Of Item Being Offered 6,226.00 Delivery Period: 30 Calendar Days Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
Closing Date20 Jan 2025
Tender AmountPHP 653.1 K (USD 11.1 K)
MUNICIPALITY OF MAGSAYSAY, PALAWAN Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Supply And Delivery Of Medical And Laboratory Supplies Item No. Quantity Specifications Item Description 1 100 Amps Tetanus Toxoid 2 10 Gals Alcohol 70% 3 50 Boxes Acetylcysteine 200mg 4 10 Bots Aluminum Magnesium 225mg 5 10 Boxes Aluminum Magnesium 250mg 6 15 Bots Amoxicillin 100mg/drops 7 5 Boxes Amoxicillin 250mg Capsule 8 20 Boxes Amoxicillin 500mg Capsule 9 25 Boxes Amoxicillin 250mg Syrup 10 20 Bottle Ascorbic Tabs 100mg/drops 11 20 Boxes Ascorbic Tabs 500mg 12 5 Boxes Atorvastatin 40mg/tab 13 50 Boxes Azithromycin 500mg/tablet 14 25 Tube Betamethasone 0.1% 5g 15 1 Box Bisacodyl 5mg Tab 16 2 Bots Budesonide +formoterol Inhaler 4.5mcg 17 2 Box Butamirate Tab 18 10 Boxes Celecoxib 200mg/capsule 19 10 Bottle Cefalexin 250mg/syrup 20 10 Bottle Cefalexin 100mg Drops 21 20 Boxes Cefuroxime 500mg/tab 22 10 Bottles Cefuroxime 250mg/syrup 23 20 Boxes Cetirizine 10mg/tab 24 20 Bottles Cetirizine 5mg/syrup 25 1 Gal Cidex 26 10 Boxes Chlorophenamine 4mg/tab 27 5 Boxes Clindamycin 300mg/capsule 28 10 Boxes Clean Gloves Medium 29 5 Boxes Ciprofloxacine Tab 30 25 Tubes Clobetasol Ointment 0.05% 31 4 Boxes Clonidine 75mg 32 5 Box Clopidogrel 75mg/tab 33 10 Boxes Cloxacillin 500mg/cap 34 20 Bottle Cloxacillin 250mg/syrup 35 20 Boxes Co-amoxiclave 625mg/tab 36 20 Bottles Co-amoxiclave 312mg/suspension 37 5 Boxes Colchicine 500mg Tablet 38 5 Boxes Contrimoxazole 800mg/tab 39 10 Bottles Contrimoxazole 250mg Syrup 40 1 Box Dexamethasone 10mg/tab 41 4 Box Dicycloverine 2mg/tab 42 2 Bottle Dicycloverine 10mg/5ml Syrup 43 10 Boxes Diphenhydramine 25mg/cap 44 5 Bottles Diphenhydramine12.5mg/syrup 45 5 Boxes Furosemide 40mg Tab 46 40 Tube Fusidic Acid 5g 47 10 Boxes Glaclizide 80mg/tab 48 10 Amps Hydralazine 20mg 49 1 Box Hydrochlorothiazide 25mg/tab 50 5 Vial Hydrocortisone 100mg/powder 51 2 Box Hyoscine 10mg/tablet 52 10 Box Ipratropium+salbu 500mcg 53 2 Boxes Isosorbide Dinitrate 5mg/tab 54 40 Tube Ketoconazole 2% 15g Cream 55 20 Bottles Lagundi 300mg/5ml Syrup 56 10 Boxes Lagundi 600mg/tab 57 25 Boxes Losartan 100mg/tab 58 25 Boxes Losartan 50mg/tablet 59 10 Vial Lidocaine 60 20 Box Mefenamic 500mg/tab 61 5 Boxes Metoclopramide 10mg/tab 62 10 Bottles Metoclopramide 5mg/5ml Syrup 63 5 Boxes Metronidazole 500mg/tab 64 5 Boxes Micropore 1 Inch 65 5 Boxes Micropore ½ Inch 66 10 Boxes Multivitamins Tablet 67 25 Bottles Multivitamins Syrup 60ml 68 10 Bottles Multivitamins Drops 100ml 69 50 Tube Mupirocin Ointment 2% 5g 70 5 Boxes Muntilukast 10mg/tab 71 25 Bottles Neomycin+polymicin+fluecinolon Ear Drops (3.5/10 Units/0.025%)drops 72 5 Boxes Nefedepine 5mg/capsule 73 25 Bottle Ofloxacin Ear/otic Drops 74 10 Box Oral Rehydration Salt 75 5 Box Omeprazole 20mg Tab 76 5 Boxes Omeprazole 40mg Tab 77 10 Vial Omeprazole 40mg/ml, 1ml Vial 78 20 Ampules Oxytocin 10iu/ml, 1ml Ampule 79 20 Bottles Paracetamol Drops 80 25 Bottle Paracetamol 250mg/60ml Syrup 81 10 Boxes Paracetamol 500mg/tab 82 2 Boxes Propranolol Hydrochloride 10mg Tablet 83 5 Boxes Salbutamol 2mg/tablet 84 20 Bottle Salbutamol 2mg/5ml Syrup 85 10 Box Salbutamol Nebules 86 5 Boxes Sambong 500mg/tab 87 25 Tubes Silver Sulfadiazine 1% 20mg Cream 88 20 Boxes Simvastatin 20mg/tab 89 25 Tubes Tobramycin Eye Drops 0.3% 5ml 90 1 Box Tramadol Hydrochloride 50mg/tab 91 1 Box Tranexamic 250mg/tab 92 25 Boxes Vitamin B Complex 93 5 Tube Zinc Oxide Cream 94 1 Gal Betadine/povidone Iodine 95 5 Boxes Surgical Gloves #7.5 96 5 Boxes Surgical Gloves #8 97 15 Pcs Auto Nasal Canula Adult 98 15 Pcs Auto Nasal Canula Pedia 99 1 Roll Gauze 100 10 Boxes Gauze Pad 4x4 101 10 Boxes Gauze Pad 2x2 102 25 Pcs Iv Cannula Gauge 18 103 25 Pcs Iv Cannula Gauge 20 104 25 Pcs Iv Cannula Gauge 22 105 25 Pcs Iv Cannula Gauge 24 106 25 Pcs Iv Cannula Gauge 26 107 15 Pcs Macroset 108 15 Pcs Microset 109 15 Bots Pnss 1l 110 15 Bots D5lr 111 15 Bots Plr 1l 112 3 Boxes Cefalexin 500mg Capsule 1. The Municipal Government Of Magsaysay Through The General Fund 2024 Intends To Apply The Sum Of Four Hundred Fifty Thousand Pesos (php 450,000.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Medical And Laboratory Supplies / Bac-gs-01-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Magsaysay Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Fifteen (15) Calendar Days. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Municipal Government Of Magsaysay And Inspect The Bidding Documents At The Address Given Below During Mondays-fridays, 08:00am To 05:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 15, 2025 – January 21, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 22, 2025 At 11:00 Am. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On January 22, 2025 At 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Municipal Government Of Magsaysay Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date22 Jan 2025
Tender AmountPHP 450 K (USD 7.6 K)
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Others
United States
Details: Sources Sought Number: Fd-2025-071
notice Type: Sources Sought Synopsis
title: Coastal Virginia Offshore Wind (cvow) Survey Mitigation Research Survey
response Date: January 10, 2025
this Is A Sources Sought Synopsis And Is Not A Pre-solicitation Announcement. The Purpose Of This Market Research And Sources Sought Notice Is To Gain Knowledge Of Potential Qualified U.s. Domestic Businesses, Which Could Include Small Business, Hubzone, 8(a), Service Disabled Veteran Owned, Women Owned Small Business Firms And Even Large Businesses. Responses To This Sources Sought Synopsis Will Be Used By The Government In Making Appropriate Acquisition Decisions.
background:
noaa Fisheries Performs Standardized, Scientific Surveys To Assess Changes In Abundance And Population Metrics Of Fish, Invertebrates, And Protected Species Over Space And Time. In Response To The Potential Disruption Of Long-running (some More Than 30 Years) Survey Missions, The Southeast Fisheries Science Center Has Developed A Survey Mitigation Plan Intended To Guide The Development And Implementation Of A Program To Mitigate Impacts Of Wind Energy Development On Fisheries Surveys In The Southeast Region. Construction Of Wind Turbines Along The U.s. East Coast Allows For Some Feasibility Testing Of Survey Methodologies Adapted For Data Collection Within And Around Wind Farms. This Project Aims To Identify And Develop New Survey Approaches And Will Require The Contracting Of Vessel(s) That Can Support Several Scientists And Deploy And Recover Multiple Types Of Survey Gear Near The Offshore Wind Turbines Located At The Cvow Pilot Area Over The Course Of 7 Days.
intended Use/purpose:
we Will Test The Feasibility Of Using The Following Methodologies Within And Around Wind Farms: Diver Surveys, Video Trap Surveys, Passive Acoustic Monitoring, Echosounder, Multibeam, Ctd, Uncrewed Aerial Systems, Water Collection, Benthic Sample Collection, Uncrewed Underwater Systems. Although A Single Vessel Is Preferred, Noaa Will Also Consider Multiple Vessels Working Together As An Alternative.
special Requirements/essential Salient Features:
vessel Must Have, In Proper Working Order, All Required United States Coast Guard (uscg) Approved Safety, Navigation, And Communication Devices And Equipment.
vessel Shall Have Sufficient Fuel Capacity To Support Operations For Seven Full Days At Sea Without Refueling.
vessel Shall Have A Rear Deck Area Clear Of Obstructions For Setting Up, Stowing, Rinsing, And Dismantling Survey Gear.
vessel Will Be Able To Maintain Station Using Dynamic Positioning
vessel Must Have An Indoor Dry Counter Area Suitable For Project Scientists To Use Government Provided Laptops And Other Small Electronic Equipment. The Workspace Shall Include Access To Adjacent Electrical Outlets (120 Vac, 60 Hz).
the Contractor Must Provide Clean And Sanitary Berthing Accommodations For Up To 8 Male And Female Government Personnel. Personnel May Share Berthing Arrangements, But Must Allow For Separate Rooms For Male And Female Personnel. Berthing Spaces Must Contain At Least One Drawer Or Closet Per Occupant For Stowage Of Clothing And Personal Gear, Lighting, Ventilation, Emergency Exit, And Separated From Machinery Or Fuel Tanks. Quarters And Furnishings Shall Contain Fireproof Installations And Co Monitors Where Applicable.
berthing Requirements, Including The Number And Gender Of Government Personnel, Will Be Provided By The Project Lead Approximately Two Weeks Prior To Departure. The Project Lead And Captain Will Work Together On A Detailed Berthing Plan To Accommodate The Gender Mix Of The Government Personnel, Taking Into Consideration The Current Complement Of The Vessel.
vessel Must Have A Potable Fresh Water Supply For Vessel And Personal Use (including Showers And Laundry) For All Personnel Aboard For The Duration Of The Charter. The Potable Water System Shall Have Dedicated Tanks (treated And Coated), Ventilated With Insect Screens Installed (if Appropriate), And A Dedicated Potable Water Hose With Filters That Remove Particulates Including Rust.
vessel Must Provide Clean Linens Including Mattresses, Clean Fitted Sheets, Pillows, And Towels For Government Personnel.
the Vessel Must Have A Minimum Of Two Heads And Two Freshwater Showers Available To Government Personnel. Additional Heads/showers Are Desired But Not Required And May Be Given Additional Consideration During Technical Evaluation. The Vessel Shall Provide Sufficient Soap, Toilet Paper, And Paper Towels For The Number Of Personnel On-board And The Duration Of The Charter.
all Indoor Vessel Workspaces, Berthing, And Galley Spaces Must Be Adequately Ventilated And Free From Tobacco Smoke, Excessive Engine Noise, And Hydrocarbon Fumes.
the Vessel Must Be Able To Maintain Underway Status, Including All Engine-room Functionality, For The Entire Duration Of The Charter. The Vessel Must Be Able To Maintain All Housekeeping, Deck, And Other Necessary Services While Underway Or While On-station (at Anchor Or Otherwise).
vessel Captain And Crew Shall Comply With Waste Management, In An Effort To Reduce Marine Debris Pollution, Vessel Regulations As Described In Section V Of The Marpol Convention. The Vessel Is Required To Have A Storage Facility, With Or Without A Trash Compactor, To Retain All Refuse, Or A Means To Incinerate This Refuse So That It Is Not Disposed Of At Sea.
the Contractor Must Provide A Captain, Appropriately Licensed By The Uscg For The Gross Tonnage Of The Vessel, For The Duration Of The Charter. The Captain Shall Be Competent In The Use Of Navigation And Safety Equipment. The Captain Shall Have Experience Launching And Recovering Scientific Equipment, Navigating Busy Waterways, And Operating In The Offshore Environment. The Captain Will Work Directly With The Chief Scientists For Matters Pertaining To Deck Layout, Berthing Arrangements, Trip Itinerary, Planning, And Operations. The Captain Will Be Familiar With All Contract And Statement Of Work Requirements.
the Contractor Must Provide Adequate Crew To Meet Uscg Safe Manning Levels And Provide Appropriate Crew To Safely Conduct The Required Operations. The Contractor Must Provide Skilled Individuals On The Vessel Capable Of Crane Operations And Line Handling For Launch And Recovery Of All Small Boats And Cargo.
captain And Crew Must Have All Required And Necessary Qualifications, Licenses, And Certifications Appropriate To Their Position. All Contractor Crew Will Be Physically Capable Of Performing All Required Tasks During The Charter. The Contractor Will Provide The Tpoc With The Captain And Crew Qualifications For Those Individuals That Will Be Sailing On The Charter At The Pre-charter Meeting Or No Less Than 14 Days Prior To Departure.
all Contractor And Government Personnel Must Comply With Noaa And Sefsc Personnel Conduct Policies Including: Eeo, Workplace Harassment, Substance Abuse, Safety, And Environmental Awareness. A Zero Tolerance Policy For Any Type Of Harassment Will Be Enforced. The Contractor Must Provide Safe, Efficient Working Conditions And Accommodations To The Government Personnel Free From Violence, Threats Of Violence, Harassment (including Sexual Harassment), Intimidation, And Other Disruptive Behavior. The Contractor, Its Agents, Subcontractors, And Employees, Including The Captain And Crew Of The Vessel Must Not Harass, Assault, Oppose, Impede, Intimidate, Threaten, Interfere With Or Make Unwelcome Advances Toward Any Member Of Government Personnel. Violation Under This Clause May Result In Termination Of The Contract, At The Discretion Of The Government Under The Default Clause, And Consequent Liability Of The Contractor To The Government For Any Costs Incurred, As Well As Debarment, Suspension Or Similar Action From Future Participation In Government Contracts. Violation Of The Contractor’s Obligations Under This Clause May Result In Criminal And/or Civil Prosecution Of The Person(s) Involved By Either The Government Or Affected Government Personnel, As Provided By Applicable Law, As Well As Adverse Performance Evaluation Under The Terms And Conditions Of This Contract.
during The Charter Period, The Possession Or Use Of Intoxicating Substances And/or Illegal Drugs, By Any Person, Is Not Permitted And May Be Grounds For Termination Of This Contract By The Government.
delivery Schedule:
the Cruise Must Be Completed Between April 1, 2025 And April 16, 2025.
the North American Industry Classification Code (naics) Is 483114 With A Size Standard Of 550 Employees.
interested Firms Shall Provide, In Writing, A Brief Narrative (no More Than 3 Pages In Length) And Documentation To Support Your Firm’s Capability And Experience Specific To Meeting This Requirement Herein And Include Your Firm’s Name, Address, Point Of Contact, Telephone Number, Sam Ueid Number, Ccr Cage Number, Business Type And Size (i.e., Small, Large, Non-profit, Educational, Etc.). Any Response That Does Not Include This Information Will Not Be Considered. The Government Will Review Your Response To Determine If Your Firm Has The Experience, Knowledge And Capability To Provide The Items As Specified Above. Do Not Provide A Generic Capabilities Statement. Only Respond With A Detailed Capabilities That Clearly Shows Capabilities To Meet The Above Specific Requirements.
this Request For Information Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued. Nor Does This Request For Information Constitute A Commitment, Implied Or Otherwise, That Any Procurement Action May Be Issued For The Government’s Requirements.
no Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of The Submission Of Contractor’s Information. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Proprietary Information Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With The Applicable Government Regulations.
all Contractors Doing Business With The Government Are Required To Be Registered And Active With The System For Award Management (sam) Website.
note: This Sources Sought Is Not Considered A Request For Proposal But A Request For Information Only. No Solicitation Document Is Available. No Contract Will Be Awarded Based On Responses Received To This Notice.
responses Shall Reference Sources Sought Fd-2025-071 And Be Sent To Amy.gilliland@noaa.gov
Closing Date10 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n712.11|ae6|717-605-5192|christian.d.spangenberg2.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|combo||na|n00104|na|na|see Schedule|see Schedule|||na||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|334412|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Electronic Componen .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Electronic Componen Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall
be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other
contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures.
cage___ref. No.
;04801 900-14478;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Date27 Jan 2025
Tender AmountRefer Documents
Research Institute For Tropical Medicine, Doh Tender
Healthcare and Medicine
Corrigendum : Tender Amount Updated
Philippines
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A)the Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. B)the Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: Othe Pr # Shall Be Reflected In The Omnibus Sworn Statement Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. Othe Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 for Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner for Corporation – Duly Notarized Secretary’s Certificate for Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: Othe Pr # Shall Be Reflected In The Authority Of The Signatory Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1)do Not Alter The Contents Of This Form In Any Way. (2)the Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3)all Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4)quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5)quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: bidders Shall Provide Correct And Accurate Information Required In This Form. any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. in Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Ritm May Terminate 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 Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 3/kit Kit, Kit, Pcr Reaction Mix, 2x Taq Master Mix, Composition: Taq Dna Polymerase (0.05u/?l), 2x Vibuffer A (100mm Kcl, 20mm Trishcl (ph9.1 At 20 General Requirements: • Product Brochure/product Information (if Applicable) 2 1/kit Kit, Meningitis Detection, N. Meningitidis Serogroups A, C (nmc), Y/w135, N. Meningitidis Serogroup B/escherichia Coli K1, Haemophilus Influenzae Type B (hib), Streptococcus Pneumoniae And Group B Streptococcus 25 Tests/kit General Requirement: *instruction For Use General Specifications: • Product Brochure/product Information (if Applicable) 3 22/kit Kit, Pcr, Taq Dna Polymerase, 5u/ul, 500 U, Flexi Dna Polymerase, Kit *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Specifications: • Product Brochure/product Information (if Applicable) Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 3/kit Kit, Kit, Pcr Reaction Mix, 2x Taq Master Mix, Composition: Taq Dna Polymerase (0.05u/?l), 2x Vibuffer A (100mm Kcl, 20mm Trishcl (ph9.1 At 20 General Requirements: • Product Brochure/product Information (if Applicable) 14,058.00 2 1/kit Kit, Meningitis Detection, N. Meningitidis Serogroups A, C (nmc), Y/w135, N. Meningitidis Serogroup B/escherichia Coli K1, Haemophilus Influenzae Type B (hib), Streptococcus Pneumoniae And Group B Streptococcus 25 Tests/kit General Requirement: *instruction For Use General Specifications: • Product Brochure/product Information (if Applicable) 36,300.00 3 22/kit Kit, Pcr, Taq Dna Polymerase, 5u/ul, 500 U, Flexi Dna Polymerase, Kit *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Specifications: • Product Brochure/product Information (if Applicable) 242,000.00 Delivery Period: 30 Calendar Days Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
Closing Date27 Jan 2025
Tender AmountPHP 292.3 K (USD 4.9 K)
DEPT OF THE NAVY USA Tender
Education And Training Services
United States
Details: Contractor Operated Primary Training - Rotary (copt-r) Revised Sources Sought Announcement
the Purpose Of This Sources Sought Notice Is To Determine The Interest, Availability, And Capabilities Of Potential Offerors To Provide The Required Services Described Herein.
introduction & Program Background: Naval Air Warfare Center Training Systems Division (nawctsd) Requires Contractor Services, Supplies And Tasks For The Operations And Support For A Contractor Operated Primary Training - Rotary (copt-r) Program That Will Be Conducted Near Joint Reserve Base (jrb) Fort Worth, Tx For The Chief Of Naval Air Training (cnatra).
the Critical Objective Of The Effort Is For A Contractor, That Has Been Certified By The Faa Under 14 Cfr Part 141 As A Pilot School, To Train Naval Flight Students (nfss) In A Cnatra Approved Rotorcraft Syllabus (modified From An Existing Faa Approved Rotorcraft Training Course Outline (tco)) Such That The Students Achieve Flight Proficiency In Basic Rotorcraft Operation Prior To Returning To Cnatra For Intermediate And Advanced Rotorcraft Flight Training In Military Aircraft. Nfss Will Be Expected To Receive Approximately 50 Hours Of Ground Instruction And Approximately 50 Hours Of Flight Instruction, With Appropriate Briefings Before, And Debriefings After, Each Flight. Nfss Will Be Expected To Conduct At Least One Solo Day Flight Event Inside The 50 Hours Of Flight Instruction.
because Of The Lack Of Solo Time, The Government Recognizes That Faa Minimums For Graduation Will Not Be Met.
the Total Time In Training, For Each Nfs, Should Be Approximately 60 Training Days Over The Course Of Approximately 3 Months. Weekends And Holidays Would Not Be Considered To Be Normal Training Days.
all Flight Training Should Be Conducted In A Single-engine Turbine Rotary-wing Aircraft With A Glass/digital Cockpit Display Capable Of Vhf Omnidirectional Receiver (vor) And Instrument Landing System (ils)/localizer Approaches As Well As Terminal Area Rnav (area Navigation) Operations. The Aircraft Does Not Require Ifr Certification.
the Scope Of Work Requires The Contractor To Provide Sufficient Certified Flight Instructors (cfi) And Identically Configured Aircraft To Both Input And Graduate (nominally) 8 Nfss Per Month. The Required Home Airfield (or Airfields) Must Be Located No Further Than 50 Statute Miles Driving Distance From Jrb Fort Worth, Tx – As Displayed On The Google Maps Website. The Contractor’s Facilities At, Or Near, Those Airfields Shall Support The Full Volume Of Nfss In Training At Any One Time – Nominally 24.
the Government Is Also Interested In Contractors’ Ability To Shift Resources To Potentially Input And Graduate As Many As 50 Students Per Month.
the Contract Period Of Performance Is Expected To Be One Year With Four Additional One-year Option Periods For A Total Of 5 Years.
place Of Performance: Performance Will Be Within 50 Statute Mile Driving Distance From Jrb Fort Worth, Tx.
offer Capabillity Submission Details: Businesses Who Are Interested In The Subject Effort And Who Have The Necessary Capabilities And Facilities To Accomplish This Effort Are Requested To Submit A Brief Written Response Of Your Company’s Interest Including Company Name, Company Address, Cage Code, And Points Of Contact (poc) Including Name(s), Phone Number, Fax Number, And Email Address. Respondents To This Notice Must Also Indicate Whether They Are A Large Business Or Qualify As A Small Business, Small Disadvantaged Business (sdb), , Women-owned Small Business (wosb), 8(a), Hubzone Small Business, Or Service-disabled Veteran-owned Small Business (sdvosb) Concern Under North American Industry Classification Systems (naics) Code 611512 (flight Training). Please Also Provide The Following Information Requested In Items 1-6 Below With Your Submission:
1. Provide A Copy Of The Contractor’s Currently Effective Federal Aviation Administration (faa) Air Agency Certificate (faa Form 8000-4) And Letter Of Authorization (loa), A Copy Of Its Current And Approved Private Pilot Rotorcraft/helicopter Training Course Outline (tco), And Its Points-of-contact At Its Jurisdictional Flight Standards District Office (fsdo). The Requested Documents Are Exempt From The Page Limitation.
2. Describe Your Firm’s Access To, And Existing Facilities At (or Near), Airfields Within 50 Miles Of Jrb Fort Worth, Tx.
(a) Discuss Whether Existing Facilities Would Be Sufficient, As Is, To Support The Minimum Throughput Required Or Whether Some Other Facility Solution Would Be Needed
(b) Discuss The Type Of Airfield Access (ownership, Long-term Lease, Etc.)
3. Describe Your Firm’s Current Inventory Of Turbine Rotorcraft Training Aircraft At The Proposed Training Site(s) And Its General Approach To Meet Minimum Throughput (8 Input And 8 Graduate Students Per Month).
4. Describe Your Firm’s Prospective Approach, Should The Government Desire To Incrementally Increase Throughput.
5. It Is Anticipated That This Contract Type For This Effort Will Be Firm Fixed Price. Any Feedback Regarding Contract Type Is Welcome.
6. The Applicable Naics Code For This Requirement Is 611512, Flight Training, With A Size Standard Of $34 Million. The Applicable Product Service Code (psc) Is U099, Education/training - Other.
*note 01: The Current Sba Table Of Small Business Size Standards Was Updated 17 March 2023; Since The Beginning Of 2022, The Sba Has Regularly Updated The Table To Account For Inflation. Businesses Must Update Their Sam.gov Profiles In Order To Have Their Small Business Status Reflect The Most Current Small Business Size Standards. Until Updated, The Sam Profiles Will Continue To Display The Small Business Status Under Outdated Size Standards.
*note 02: In Accordance With 13 C.f.r. 121.104, The Current Calculation For Dollar (monetary) Value Based Naics Codes Is Average Total Receipts Over The Last Five (5) Completed Fiscal Years
*note 03: In Accordance With 13 C.f.r. 121.106, The Current Calculation For Employee Based Naics Codes Is Average Number Of Employees Used For Each Pay Period For The Preceding Completed 24 Calendar Months.
state Whether Your Firm Is Interested As A Prime Or Subcontractor. Provide Any Anticipated Partnering Agreements. Identify Elements Of This Effort That Your Firm Believes Could Reasonably Be Performed By Small Business Concerns, Including An Estimated Percentage Of The Total Contract Value Of Anticipated Small Business Workshare. Should This Effort Be Competed On A Full And Open Basis, The Provided Percentages May Factor In The Development Of The Solicitation’s Small Business Participation Goals.
if You Are A Small Business Interested In Being The Prime Contractor For This Effort, Please Be Advised That The Far 52.219-14, “limitations On Subcontracting,” Class Deviation 2021-o0008, Revision 1, Is Now In Effect Which Includes The Definition Of “similarly Situated Entity” And Provides A Methodology For The 50% Calculation For Compliance With The Clause. Small Business Primes May Count “first-tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of Class Deviation 2021-o0008, Revision 1 - Limitations On Subcontracting For Small Business, Dated 15 February 2023, At [https://www.acq.osd.mil/dpap/policy/policyvault/usa000277-23-dpc.pdf].
to Assist In Our Market Research And Determination For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name, Unique Entity Id, And Cage Code Of The Specific Company(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Small Business Size Status Under The Naics Code That You As The Prime Would Assign For Their Workshare. Information Regarding Any Planned “similarly Situated Entity” Should Be Included In Answering Any Questions Outlined In The Ssn In Order To Assist The Government’s Capability Determination.
if You Plan On Subcontracting To Other Companies In Order To Deliver Technical Capability, Please Provide Details On Exactly Which Tasks Will Be Assigned To Those Subcontractors; In Addition, Provide The Names Of Those Anticipated Subcontractors, And List The Anticipated Percentage Of Small Business Subcontracting.
written Responses Should Be Submitted As A Microsoft Word Document, Limited To 5 Pages (8.5”x11”), Single-sided, And 10 Point Times New Roman Font Size, Via Email To No Later Than 11:00 A.m. Eastern Standard Time (est) On 27 January 2025.
responses And Questions Regarding This Source Sought Are To Be Sent Via Email To Lynn Carlson, Contract Specialist At Lynn.a.carlson4.civ@us.navy.mil. Should You Need To Reach Ms. Carlson By Phone Please Call Her At 407-694-6394.
disclaimer: This Sources Sought Announcement Is Published For Informational Purposes Only. This Is Not A Solicitation. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Notice Is Strictly Voluntary. No Site Visit Will Be Permitted During The Period Of Response To This Announcement. Firms Responding To This Announcement Will Not Be Individually Notified If The Requirement Is Solicited. The Government Will Use The Responses To This Announcement To Make An Informed Decision Concerning The Strategy It Will Pursue To Meet Its Objective, Including Determining Set-aside Opportunities.
Closing Date27 Jan 2025
Tender AmountRefer Documents
9971-9980 of 10000 archived Tenders