Wood Tenders

Wood Tenders

City Of Malabon Tender

Healthcare and Medicine
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 30 Million (USD 516.9 K)
Details: Description Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon 1. The City Government Of Malabon, Through The Malasakit Fund Intends To Apply The Sum Of Thirty Million Pesos Only (p 30,00,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Malabon Now Invites Bids From Eligible Bidders For Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon. Delivery Of Goods Is Required Within The Period Specified Under Section Vi. Schedule Of Requirements. 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 Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act,” And 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 R.a. 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat And Inspect The Bidding Documents At The Address Given Below From December 19 – January 8, 2025; 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee In The Amount Of Twenty Five Thousand Pesos (p 25, 000. 00). 6. The City Government Of Malabon Will Hold A Pre-bid Conference On December 27, 2024 (friday); 2:00 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon City. 7. Bids Must Be Delivered To The Address Below On Or Before January 8, 2025 (wednesday); 12:00 N.n. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms Set In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On January 8, 2025 (wednesday); 2:00 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The City Government Of Malabon Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information Please Refer To: (originally Signed) Florlinda Ayroso Head- Bac Secretariat (originally Signed) Mr. Alexander T. Rosete Chairperson - Bids And Awards Committee 1 Unit Automated Identification/anticrobial Sensitivity Testing Machine Weight: 15/30/60 75 Kg/105 Lbs Electrical Power Requirements: • 110/120 Vac (50-60 Hz) • 220/240 Vac (50-60 Hz) Heat Dissipated: 1025 Btu/hr (nominal) Environmental Requirements: • Operating Ambient Temperature Range: 15 Degrees Celsius To 30 Degree Celsius (59 Degree F-86 Degree F) • Operating Humidity Range: 20% To 80% Relative Humidity, Non-condensing Altitude: Up To 2000 Meters Note: Should Be Compatible With Bact/alert Culture Machine 1 Unit Gel Card Laboratory Centrifuge And Incubator For Crossmatching Laboratory Centrifuge Microprocessor Controlled Touch Panel Digital Display Dc Brushless Low-noise Motor Shock Absorber For Reducing Vibration Damping And Automatic Balance Technical Specification: Model: Invitrocent Ref 00710 Max Speed:4000rpm Max Rcf: 1640 X G Max Capacity: 24 Invitrogel Cards Speed Accuracy: + 50rpm. Time Setting Range: 1~99 Min. Power Supply: ~22ov + 10% 60hz 5a Noise: < 65db (a) Dimension: (wxdxh) 370mmx432mmx260mm Package Dimension 570mmx425mmx305mm Weight: Gw; 16.5 Kg; Nw: 15kg Environment Requirements Temperature: 10°c~35°c Laboratory Incubator Microprocessor-controlled High-performance Incubator Accommodates Up To 24 Gel Cards Technical Data: Model: Invitrotherm; Ref0097020 Power Supply: Ac220v+ 50hs-60hz Fuse: 250v 3a 5x20 Temperature Range 35°c ~50°c Accuracy Of The Temperature < + 0.5 Heating Time: (from 20°c To 37°c Min Timing Range 1sec~99min 59sec Display Accuracy: 0.1°c Ambient Temperature: 5°c~30°c Dimensions (wxdxh): 280mm X 380mm X 115mm Weight 6.0kg 1 Unit Immuno-analyzer Throughout: Up To 180 Tests/hour, Measurement Principle: Micron Super Paramagnetic Particles Platform With Alkaline Phosphatase (alp) Labeled Reagents And Amppd Substrate Sample Assembly: Sample Feeder: Continuous Sample Loading And Offloading, Sample Positions: 50, Sample Probe: Steel Probe, Liquid Level Detection, Cl;ot Detection, Horizontal And Vertical Collision Protection, Sample Volume: 10-200ul, With Increment Of 1ul Reagents Assembly: Reagent Disk: 15 Reagent Positions, Continuous Loading, Real-tome Mixing For Magnetic Particles, Cooling System: 2-8'c, Reagent Pack: 50 Tests/pack, 100 Tests/pack, Reagent Scanning:built-in/external Bar Code Reader, Reagent Probe:steel Probe, Liquid Level Detection, Clot Detection, Horizontal And Vertical Collision Protection, Reagent Volume: 10-200ul, With Increment Of 1ul Substrate System: Substrate Bottle: 300/500 Tests Per Bottle, Bottom Piercing, Substrate Loading"patients Who Fail To Arrive For A Scheduled Appointment Will No Longer Receive The Free Thyroid Check-up.: Capable Of Continuous Loading During Testing, Substrate Heating: Constant Heating, Aspiration Volume: 200ul Magnetic Separation Unit: Separation Assembly: 3-phase Magnetic Separation, Temperature: Accuracy: 37+0.3'c Measurement And Reaction System: Detection Mode: Photon Counting, Signal Detector: Photom Multiple (pmt) Photo Counter, Pmt Calibration: Led Reference Module, Incubation Positions: 82, Temperature: Accuracy:37+0.3'c, Mixing Unit: Non-touch Vortexer Mixing Cuvette Loading And Waste Collection: 1 Unit Abg Machine Throughout: Results In 1 Minute After Sample Aspiration Sample Volume:140jul Quality Control: 3 Or 5 Levels Qc, External Electronic Simulator Display: 7-inch Color Lcd Display, 800*480 Interface: 4 X Usb 2.0 Host, 1 X Rs232, Wlan Input Device: Touch Screen And Bar Code Scanner Power Supply: 100-240vac, 50/60hz Battery: 500mah Rechargeable Lithium-ion Battery, 50 Samples Continuous Testing Dimensions (w*h*d): 283*153*310 Mm Weight: 3.65 Kg Operation Environment: 10 C-31 C; %rh: 25%-80%; 70-106.6 Kpa 1 Unit Bpap Machine Ipap/epap: 4-40cm H20/4-25cm H20 • Ventilation Modes: Capap, S, S/t, Pc, T • Target Tidal Volume: 200-1500ml • Breath Rate: 0-40bpm • With Good Humidification System • Alarms For: Patient Disconnection, Apnea, Low Minute Ventilation, Low Tidal Volume, And High Respiratory Rate • Monitoring For: Pressure, Tidal Volume, Minute Ventilation, Respiration Rate, Leak • Filters: Foam And Optional Ultra-fine Filters • Data Management: Encore Pro2 And Direct View Software Compatible With Oximetry Module, Advanced Detection Of Residual Respiratory Events (apnea/hypopapnea Index, Obstructed Airway Apnea, Clear Airway Apnea, Hypoapnea, Periodic Breathing, Large Leak And Snore) 1 Unit Cpap Machine The Res Med Air Sense™ 11 Auto Set With Humid Air Automatically Adjusts Pressure Levels Based On Your Breathing Patterns Throughout The Night. A Crisp, Color Lcd Touchscreen Lets You Customize The Device’s Settings And View Sleep Data. The Machine Includes An Integrated, Heated Humidifier And Climate Line Air Heated Tubing. Chose Between The Standard Humid Air™ Model (tubing Not Included) Or Humid Air™ Model With Climate Line Air™ 11 Tube Included. Temperature And Humidity Can Be Manually Adjusted Or Set For Automatic Climate Control “for Him” And “for Her” Algorithms Are Available Auto-ramp Up To 45 Minutes In 5-minute Increments Climate Line Air Tubing* Included For Automatic Climate Control (not Included With Standard Model) Personal My Air Assistant Guides You Through Device Installation And Therapy Acclimation Care Check-in Feature Provides Coaching And Troubleshooting For New Users Dimensions: 3.72” X 10.71” X 5.45” Weight: 2.3 Lbs. Sound Level: 27 Dba 1 Unit Mechanical Ventilator Modes Available: Vc-ac, Pc-ac, Vc-simv, Pc-simv Pip: 20-70 Cm Of H 2 O (adjustable In Steps Of 1) Peep: 0-20 Cm Of H 2 O (adjustable In Steps Of 1) Inspiratory: Expiratory Ratio (i:e): 1:0.3 - 1:4 (adjustable In Any Ratio) Respiratory Rate (bpm): 10 – 40 Breaths Per Minute In Increments Of 2 Tidal Volume: 150 Ml – 800 Ml In Steps Of 50 Unique On-graph Incentive To Show Current Best Values • Test Quality Advisory Messages And Quality Report • Fully Compliant To Ats/ers 2005 Guidelines • Available With Both Disposable Or Reusable Turbine Flow Meter • Elegant And Robust Carrying Case 2 Units Cardiac Monitor Introduction: Multi Parameter Patient Monitor For High-end Specialist – 12.1”(10.4”) High Resolution(800×600) With Maximum 9 Wave Forms – Standard Configuration: Ecg, Spo2, Nibp, Resp, 2temp, 2ibp – 6 Kinds Of Virtual Screen – 3ch Ecg : Full 7 Ecg & St Segment Analysis (lead I, Ii, Iii, Avr, Avl, Avf, V) – 12ch Ecg : Full 12 Ecg & St Segment Analysis (lead I, Ii, Iii, Avr, Avl, Avf, V1, V2, V3, V4, V5, V6) – 13 Arrhythmia Analysis & Pacemaker Detection – 7days Tabular And Graphic Trend Data Save Multi High-end Functions: – Drug Dose Calculation, Ecg Recall, Mini Trend, Ico, Color Change, Nibp Stat, Nibp Venous Stat, Oxy-crg, Patient Information, Temp Td – Touch Screen (option) – Easy S/w Upgrade Using Sd Card (max 2gbyte) – Durable And Light Long Li-ion Battery Operation (std 1pack: 2hr, 2pack: 4hr) – Lan And Wireless Lan – Variable And World Best Etco2 Module – Oridion’s Microstream Etco2 – Respronics’s Mainstream (c5), Sidestream (loflo) – Hrv, Apg Detection – 12.1″(10.4″) High Resolution(800×600) – Provides Clear Visibility From Long Distance And Any Angle – Maximum 9 Wave Forms – Supreme Standard Configuration And Extensionability – Standard: Ecg, Spo2, Nibp, Respiration, 2temp, 2ibp – Optional: Standard + 4temp, 4ibp, Ico, Etco2, 12ch Ekg, Touch Screen, 3ch Printer – Small Size But Large Virtual Screen – 12.1” Monitor Provides 72.6”(12.1” X 6) View Effect By Using 6 Virtual Screens. – 10.4” Monitor Provides 62.4”(10.4” X 6) View Effect By Using 6 Virtual Screens. – Perfect 3ch Ecg (std.) And 12ch Ekg(opt.) Will Make You Ecg Analysis Specialist. – Livegraphy Waveform By Votem’s Digital Filter Technology – 3ch Ecg (std.) Displays Full 7 Ecg Waves & St Segment Analysis (lead I, Ii, Iii, Avr, Avl, Avf, V) 2 Units Incubator Standard Features: ●servo Control Mode: Air Temperature, Skin Temperature; ● Parameter Displaying: Set Temperature,air Temperature, Skin Temperature, Internal Humidity, Heat Power Rate; ● Audible & Visual Alarms: Power Failure, Sensor Failure, Higher & Lower Temp, Air & Skin Temperature Override,fan Failure, System Failure; ● >37℃preset Mode: Power Failure Reset Memory, Alarm Silence, Keypad Lock, Self-test Function; ● Hood With Dual Slope; 6 Hand-ports; ● Rs-232 Output Connector (use For Network System); ●iv Poles; ●protective Guard Rail; ●storage Cabinets. Specification Of Hood: Mattress To Hood: 450 Mm Observation Side Of Hood: Two Incline Operate Port: 6 (2 Iris Ports) Tubing Grommets: 4 Front Access Panel: 826×310 Mm Technical Specifications: Power Requirement ≤400va Temperature Control Mode: Air And Skin Servo Control Air Temp Control Range: 20℃~37℃ Temperature Override Mode To: 20℃~39℃ Skin Temp Control Range: 30℃~37℃ Temperature Override Mode To: 30℃~38℃ Temperature Fluctuation: ≤0.5℃ Mattress Temperature Uniformity: ≤0.8℃ Temperature Rise Time: ≤45 Min Noise Level Within Hood Environment: ≤55d Alarms Power Failure Alarm Fan Failure Alarm Sensor Failure Alarm High Air Temperature Alarm: +3.0℃ Low Air Temperature Alarm: -3.0℃ High Skin Teperature Alarm: +1.0℃ Low Skin Temperature Alarm: -1.0℃ Over Air Temperature Alarm: ≤38.0℃; ≤40.0℃ Over Skin Temperature Alarm: ≤38.0℃; ≤39.0℃ System Failure Alarm Alarm Silence Function Operational Condition 2 Units Infant Warmer Temperature Control Range: 25°c-37°c Temperature Override Mode To 38°c Temperature Sensor Accuracy: <0.3°c Mattress Surface Temperature Uniformity: <2.0°c Temperature Rise Time: <45mins Heat Output Indicate: 0-100% In 10% Radiant Box Horizon Angle Adjust Range 0-90° Adjustable In Step-less Bed Tilt Adjustment: Continues Adjustable In +10° 2 Units Bilirubin Light/photo-therapy Machine Device Classification Type Of Protection Against Electric Shock Class I Degree Of Protection Against Ingress Of Liquids And Particulate Matter (iec 60601-1) Ipx0 Mode Of Operation Continuous Classification In Accordance With Eu Directive 93/42/eec Iia Umdns Code/gmdn Code 13-037/35239 Physical Attributes Bililux Photo Therapy Light Length ≤39 Cm (15.4 In) Width ≤19 Cm (7.5 In) With Quick-connect Plug Height ≤8 Cm (3.1 In) Weight (without Options/accessories) ≥1.2 Kg (2.7 Lb) Bililux Spring Arm Length, Spring Arm Fully Folded ≤61 Cm (24 In) Length, Spring Arm Fully Extended ≤106 Cm (41.7 In) Weight (without Options/accessories) ≤1.5 Kg (3.3 Lb) Bililux Trolley (with Spring Arm) Height (trolley At Lowest Position And Spring Arm Fully Folded) ≤132 Cm (52 In) Height (trolley At Highest Position, Lower Arm Fully Extended, And Upper Arm At 45° Angle) ≤213 Cm (83.9 In) Weight (without Options/accessories) ≤14.9 Kg (32.8 Lb) Total Mass Including Safe Working Load 18.1 Kg (39.9 Lb) 2 Units Portable Or Light Kl04l-iii Vertical4-reflector Luminescence Shadowless Lamp Kl04l-iii Luminescence Shadowless Lamp Adopts Light Source From Different Positions For Focus To Eliminate Shadows Of Different Parts Of Medical Workers Vertical Mobile Setup With Braking Device Is Not Limited By The Space Of Surgical Room And Is Safe And Reliable In Use Illumination: > 50,000lx (at 1m Distance) Color Temperature: 4000k+500k Mains Voltage: Ac220v+10%50hz Bulb Voltage: Ac24v Bulb Power Input Power: 120va 1 Unit Orthopedic Instrument Set Contents: 77 Pieces With Tray • 1 Pc. Knife Handle #3 • 2 Pcs. Knife Handle #4 • 1 Pc. Mayo Dissecting Scissor Straight 5 1/2″ (14cm) • 1 Pc. Mayo Dissecting Scissor Curved 5 1/2″ (14cm) • 1 Pc. Mayo Dissecting Scissor Straight 6 3/4″ (14cm) • 1 Pc. Mayo Dissecting Scissor Curved 6 3/4″ (14cm) • 1 Pc. Metzenbaum Scissor Curved 7″ (17.8cm) • 1 Pc. Esmarch Bandage And Cast Shears 8″ (20.3cm) • 1 Pc. Tissue Forcep 6″ (15.2cm) 1x2t • 1 Pc. Tissue Forcep 6″ (15.2cm) 4x5t • 2 Pcs. Adson Tissue Forceps 4 3/4″ (12.1cm) 1x2t • 6 Pcs. Crile Forcep 6 1/4″ (15.9cm) Curved • 4 Pcs. Rochester Ochsner Forcep Straight 8″ (20.3cm) • 6 Pcs. Backhaus Towel Clamp 5 1/4″ (13.3cm) • 1 Pc. Mayo Hegar Needle Holder 8″ • 1 Pc. Crile Wood Needle Holder 6″ • 1 Set Us Army Retractor 8 1/2″ Set Of 2 Pcs. • 1 Pc. Israel Retractor 9″ (22.9cm) 4 Prong Blunt • 1 Pc. Volkman Retractor 8 3/4″ (922.2cm) 4 Prong Sharp • 2 Pcs. Volkman Retractor 8″ (20.3cm) X 3/4″ (19cm) 4 Prong Blunt • 1 Pc. Bennett Bone Elevator 9 1/2″ (24.1cm) Small • 1 Pc. Bennett Bone Elevator 9 1/2″ (24.1cm) Large • 6 Pcs. Allis Tissue Forcep 6″ (15.2cm) 4x5t • Pc. Frazier Ferguson Suction Tube Fr-8 (2.6mm) • 1 Pc. Frazier Ferguson Suction Tube Fr-12 (4mm) • 1 Pc. Beyer Rongeur 7″ (17.8cm) Curved • 2 Pcs. Schnidt Tonsil Forcep 7 1/2″ (19.1cm) • 1 Pc. Ruskin Bone Cutting Forcep 7 1/2″ (19.2cm) Angled • 1 Pc. Stile-luer Rongeur 8 3/4″ (22.2cm) Curved • 2 Pcs. Kern Bone Holding Forcep 7″ (22.9cm) • 1 Pc. Lane Bone Holding Forcep 13″ (33cm) W/ Ratchet • 1 Pc. Lowman Bone Clamp 4 1/2″ (12.7cm) • 1 Pc. Lowman Bone Clamp 7 1/4″ (20.3cm) • 2 Pcs. Bone Hook 9″ (22.9cm) Sharp • 1 Pc. Miltex Mallet 11 (27.9cm) 16oz (454g) • 1 Pc. Bone File 9 ¾’ 3 Units Infusion Pump Delivery Rate: 1-1000ml/h.01-999.9ml/h Delivery Limit Range: 01-9999ml Pumping Mechanism: Linear Peristaltic Finger Accuracy: + 5 (ml/h Control Mode/with Approved Iv Set) K.v.o Rate: 1ml/h-10ml/h (adjustable) Purge Rate: 1-1000ml/h (adjustable) Bolus: 1-1000ml, 1-9999ml (adjustable) Dimension: 100x190x250 (mm)/weight:3.5kg) Power: Ac110-230v, 50/60hz Or Dc9, 6v, Dc24v (1a) Battery Type: N-cd (standard)/ni-mi+ (option) Operating Time: 4 Hours (at 125ml/h) 1 Unit 2d Echo Bed 19”-38” Height Range Meets The Americans With Disabilities Act (ada) Low Height Requirement Of 17”-19” For Patient Transfer, While Ensuring Ergonomic Standing Posture For Staff • Optional Battery Operation • Dual Rapid Release Drop Sections Provide Unhindered Access To The Patient • 65° Fowler Positioning Increases Comfort Of/for Patients With Shortness Of Breath • +/- 15° Trendelenburg Helps Restore Patient’s Blood Pressure • Improved Features: New Handrail Design, Improved Single Pedal Braking System, Foley Bag Hook, Hand Control Storage, Battery Operation 1 Unit X-ray Tube Varian Rad-14, 0.6-1.2 Focal Spot, Diamond Housing X Ray Tube - 89011n 3 Units Examining Table • Examination And Treatment Table, Hamilton Type, With Drawer And Compartment Door, Upholstered Three Section Top, Provided With Stirrup And Sliding Foot Stool. • Size: 58 Inc. X 20 Inc. X 34 Inc. 3 Units Transfer Stretcher Bed Technical Specifications Frame: Powder Coated Steel Or Better Backraise Inclination: Atleast 0 To 35 Degrees Has Adjustable Height Side Guard: Made Of Abs Plastic Or Better Castor Wheels: Manufacturer's Standard Max Load: At Least 150kg Weight: Manufacturer's Standard Dimensions: L X W X H = 2000mm X 700mm X 700mm, ± 100mm On Each Dimension Accessories: -has Oxygen Cylinder Holder -has Iv Pole Holder Located In 4 Different Positions -with One Iv Pole 1 Unit Vein Scanner Technical Specifications • Type: Light Weight, Mobile • For Obese/bloated, Neonate, Pedia, Elder And Dark Skin Patients • Display: Dlp Display Or Better • Infrared Wavelength: At Least 850nm • Image Resolution: At Least 856*480 Pixels • Visible Vein Size: ≥1 Mm Or Better • Penetration Depth: ≤8 Mm • Optimal Imaging Distance: At Least 15 ~ 25cm • Mode: Basic, Inverse And Enhanced • Imaging Color: Single Color And Mixed Colors • Image Sizes: Has Small, Medium And Large Sizes • Brightness: Adjustable To Low, Medium And High • Power Supply: 220v, 50/60hz • Battery Type: Rechargable Lithium Battery At Least 3000mah • Battery Capacity: At Least 2 Hours Fully Charged • Dimension: Manufacturer's Standard • Net Weight: Manufacturer's Standard • Accessories: - Battery And Charger - Charging Cord - Trolley With 5 Castor Wheels 1 Unit Newborn Hearing Test Machine Specifications: • Display: At Least 42.7mm X 33.4mm Or 1.7 In X 1.3in • Resolution: At Least 160x128 • Dimension: Manufacturer's Standard • Weight: Manufacturer's Standard • Warm-up Time <5s Or Shorter • Boot-up Time: 1min Or Shorter • Mode Of Operation: Continous • Connectors - Oae: Hdmi Connector For Connection To The Micro Probe - Usb: Micro Usb • Data Interface - Pc Connection: Micro Usb - Printing: Wireless Connection • User Feedback - Accoustic: Integrated Speaker - Visual: Color Display Oled - User Interface: Oled Display To Provide User Information And Progress Of Measurement • Battery - Type: Rechargeable Thium-ion Np 120 Or Better - Capacity: 1700 Mah Or Better - Expected Life Time: 3 Years Or Better - Battery Life: 15 Hours On Time • Memory: At Least 500 Test Dpoae • Stimulus - Frequency Range: 1500 Hz To 12 Hz - Frequency Accuracy: <1% - Nominal Frequency: F2 - F2/f1 Ratio: 1.2 - Level Range: 40db Spl To 70db Spl - Level Accuracy: ± 1.5db Or Better - Default Level (l1/l2): 65db / 55db Spl With In Ear Calibration - Transducer: Oae - Recording - Probe Fit Check: Low Frequency Level Loss - Display: Snr Bars Or Line Diagram With Oae And Noise Level Per Frequency - Pass Criteria - Snr Criteria: 6db - Frequency For Pass: 3 Transducer • Oae Probe • Microphone: - 20 Db Spl At 2 Khz (1 Hz Bandwith) • System Noise: - 13 Db Spl At 1 Khz (1 Hz Bandwith) • Cable Length: At Least 110 Cm Or 43in • Connector: Hdmi Or Better Printer • Print Mode: Thermal Dot Matrix Print • Printing Width: At Least 48 Mm (1.9in) • Resolution: 8 Dots/mm (203 Dots Per In (dpi)) • Dots Per Line: At Least 384 Dots Accessories And Inclusions • Battery Pack: 2 - Cell Li-ion Battery Pack 7.4 V -1500 Mah • Eartips: Box Of Eartips • Set Of Probe Tubes Standard Certifications • Device Certification From Nhsrc • Device Certification From Fda 1 Unit Automated External Defibrillator (aed) • Two-button Operation: On/off, Discharge (shock Button) • Voice Prompts: Voice Command That Gives Instruction To The User In Operating The Device • Automatically Evaluates Patient Impedance For Proper Pad Contact. • Automatically Analyses Patient Condition For Shockable Or Non-shockable Rhythms • Patient Ecg Can Be Acquired Through Defibrillator Pads • Energy Output Accuracy: ± 15% • Pulse Shape: Biphasic • Charge Time: Maximum Of 15 Seconds • Battery Capacity: Capable Of Providing At Least 200 Discharges At Maximum Energy • Replaceable Battery • Visible And Audible Indicators: - Low Battery - Pad Skin Contact/disconnection - Aed Status • Defibrillator Pads: Self-adhesive, Disposable And Non-polarized - At Least Ten (10) Pairs For Adult - At Least Ten (10) Pairs For Pedia

Lenzen Elbtalaue Office For The City Of Lenzen Tender

Civil And Construction...+1Civil Works Others
Germany
Closing Date4 Feb 2025
Tender AmountRefer Documents 
Details: General building description: The client is planning to renovate the building at Neustadtstrasse 5 (former executioner's house) in Lenzen. The building is a listed building (individual monument). The building ensemble is made up of three building sections, each with its own roof structure and two or three smaller extensions. The oldest part of the building and part of the residential building is the so-called executioner's tower. The two-storey part of the building consists of brickwork with a 1.50 m high base structure. The wall thickness on the ground floor is 1-1.2 m and on the upper floor 40-50 cm. To the south of the tower, a half-timbered extension is attached as an extension to the residential building. The two-storey extension is built using carpentry as a half-timbered construction. The brick infills are coated with a colored lime slurry. The roof structure is a collar beam roof with a double standing chair. To the north-east, a rectangular stable building with a cantilevered upper floor adjoins the tower. The building is a purely half-timbered structure, filled with bricks and clay stakes. The roof is a gable roof with a collar beam roof as the roof support, with double-standing chairs. The roof covering is designed as a crown covering with plain tiles. An outbuilding, built as a solid, two-storey building with a pent roof and a brick facade, borders the ensemble at the north-west corner of the property. According to the expert reports, all parts of the building have significant structural defects and damage caused by moisture and dry rot. The planned services include the renovation of the damaged findings and the structural reinforcement of undersized structural components. The following construction measures are to be carried out: scaffolding, demolition work, bricklaying and plastering work, carpentry work, roofing work, joinery work, painting work. The overall work will be awarded and carried out according to combined or individual trades in accordance with the following division into lots: Lot 2 - scaffolding Lot 3 - demolition work Lot 4 - main construction trade Lot 5 - carpentry work Lot 6 - roofing work Lot 7 - joinery work Lot 8 - painting work Subject of this tender: Lot 8 - painting work with the following essential services: Construction elements: - 10 wooden windows, renew paint coating - 2 external wooden doors, renew paint coating Facade: - 100 m² glaze, wood, not dimensionally accurate, outside - 165 m² facade coating, compartments

NATIONAL POLICE COMMISSION REGION VIII Tender

Electrical Goods and Equipments...+3Machinery and Tools, Electrical and Electronics, Furnitures and Fixtures
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 699 K (USD 11.9 K)
Details: Description No. Complete Description Of Item(s) Qty Unit Abc Unit Price Total Price 1 2 In 1 Floor Scrub Brush/glass Scrape W/ Long Handle 2 Pc 1,000.00 2 2 Tier Trolley Cart (no Handle), Wheels With Stopper, Size 15" X 25" 1 Pc 5,000.00 3 6 Gang Extension Board (extension Cord) With Switch, 1m 1 Unit 500.00 4 Acrylic Table Name Stand Holder (3x12) 40 Pc 20,000.00 5 Acrylic Table Name Stand Holder (a4 Portrait) 6 Pc 3,000.00 6 Air Diffuser With Essential Oil 1 Pc 1,500.00 7 "airconditioning Unit Specifications: Split Type, 2.5hp, Inverter+installation" 1 Unit 50,000.00 8 Alcohol, Ethyl, 68%-72% 3 Gal 1,185.00 9 Anti-virus Subscription For 3-5 Users 2 Subscription 6,000.00 10 Ballpen, Black 80 Pc 1,200.00 11 Battery, Aa 10 Pc 2,000.00 12 Battery, Dry Cell Size A, Two (2) Pc Per Blister Pack 10 Pack 820.00 13 Biometric 1 Unit 15,000.00 14 Broom, Soft Tambo 5 Pc 680.00 15 Bulldog Paper Clamp 80mm 3 Box 600.00 16 Cable Tie, 100s, Black, 6 Inches, 4x150mm 1 Pack 35.00 17 Carbon Film, Pe, Blue, Size : 216mmx330mm 4 Pack 956.00 18 Carbon Film, Pe, Black, Size : 210mmx297mm 4 Pack 884.00 19 Carpenter Measurement Tape 1 Pc 500.00 20 Certificate Holder 30 Pc 1,800.00 21 Cleaner, Toilet Bowl And Urinal 10 Bottle 420.00 22 Cleaning Rubber Gloves 2 Box 1,000.00 23 Clear Glue, With Sponge Tip, Atleast 50cc 11 Pc 275.00 24 Clip, Backfold, All Metal, Clamping:19mm (-1mm) 5 Box 50.00 25 Clip, Backfold, All Metal, Clamping:25mm (-1mm) 4 Box 120.00 26 Clip, Backfold, All Metal, Clamping:32mm (-1mm) 10 Box 300.00 27 Clip, Backfold, All Metal, Clamping:50mm (-1mm) 8 Box 448.00 28 Clipboard, Black, Long 1 Pc 60.00 29 Clip, Paper, Vinyl/plastic Coat, Length 50mm Min 5 Box 150.00 30 Correction Tape 31 Pc 372.00 31 Crimping Tool 1 Pc 1,000.00 32 Data Box Filer, Red Color 30 Pc 4,950.00 33 Detergent Powder, 1kl 20 Pack 1,100.00 34 Dishwashing Liquid, 500ml 25 Bottle 4,500.00 35 Disinfectant Liquid 5 Gal 2,000.00 36 Disinfectant Spray, Aerosol Type 440g 20 Bottle 2,800.00 37 Divider Partition/room Divider 5.5ft H X 15" W (4 Panels) 1 Unit 4,000.00 38 Electric Drill 1 Unit 2,000.00 39 Electric Fan, Stand, 18" 3 Unit 7,350.00 40 Electric Fan, Wall Mount 1 Unit 2,500.00 41 Envelope, Expanding, Kraftboard,for Legal Size Doc (brown Color) 1 Box 1,800.00 42 Envelope, Long, Brown 25 Pc 325.00 43 Envelope, Mailing, White, 70gsm 2 Box 866.00 44 Executive Chair, Good Quality/heavy Duty 2 Unit 15,000.00 45 Exhaust Fan, 12 Inches 1 Unit 1,300.00 46 Expanding Folder, Long, Green 100 Pcs 2,000.00 47 Expanding Folder, Long, Orange 1 Box 900.00 48 Extension Wire (5m, 4 Sockets) 5 Pc 1,500.00 49 External Drive 1tb Hard Drive Portable Storage Plug And Play Usb 3.2 Gen 1 Type A To Micro B 4 Unit 12,000.00 50 Fastener, All Metal 3 Box 285.00 51 Fastener, Plastic 6 Box 270.00 52 Flash Drive, 16gb Capacity 6 Unit 1,800.00 53 Floor Matting (toyota Innova) 1 Set 5,000.00 54 Folder, Pressboard, Legal, White 2 Pack 3,780.00 55 Folder, Tagboard, For Legal Size Documents (brown) 1 Pack 322.00 56 Folder, Tagboard, For Legal Size Documents (white) 8 Pack 2,800.00 57 Folder, Tagboard, For Legal Size Documents (white) 50 Pc 750.00 58 Foot Rug, Cotton 24 Pc 2,400.00 59 Glass Cleaner, Spray 500ml 2 Can 400.00 60 Glass Cleaner, Sponge & Wiper Double, Long 2 Pc 500.00 61 Glue, All Purpose, 200g 8 Jar 600.00 62 Hand Sanitizer, 500ml 6 Bottle 2,394.00 63 Hand Soap, Liquid, 500ml 20 Bottle 4,000.00 64 Hand Towel, White 12 Pc 1,200.00 65 Hdmi, 10m 1 Pc 1,500.00 66 Hdmi To Vga, Wire Connector, 5meters 5 Pc 5,000.00 67 Insecticide, Aerosol Type 9 Can 3,150.00 68 Ink Gi-790, Black 4 Bottle 1,400.00 69 Ink Gi-790, Cyan 3 Bottle 1,050.00 70 Ink Gi-790, Magenta 3 Bottle 1,050.00 71 Ink Gi-790, Yellow 3 Bottle 1,050.00 72 Ink Brother, Bt5000c (cyan) 3 Bottle 1,050.00 73 Ink Brother, Bt5000m (magenta) 3 Bottle 1,050.00 74 Ink Brother, Bt5000y (yellow) 3 Bottle 1,050.00 75 Ink Brother, Btd60bk (black) 5 Bottle 1,750.00 76 Ink, Brother, T-420w Dcp, Black 21 Bottle 8,295.00 77 Ink, Brother, T-420w Dcp, Cyan 14 Bottle 5,530.00 78 Ink, Brother, T-420w Dcp, Magenta 14 Bottle 5,530.00 79 Ink, Brother, T-420w Dcp, Yellow 14 Bottle 5,530.00 80 Ink Epson, 003, Black 27 Bottle 9,450.00 81 Ink Epson, 003, Cyan 17 Bottle 5,950.00 82 Ink Epson, 003, Magenta 17 Bottle 5,950.00 83 Ink Epson, 003, Yellow 17 Bottle 5,950.00 84 Laminating Machine 1 Unit 2,750.00 85 Laminating Sheets, Long 1 Ream 500.00 86 "laptop Specifications: • Operating System: Windows 10® • Processor: Intel® Core™ I5 • Memory: 8gb • Storage: 1 Tb 2.5-inch 5400 Rpm • Graphics: Intel® Uhd Graphics, Supporting Opengl® 4.5, Opencltm 2.1, Microsoft® Directx® 12 • Display: 14"" • Optical Drive: N/a • Networking: Gigabit Ethernet 10/100/1000 • Wireless: 802.11a/b/g/n/acr2+ax (pre-standard) Wireless Lan + Bluetooth® 5.0 • Card Reader: Sd Card Reader • Camera: 720p Hd Audio/video Recording; Super High Dynamic Range Imaging (shdr) • Speaker: Four Built-in Stereo Speakers; Two Built-in Microphones • I/o Ports • Usb Type-c Port Supporting: • Usb 3.1 Gen 1 (up To 5 Gbps) • Displayport Over Usb-c • Usb Charging 5 V; 3 A • Dc-in Port 5 Or 9 Or 15 Or 20 V; 60 W • Three Usb 3.1 Gen1 Ports With One Featuring Power-off Usb Charging • Sd Card Reader • Hdmi® Port With Hdcp Support • External Display (vga) Port • Ethernet (rj-45) Port • Dc-in Jack For Ac Adapter • Adapter: 45w • Battery: 3-cell Li-ion Battery; Up To 11 Hours Battery Life • Keys & Controls: • Acer Finetip Keyboard With International Language Support • Multi-gesture Touchpad, Supporting Two-finger Scroll, Pinch And Rotate --with Wireless Mouse --with Headset --bag" 1 Unit 50,000.00 87 "laptop Operating System: Windows 11 Home Single Language, Processor: Intel® Core™ Ultra 5, Model: 125h, Tetradeca-core (14 Core™) Display & Graphics: Intel® Arc™ Graphics, Shared Memory, 35.6 Cm (14"") Lcd, Comfyview (matte), 2240 X 1400 Resolution, 60 Hz Refresh Rate, Memory: 16 Gb Lpddr5x, Memory Card Reader: Yes (microsd), Storage: 512 Gb Ssd (pci Express 4.0), Network & Communication : Ieee 802.11ax Wireless Lan, Gigabit Ethernet, Built-in Devices: Microphone: Yes, Finger Print Reader: Yes, Number Of Speakers: 2, Interfaces/ports: Hdmi: Yes, Usb 3.2 Gen 1 Type-a Ports: 2, Total Usb Ports: 4, Usb Type-c Docking Iii, Usb4 Ports: 2, Input Devices: Touchpad, Keyboard With Backlight, Oceanglass Touchpad, Battery Information: Lithium Ion (li-ion), 65 Wh, 13 Hours Maximum Battery Run Time, Power Description: 100 W Maximum Power Supply Wattage Physical Characteristics Height: 14.90 Mm, Width: 312.9 Mm, Depth: 217.9 Mm, Weight: 1.32 Kg, Product Color: Silver" 1 Unit 47,000.00 88 Laptop, Core I5 1 Unit 34,000.00 89 "laptop Specification: Size 14"" Processor • Intel® Coretm I7 Memory • 8 Gb Of Onboard Dual-channel Lpddr5 System Memory. Storage - 1 Terabyte Display Panel/ Resolution • 14"" Display With Ips (in-plane Switching) • Ultra Slim Design Operating System • Windows 11 Home With Microsoft Office With Bag, Wireless Mouse, Mouse Pad & Speaker" 1 Unit 45,000.00 90 Light Bulb, Led, 3w 25 Pc 3,000.00 91 Light Bulb, Led, 7w 50 Pc 6,000.00 92 Marker, Flourescent, 3 Assorted Colors Per Set 1 Set 43.00 93 Marker, Permanent, Black, Bullet Type 5 Pc 150.00 94 Marker, Permanent, Black, Broad 1 Box 400.00 95 Marker, Permanent, Black, Broad 5 Pc 400.00 96 Marker, Whiteboard, Black 1 Pc 15.00 97 Marker, Whiteboard, Black, Felt Tip Bullet Type 15 Pc 300.00 98 Marker, Whiteboard, Blue 1 Pc 15.00 99 Marker, Whiteboard, Green 1 Pc 15.00 100 Marker, Whiteboard, Red 1 Pc 15.00 101 Micro Sd Memory Card 8 Gb 6 Pc 1,260.00 102 Micro Sd Memory Card 16 Gb 6 Pc 1,770.00 103 "mini Refrigerator Specifications: 2 Door, 2.8 Cu Ft; Gross Capacity - 78l; Net Capacity - 67l" 1 Unit 11,000.00 104 Mouse Pad W/ Cushion & Arm Rest 8 Pc 1,200.00 105 Multi-purpose Printer : Wifi-enabled, With Feeder And Fladbed Scanner, Photocopying Feature, Ink Refillable 2 Unit 20,000.00 106 Note Pad, Stick On Size: 1.3x 4.4 Cm 4 Pc 300.00 107 Note Pad, Stick On Size: 50mm X 76mm 10 Pad 500.00 108 Note Pad, Stick On, 76mm X 76mm (3"x3") Min 21 Pad 1,050.00 109 Note Pad, Stick On 76mm X 100mm (3"x5") 11 Pad 550.00 110 "office Chair Specifications: Width: 65 Cm Depth: 55 Cm Height: 92 Cm Seat Height: 44 Cm Seat & Backrest: Plywood + Foam Covered With Mesh Fabric. Armrest: Polypropylene (pp) Plastic. Frame & Leg: Metal Tube In Chrome Plating Finish." 2 Unit 7,000.00 111 Paper Cutter A4 (210mm X 257mm) 1 Pc 3,000.00 112 Paper, Multicopy, Size: 8.5" X 11" 5 Ream 1,025.00 113 Paper, Multi-purpose, A4 45 Ream 10,350.00 114 Paper, Multi-purpose, Legal, 13", 70 Gsm 17 Ream 3,230.00 115 Paper, Photo, Glossy 10 Pack 1,500.00 116 Paper, Photo, Matte, A4 23 Pack 2,300.00 117 Paper, Specialty, White, Long, 250gsm 1 Pack 163.00 118 Paper, Specialty, (8.5 X 13) 1 Box 1,500.00 119 Paper, Specialty, A4 (cream Color 10s) 25 Pack 3,750.00 120 Paper, Specialty, A4 (cream Color 10s) 3 Ream 3,000.00 121 Paper, Sticker, Glossy 3 Pack 1,140.00 122 Picture Frame, Wall Mount, Wooden Design, A4 Size 4 Pc 396.00 123 Plastic Foot Rug 6 Meter 4,500.00 124 Portable Power Supply , (40,000-60,000mah)150w 2 Unit 11,000.00 125 Puncher, Paper, Heavy Duty, With Two Hole Guide 6 Pc 900.00 126 Rags, All Cotton, 1kilo Per Bundle 3 Bundle 159.00 127 Rechargeable Battery, Aa 6 Pc 600.00 128 Rechargeable Battery, Aaa 4 Pc 800.00 129 Rechargeable Batteries And Charger Nimh 2 Set 2,000.00 130 Rechargeable Wireless Mouse And Keyboard Set 5 Set 7,500.00 131 Record Book, 500 Pages 5 Book 600.00 132 Ribbon Cartridge For Lx310 Epson 2 Cart 1,020.00 133 Rollerball Pen, Black, 0.7mm With Grip 2 Pc 170.00 134 Rubber Band,70mm Min Lay Flat Length (#18) 2 Box 400.00 135 Ruler, Plastic, 12inches 8 Pc 400.00 136 Scissors, Symmetrical, Blade Length: 65mm Min 6 Pair 198.00 137 Sd Card Reader Usb 3.0/usb C Memory Card Reader, Otg Card Adapter, 5gbps Transmission Speed, Fusse Built-in 4 Pc 2,600.00 138 Sign Pen, Liquid/gel Ink, 0.5mm Needle Tip, Black 45 Pc 1,665.00 139 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Black 1 Box 250.00 140 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Black 21 Pc 777.00 141 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Blue 1 Box 250.00 142 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Blue 11 Pc 1,199.00 143 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Green 2 Pc 78.00 144 Sign Pen, Liquid/gel Ink, 1.0mm Needle Tip, Blue 30 Pc 690.00 145 "smart Tv Specifications: 40 Inch Display, Hdr 10, Full Hd (1080p), Led Display Panel, Dolby Audio, Android 10 Or More Os, Bluetooth 5.0, Hdmi And Usb Compatible, Power Capacity Ac 100-240v 50/60hz, Power Input 36 W" 1 Unit 22,000.00 146 Stamp, Dater, Rubber 3 Pc 300.00 147 Stamp Pad, Blue 2 Pc 200.00 148 Stamp Pad Ink, Purple Or Violet, 50ml (min.) 4 Bottle 500.00 149 Stamp Pad, Violet Small Size 3 Pad 120.00 150 "stapler, Standard Type, Load Cap: 200 Staples Min (with Staple Wire Remover)" 9 Pc 1,800.00 151 Staple Remover, Plier Type 9 Pc 423.00 152 Staple Wire, Standard, (26/6) 4 Box 232.00 153 Steel Cabinet, 3 Layers 1 Unit 10,000.00 154 Tape, Double Adhesive, 12mm X 10m 1 Roll 35.00 155 Tape, Double Adhesive, 19mm X 30m 2 Roll 90.00 156 Tape, Double Adhesive, 24mm 10 Roll 700.00 157 Tape, Masking, 24mm X 50mm 28 Roll 1,960.00 158 Tape, Masking, 48mm 2 Roll 200.00 159 Tape Packaging Width: 48mm X 50m 10 Roll 700.00 160 Tape, Transparent, 24mm X 50m 38 Roll 2,660.00 161 Tape, Transparent, 48mm 5 Roll 350.00 162 Tarpaulin Plain White With Eyelet 3x5 For Standee 3 Pc 900.00 163 Thread (high Quality) For Bookbinding, Black 20 Roll 4,000.00 164 "tissue, Interfold Paper Towel" 81 Pack 4,050.00 165 Trashbag, Small Size 25 Pack 3,750.00 166 Trashbag, Large Size 25 Pack 2,500.00 167 Trashbag, Medium Size 25 Pack 2,000.00 168 Trashbin, Medium 7 Pc 3,500.00 169 Twine Plastic 3 Roll 201.00 170 Usb Signature Pad With Pen 1x5 3 Set 36,000.00 171 Water Dispenser, Bottom Load 1 Unit 15,000.00 -nothing Follows-

Amt Peitz Tender

Civil And Construction...+2Others, Civil Works Others
Germany
Closing Date19 Jan 2025
Tender AmountRefer Documents 
Details: The fire station, with associated ancillary and functional rooms, was built around 1994. The building plot is fully developed and located on the public road "Sand". The existing building was built using monolithic masonry construction. The functional area is a two-storey building with a reinforced concrete solid ceiling and a wooden roof structure. In the single-storey building area of the two existing vehicle parking spaces, the building structure consists of steel frames with projecting masonry walls. In the roof area, aerated concrete roof panels (hebel) were laid on the steel frames described and then covered with roof tiles as a water-bearing layer. Due to the interim development and variety of tasks of the Drachhausen local fire department, the addition of a new small garage with a building area of approx. 50 m² is planned on the eaves side rear of the building. A structural connection (access) to the new garage space should be possible from the existing vehicle garage. A building permit for the planned building extension was applied for from the responsible building authority of the Spree-Neiße district and has now been obtained. A rear, eaves-level building extension of approx. 5.0 m x 10.0 m is planned for the existing single-storey vehicle parking garage. The extension should also preferably be built from monolithic aerated concrete masonry (d = 30.0 ... 36.5 cm), with a ring beam top. The roof support structure should be made of wood and then covered with roof tiles on a rainproof sub-roof as a continuation/extension of the existing roof covering. The new garage area will not be heated. The electrical installation in the area of the new vehicle garage should be carried out as an extension of the existing electrical system. Performance data for the planned construction: - Construction site equipment; - Excavation work - Floor area approx. 60 m²; - Concrete work for foundation body - base slab made of reinforced concrete D = 20 cm - approx. 50 m²; - Bricklaying - external walls made of aerated concrete - approx. 20 m³ with ring beams etc.; - Steel construction work for new ridge purlin support; - Carpentry - approx. 2.50 m³ of timber for roof truss and approx. 60 m²³ of roof sheathing; - Roofing - approx. 55 m² of roof area with roof tiles and associated roof plumbing work; - Joinery, windows, external and internal doors and gate systems; - Drywall construction with roof insulation - approx. 50 m²; - Plastering - inside approx. 130 m² and outside approx. 70.0 m²; - Screed laying work - approx. 50 m² - Painting work - approx. 200 m² of wall and ceiling areas and approx. 50 m² of floor area; - Electrical installation work, as an extension of the existing electrical system; - Outdoor facility fixing - approx. 70 m² in extension of the existing surface fixing;

Department Of Agriculture Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 6.2 Million (USD 107.3 K)
Details: Description Invitation To Bid For The Supply And Delivery Of Various Common-used Office Supplies 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Six Million Two Hundred Ninety-four Thousand One Hundred Twenty-two Pesos And Fifty Centavos (php6,294,122.50) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Various Common-used Office Supplies With Project Identification Number Da-rfo 1-2025-goods-033. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Item No. Specifications Qty. Unit Unit Cost Total Cost 1 Automatic Voltage Regulator (avr), 3000w 4 Unit 5,500.00 22,000.00 2 Battery Charger For Aa & Aaa, With Aa Rechargeable Battery 54 Pc 1,700.00 91,800.00 3 Battery, Aa, Alkaline, 4pcs/pack 132 Pack 90.00 11,880.00 4 Battery, Aa, Rechargeable 2pcs/pack (2450 Mah) 63 Pack 700.00 44,100.00 5 Battery, Aaa, Alkaline 4pcs/pack 141 Pack 120.00 16,920.00 6 Battery, Aaa, Rechargeable 2pcs/pack (800 Mah) 9 Pack 500.00 4,500.00 7 Cfl Bulb 18 Watts 59 Pc 200.00 11,800.00 8 Extension Outlet 4 Gang W/ Switch (1.5m) 18 Unit 950.00 17,100.00 9 Flashlight, Rechargeable 5 Pc 400.00 2,000.00 10 Laser Pointer Presenter 7 Pc 800.00 5,600.00 11 Led, Lightbulb (daylight 9 Watt) 70 Pc 200.00 14,000.00 12 Tape, Electrical, 19mm X 16mm 32 Pc 60.00 1,920.00 13 Universal Extension Wheel (10m) 12 Unit 2,200.00 26,400.00 14 Universal Outlet Extension Cord, 6 Gang W/ Switch, 2-3 Meters Cord Length 17 Unit 1,200.00 20,400.00 15 Alcohol (500ml, Isoprophyl 70%) 343 Bot 110.00 37,730.00 16 Alcohol (gal, Isoprophyl 70%) 46 Gal 600.00 27,600.00 17 Ballpen, 0.5mm, Fine Black 4193 Pc 10.00 41,930.00 18 Ballpen, 0.5mm, Fine Blue 2616 Pc 10.00 26,160.00 19 Ballpen, 0.5mm, Fine Red 139 Pc 10.00 1,390.00 20 Ballpen, 0.7mm, Fine, Black 1188 Pc 12.00 14,256.00 21 Ballpen, 0.7mm, Fine, Blue 1142 Pc 12.00 13,704.00 22 Ballpen, 0.7mm, Fine, Red 50 Pc 12.00 600.00 23 Ballpen, Bp-s Fine, Black 679 Pc 25.00 16,975.00 24 Ballpen, Bp-s Fine, Blue 406 Pc 25.00 10,150.00 25 Ballpen, Bp-s Fine, Red 174 Pc 25.00 4,350.00 26 Bank Envelope (11 X 7 Inch) 75 Pc 3.50 262.50 27 Bond Paper, (11"x17") Tabloid Size, Subs 24 / 80 Gsm 20 Ream 550.00 11,000.00 28 Bond Paper, (8.5x11) Letter, Subs 20 / 70 Gsm 78 Ream 280.00 21,840.00 29 Bond Paper, (8.5x11) Letter, Subs 24 / 80 Gsm 49 Ream 320.00 15,680.00 30 Bond Paper, (8.5x13) Legal, Subs 20 / 70 Gsm 686 Ream 300.00 205,800.00 31 Bond Paper, (8.5x13) Legal, Subs 24 / 80 Gsm 490 Ream 350.00 171,500.00 32 Bond Paper, A3, Subs. 20 / 70 Gsm 50 Ream 465.00 23,250.00 33 Bond Paper, A3, Subs. 24 / 80 Gsm 20 Ream 530.00 10,600.00 34 Bond Paper, A4, Subs 20 / 70 Gsm 904 Ream 290.00 262,160.00 35 Bond Paper, A4, Subs 24 / 80 Gsm 558 Ream 330.00 184,140.00 36 Book Ends, Metal 5 Pair 200.00 1,000.00 37 Carbon Paper, Long 2 Pack 195.00 390.00 38 Cartolina, White, 20pcs/pack 15 Pack 90.00 1,350.00 39 Certificate Holder, A4 Size W/ Plastic Cover 623 Pc 50.00 31,150.00 40 Clear Folder, Morocco Long, Blue 30 Book 22.00 660.00 41 Clear Folder, Morocco Short, Blue 10 Book 20.00 200.00 42 Clearbook Refil, 20 Holes, 10pcs/pack 10 Pack 50.00 500.00 43 Clip Board, Data Board. 8.5"x11" 22 Pc 90.00 1,980.00 44 Clip Board, Data Board. 8.5"x13" 148 Pc 100.00 14,800.00 45 Clip, Bulldog 2" 344 Pc 8.00 2,752.00 46 Clip, Bulldog 3'' 324 Pc 15.00 4,860.00 47 Colored Paper 8 1/2 X 11" 10's/pack 22 Pack 30.00 660.00 48 Colored Paper, A4, Light Blue 37 Ream 200.00 7,400.00 49 Columnar Notebook, 10 Cols 10 Pad 35.00 350.00 50 Columnar Notebook, 12 Cols 18 Pad 35.00 630.00 51 Construction Paper (assorted) 10 Sheets Per Pack 40 Pack 30.00 1,200.00 52 Corkboard, 2x3 Ft 2 Pc 900.00 1,800.00 53 Corkboard, 3ft X 4 Ft 1 Pc 2,000.00 2,000.00 54 Correction Pen 70 Pc 20.00 1,400.00 55 Correction Tape 5mm X 8m 562 Pc 30.00 16,860.00 56 Cotton (500 Grams) 1 Roll 150.00 150.00 57 Crayons, 8 Colors 12 Pack 20.00 240.00 58 Cutter Blade, Big 12 Box 30.00 360.00 59 Cutter, Heavy Duty 46 Pc 100.00 4,600.00 60 Dating And Stamping Machine, Self Inking (dated 2024 And Up) 42 Pc 500.00 21,000.00 61 Envelope, Ordinary, Long Brown 1525 Pc 4.00 6,100.00 62 Envelope, Ordinary, Short Brown 243 Pc 3.00 729.00 63 Eraser (for Pencil) 161 Pc 15.00 2,415.00 64 Expanding Envelope, Kraft, Legal Size 335 Pc 15.00 5,025.00 65 Expanding Envelope, Hard Plastic With Garter (pvc Type), Legal Size 76 Pc 90.00 6,840.00 66 Expanding Envelope, Plastic Long (thick) 230 Pc 35.00 8,050.00 67 Expanding Envelope, Plastic Long With Handle 355 Pc 90.00 31,950.00 68 File Box W/ Cover (blue) 233 Pc 410.00 95,530.00 69 File Box W/ Cover (red) 136 Pc 410.00 55,760.00 70 File Rack, 3 Layers, Heavy Duty 24 Pc 500.00 12,000.00 71 Film Index (with Sign Here Note) 219 Pack 55.00 12,045.00 72 Film Index Rainbow Color 158 Pack 45.00 7,110.00 73 Folder Expanding, Legal Size (green, Glossy) 1574 Pc 18.00 28,332.00 74 Folder Expanding, Short (green, Glossy) 50 Pc 15.00 750.00 75 Folder Long Ordinary, Kraft, Thick 1196 Pc 6.00 7,176.00 76 Folder Long Ordinary, White, Thick 3869 Pc 6.00 23,214.00 77 Folder Plastic Clear W/ Slide (a4) (thick Plastic) 66 Pc 35.00 2,310.00 78 Folder Plastic Clear W/ Slide (legal) (thick Plastic) 178 Pc 40.00 7,120.00 79 Folder, Morocco, Legal (blue) Not Glossy 140 Pc 25.00 3,500.00 80 Folder, Morocco, Legal (green) Not Glossy 92 Pc 25.00 2,300.00 81 Folder, Morocco, Short (blue) Not Glossy 107 Pc 18.00 1,926.00 82 Folder, Morocco, Short (green) Not Glossy 35 Pc 18.00 630.00 83 Glue Gun Heavy Duty Big 8 Pc 360.00 2,880.00 84 Glue Stick, Big 102 Pc 12.00 1,224.00 85 Glue, Multi-purpose 240 Grams 12 Bot 150.00 1,800.00 86 Highlighter, Blue 55 Pc 40.00 2,200.00 87 Highlighter, Green 95 Pc 40.00 3,800.00 88 Highlighter, Orange 83 Pc 40.00 3,320.00 89 Highlighter, Pink 78 Pc 40.00 3,120.00 90 Highlighter, Yellow 91 Pc 40.00 3,640.00 91 I.d. Holder W/ Lace 4"x6" 100 Pc 45.00 4,500.00 92 Illustration Board, 1 Whole 15 Pc 70.00 1,050.00 93 Index Card (3"x5") 50s/pack 24 Pack 45.00 1,080.00 94 Laminating Film A4 Size 100pcs/pack 250 Mic 34 Pack 1,200.00 40,800.00 95 Lead, For Mechanical Pencil 0.5mm 12pc/tube 2 Tube 30.00 60.00 96 Lever Arch File, Blue, File Top, Size: Approx. (11 X 13.5 X 2.5 Inches) 20 Pc 195.00 3,900.00 97 Lever Arch File, Blue, Landscape, Size: Approx. (11 X 13.5 X 2.5 Inches) 40 Pc 195.00 7,800.00 98 Lever Arch File, Blue, Size: Approx. (15.5 X 9.5 X 3 Inches) 45 Pc 195.00 8,775.00 99 Magazine File Box (5"x9"x15-3/4") 60 Pc 110.00 6,600.00 100 Mailing Envelope, White, 500pcs/box 18 B0x 290.00 5,220.00 101 Manila Paper 1 Whole 276 Sheet 5.00 1,380.00 102 Marker Permanent Ink Refill 30ml, Black (pilot) 36 Bot 110.00 3,960.00 103 Marker Permanent Ink Refill 30ml, Blue (pilot) 32 Bot 110.00 3,520.00 104 Notebook (80 Leaves) 1040 Pc 45.00 46,800.00 105 Official Record Book (300 Pages) Aprox. Size: (8.5 X 11) 73 Book 250.00 18,250.00 106 Official Record Book (500 Pages) Aprox. Size: (8.5 X 11) 100 Book 280.00 28,000.00 107 Paper Cutter With Board, Wood Base, 12x15 3 Unit 1,200.00 3,600.00 108 Paper Cutter,steel Base W/ Ruler & Presser 15'x12' 1 Unit 2,000.00 2,000.00 109 Paper Fastener (plastic) 100 Box 40.00 4,000.00 110 Paper Fastener, (metal) 207 Box 70.00 14,490.00 111 Paper, Ruled Pad, 90 Leaves (yellow Pad) 35 Pad 45.00 1,575.00 112 Parchment Paper, Long, 10sheets/pack (cream) 48 Pack 35.00 1,680.00 113 Parchment Paper, Short, 10sheets/pack (cream) 58 Pack 30.00 1,740.00 114 Paste With Applicator, 200 Grams 4 Jar 80.00 320.00 115 Pencil With Eraser No.2 (12pcs/box) 212 Box 72.00 15,264.00 116 Pencil, Mechanical, 0.5mm Lead 56 Pc 47.75 2,674.00 117 Permanent Marker (black) (bullet Type) (super Color Marker) 225 Pc 45.00 10,125.00 118 Permanent Marker (black) (chisel Type) (super Color Marker) 174 Pc 55.00 9,570.00 119 Permanent Marker (blue) (bullet Type) (super Color Marker) 195 Pc 45.00 8,775.00 120 Permanent Marker (blue) (chisel Type) (super Color Marker) 117 Pc 55.00 6,435.00 121 Permanent Marker (red) (bullet Type) (super Color Marker) 57 Pc 45.00 2,565.00 122 Permanent Marker (red) (chisel Type) (super Color Marker) 70 Pc 55.00 3,850.00 123 Philippine National Flag, Size: 90cm X 150cm 12 Pc 102.00 1,224.00 124 Photo Paper, Glossy, A4, 20pcs/pack 67 Pack 150.00 10,050.00 125 Plastic Twine, One Kilo Per Roll 18 Roll 80.00 1,440.00 126 Puncher, Heavy Duty, 2 Holes 12 Unit 200.00 2,400.00 127 Push Pin, Hammer Head Type, Assorted Colors, 100s/box 13 Box 50.00 650.00 128 Ring Binder, 1" 5 Pc 45.00 225.00 129 Ring Binder, 1/2 " 5 Pc 20.00 100.00 130 Rotary Pencil Sharpener 2 Pc 300.00 600.00 131 Rubber Band, Large Size 15 Box 150.00 2,250.00 132 Ruler Metal 12 Inch 9 Pc 50.00 450.00 133 Ruler Plastic 12 Inch 5 Pc 20.00 100.00 134 Scissors Heavy Duty Big 8" (stainless) 63 Pair 120.00 7,560.00 135 Screw Fastener 3" 438 Pc 10.00 4,380.00 136 Screw Fastener 4" 357 Pc 12.00 4,284.00 137 Sign Pen V5, Black 415 Pc 55.00 22,825.00 138 Sign Pen V5, Blue 387 Pc 55.00 21,285.00 139 Sign Pen V5, Green 55 Pc 55.00 3,025.00 140 Sign Pen, 1.0mm, Black 177 Pc 75.00 13,275.00 141 Sign Pen, 1.0mm, Blue 146 Pc 75.00 10,950.00 142 Sign Pen, Black Pentel Gel Type 0.5 539 Pc 95.00 51,205.00 143 Sign Pen, Blue Pentel Gel Type 0.5 400 Pc 95.00 38,000.00 144 Specialty Board, Cream, 8.5x11, 10pcs/pack (b-board) 673 Pack 35.00 23,555.00 145 Specialty Board, Cream, 8.5x13, 10pcs/pack (b-board) 648 Pack 40.00 25,920.00 146 Specialty Board, White, 8.5x11, 10pcs/pack (b-board) 225 Pack 35.00 7,875.00 147 Specialty Board, White, 8.5x13, 10pcs/pack (b-board) 408 Pack 40.00 16,320.00 148 Stamp Pad Ink Black 50ml 13 Pc 45.00 585.00 149 Stamp Pad Ink Red 50ml 4 Pc 45.00 180.00 150 Stamp Pad Ink Violet 50ml 23 Pc 45.00 1,035.00 151 Stamp Pad Standard Size Black 7 Pc 40.00 280.00 152 Stamp Pad Standard Size Violet 4 Pc 40.00 160.00 153 Staple Wire #35 297 Box 40.00 11,880.00 154 Stapler, #35 Heavy Duty With Staple Remover 57 Unit 400.00 22,800.00 155 Stapler, Long Reach Heavy Duty 3 Unit 500.00 1,500.00 156 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack) A4size 75 Pack 95.00 7,125.00 157 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack), Long 123 Pack 100.00 12,300.00 158 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack), Short 55 Pack 90.00 4,950.00 159 Sticky Notes (2"x1.5") 100 Sheets/pad 126 Pad 25.00 3,150.00 160 Sticky Notes (2"x2"), 100 Sheets/pad 141 Pad 30.00 4,230.00 161 Sticky Notes (3"x2"), 100 Sheets/pad 127 Pad 40.00 5,080.00 162 Sticky Notes (3"x3"), 100 Sheets/pad 222 Pad 40.00 8,880.00 163 Sticky Notes (3"x4), 100 Sheets/pad 158 Pad 50.00 7,900.00 164 Sticky Notes (3"x5"), 100 Sheets/pad 215 Pad 50.00 10,750.00 165 Super Glue / Shoe Glue 3 Grams 6 Pc 50.00 300.00 166 Super Permanent Marker, Fine Black (industrial) (sharpie) 35 Pc 90.00 3,150.00 167 Tape Dispenser, Heavy Duty (1") 9 Pc 150.00 1,350.00 168 Tape Double Sided Thin 24mm White 95 Pc 40.00 3,800.00 169 Tape Double Sided Adhesive W/ Foam Green, 2" 94 Roll 230.00 21,620.00 170 Tape Double Sided Adhesive W/ Foam Green, 1" 84 Roll 150.00 12,600.00 171 Tape Duct, Color Blue 2" 62 Roll 110.00 6,820.00 172 Tape Duct, Color Grey 2" 78 Roll 110.00 8,580.00 173 Tape, Masking, 1/2" 47 Roll 21.00 987.00 174 Tape, Masking, 24mm, 1", 100m 95 Roll 35.00 3,325.00 175 Tape, Masking, 48mm, 2", 100m 301 Roll 70.00 21,070.00 176 Tape, Packaging, 48mm, 2", 100m 88 Roll 55.00 4,840.00 177 Tape, Transparent, 24mm, 1", 100m 170 Roll 30.00 5,100.00 178 Tape, Transparent, 48mm, 2", 100m 126 Roll 52.00 6,552.00 179 Tracing Paper, Per Cut, 20x30, 8085 Thick 2 Pc 20.00 40.00 180 Whiteboard, 3ft X 4ft 7 Pc 2,000.00 14,000.00 181 Whiteboard, 5ft X 3ft 6 Pc 2,800.00 16,800.00 182 Air Freshener, 280ml (lemon Fresh) 163 Can 240.00 39,120.00 183 Air Freshener, Scented Gel, 180 Grams 98 Pc 220.00 21,560.00 184 Bathroom Cleaner (approx. 900ml) 29 Bot 300.00 8,700.00 185 Bathroom Soap, 90 Grams 16 Pc 50.00 800.00 186 Bleach Colored 1 Ltr 62 Bot 130.00 8,060.00 187 Bleach White 1 Ltr 63 Bot 100.00 6,300.00 188 Broom, Ceiling, Bamboo 23 Pc 170.00 3,910.00 189 Broom, Soft 5 Pc 170.00 850.00 190 Broom, Stick 14 Pc 40.00 560.00 191 Car Freshener 42 Grams, Organic Canister, Assorted Scent 63 Can 240.00 15,120.00 192 Detergent Bar, Long 12 Bar 80.00 960.00 193 Detergent Powder, W/ Fabric Conditioner 1kg 43 Pack 150.00 6,450.00 194 Dishwashing Liquid (250ml) 402 Bot 70.00 28,140.00 195 Disinfectant Spray, 170g 89 Can 280.00 24,920.00 196 Door Mat, Cloth Rectangle 105 Pc 60.00 6,300.00 197 Dust Pan, Plastic Big 2 Pc 80.00 160.00 198 Fabric Conditioner 800 Ml 14 Bot 250.00 3,500.00 199 Face Towel (cotton), Good Morning 159 Pc 30.00 4,770.00 200 Floor Mop With Bucket (360degrees Rotating Micro Fiber Head) 3 Set 1,500.00 4,500.00 201 Furniture Cleaner, 300ml 32 Can 300.00 9,600.00 202 Garbage Bag, Black, Gusseted Type Thick Plastic, 10's/roll, (small) 55 Roll 70.00 3,850.00 203 Garbage Bag, Black, Thick Plastic, 10's/pack, (large), Heavy Duty 145 Pack 100.00 14,500.00 204 Garbage Bag, Black, Thick Plastic, 10's/pack, (xl) Heavy Duty 37 Pack 130.00 4,810.00 205 Garbage Bag, Black, Thick Plastic, 10's/pack, (xxl) Heavy Duty 239 Pack 150.00 35,850.00 206 Garbage Bag, Black, Thick Platic, 10's/pack, (medium), Heavy Duty 168 Pack 80.00 13,440.00 207 Glass Cleaner, Big Sprayer Type 7 Bot 197.00 1,379.00 208 Glass Squeezer W/ Handle 1 Pc 125.00 125.00 209 Hand Sanitizing Gel, 60ml 15 Bot 60.00 900.00 210 Insecticide Spray (aerosol) 400ml 73 Can 350.00 25,550.00 211 Laundry Brush 4 Pc 30.00 120.00 212 Laundry Gloves (medium) 1 Pc 200.00 200.00 213 Liquid Handwash (antibacterial) 400ml 123 Bot 140.00 17,220.00 214 Microfiber, Cleaning Cloth 35cm X 35cm 47 Pc 60.00 2,820.00 215 Mop W/ Squeezer (squeez Mop) 26 Pc 350.00 9,100.00 216 Pail W/ Cover (16l) 18 Pc 200.00 3,600.00 217 Paper Towel, Interfold 144 Pack 120.00 17,280.00 218 Push Brush (floor Brush) 20 Pc 130.00 2,600.00 219 Scrub Sponge, Heavy Duty 116 Pc 60.00 6,960.00 220 Scrubbing Pads, Heavy Duty 25 Pc 40.00 1,000.00 221 Table Napkin, Pre Folded 13 Pack 100.00 1,300.00 222 Tissue Paper, 2-ply, 12 Rolls/pack 422 Pack 180.00 75,960.00 223 Tissue Paper, 3-ply, @ 4rolls/pack 213 Pack 160.00 34,080.00 224 Toilet Bowl Brush W/ Box 57 Pc 92.00 5,244.00 225 Toilet Bowl Pump 2 Pc 60.00 120.00 226 Toilet Deodorant Cake, 50 Grams 108 Pc 50.00 5,400.00 227 Trash Bin, Plastic W/ Cover, 11l Capacity 6 Pc 150.00 900.00 228 Trash Bin, Plastic W/ Cover, 25l Capacity 1 Pc 250.00 250.00 229 White Facial Tissue (200mmx200mm)2ply 210 Box 110.00 23,100.00 230 Cd Rewritable, 700mb 80min. W/ Case 603 Pc 50.00 30,150.00 231 Dvd-rewritable W/ Case 6 Pc 90.00 540.00 232 External Hard Drive (1 Tb) Usb 3.0 27 Unit 4,700.00 126,900.00 233 External Hard Drive, Ssd (1 Tb) Usb 3.0/type C 15 Unit 6,000.00 90,000.00 234 Flash Drive , Usb 16gb, Plug In Play 3 Pc 490.00 1,470.00 235 Flash Drive, 32gb Ultra Usb Driver (otg); Micro-usb & Usb Connectors 42 Pc 1,300.00 54,600.00 236 Flash Drive, Usb 32 Gb 31 Pc 1,000.00 31,000.00 237 Flash Drive, Usb 64 Gb 119 Pc 1,500.00 178,500.00 238 Hdmi Cable, 10m 5 Pc 600.00 3,000.00 239 Hdmi Cable, 5m 3 Pc 300.00 900.00 240 Keyboard, Usb Type 36 Pc 450.00 16,200.00 241 Keyboard, Wireless 5 Pc 600.00 3,000.00 242 Microsd Memory Card, 32gb 1 Pc 1,000.00 1,000.00 243 Microsd Memory Card, 64gb 2 Pc 1,800.00 3,600.00 244 Mouse Optical, (usb) 15 Pc 300.00 4,500.00 245 Mouse For Laptop, Optical 50 Pc 440.00 22,000.00 246 Mouse Optical, Wireless 21 Pc 630.00 13,230.00 247 Mouse Pad 119 Pc 30.00 3,570.00 248 Powerbank 10000mah 5 Pc 1,500.00 7,500.00 249 Powerbank 20000mah 50 Pc 2,500.00 125,000.00 250 Uninterruptible Power Supply (ups), 500va - 600va 12 Pc 4,500.00 54,000.00 251 Usb Hub, 3.0, 4 Port 5 Pc 500.00 2,500.00 252 Usb Lan Wireless Adapter 8 Unit 1,000.00 8,000.00 253 Wireless Usb Presenter 2 Unit 2,200.00 4,400.00 254 Ink Brother, Bt5000m, Magenta 36 Bottle 490.00 17,640.00 255 Ink Brother, Bt5000m, Yellow 36 Bottle 490.00 17,640.00 256 Ink Brother, Bt5000m, Cyan 41 Bottle 490.00 20,090.00 257 Ink Brother, Bt6000m, Black 30 Bottle 490.00 14,700.00 258 Ink Cartridge, Canon Cl-36, Colored (for Canon Mobile Printer) 13 Cart 1,600.00 20,800.00 259 Ink Cartridge, Canon Cl-811 Colored 3 Cart 2,000.00 6,000.00 260 Ink Cartridge, Canon Pg-35, Black (for Canon Mobile Printer) 10 Cart 1,100.00 11,000.00 261 Ink Cartridge, Canon Pg-810 (canon) 3 Cart 1,900.00 5,700.00 262 Ink Cartridge, Hp62, Black (hp Office Jet 200 Mobile Printer) 5 Cart 1,500.00 7,500.00 263 Ink Cartridge, Hp62, Tricolor (hp Office Jet 200 Mobile Printer) 5 Cart 1,800.00 9,000.00 264 Ink, Hp Gt 51 Black 2 Bottle 400.00 800.00 265 Ink, Hp Gt 52 Cyan 2 Bottle 400.00 800.00 266 Ink, Hp Gt 52 Magenta 2 Bottle 400.00 800.00 267 Ink, Hp Gt 52 Yellow 2 Bottle 400.00 800.00 268 Ink Epson T6731 Black (epson) 6 Bottle 800.00 4,800.00 269 Ink Epson T6732 Cyan (epson) 6 Bottle 800.00 4,800.00 270 Ink Epson T6733 Magenta (epson) 6 Bottle 800.00 4,800.00 271 Ink Epson T6734 Yellow (epson) 6 Bottle 800.00 4,800.00 272 Ink Epson T6735, Light Cyan (epson) 3 Bottle 800.00 2,400.00 273 Ink Epson T6736, Light Magenta (epson) 3 Bottle 800.00 2,400.00 274 Ink Epson, T6641, Black 70ml 22 Bottle 450.00 9,900.00 275 Ink Epson, T6642, Cyan 70ml 9 Bottle 450.00 4,050.00 276 Ink Epson, T6643, Magenta 70ml 13 Bottle 450.00 5,850.00 277 Ink Epson, T6644, Yellow 70ml 14 Bottle 450.00 6,300.00 278 Ink Epson, 001, Black 179 Bottle 700.00 125,300.00 279 Ink Epson, 001, Cyan 138 Bottle 600.00 82,800.00 280 Ink Epson, 001, Magenta 138 Bottle 600.00 82,800.00 281 Ink Epson, 001, Yellow 137 Bottle 600.00 82,200.00 282 Ink Epson, 003, Black 679 Bottle 500.00 339,500.00 283 Ink Epson, 003, Cyan 465 Bottle 500.00 232500 284 Ink Epson, 003, Magenta 483 Bottle 500.00 241,500.00 285 Ink Epson, 003, Yellow 451 Bottle 500.00 225500 286 Ink Epson, 008, Black 37 Bottle 1,200.00 44,400.00 287 Ink Epson, 008, Cyan 28 Bottle 900.00 25,200.00 288 Ink Epson, 008, Magenta 29 Bottle 900.00 26,100.00 289 Ink Epson, 008, Yellow 29 Bottle 900.00 26,100.00 290 Toner Cartridge, Fuji Xerox S1810/s2010/s2220/s2420 (ct201911) 3 Cart 5,400.00 16,200.00 291 Toner Cartridge, Fuji Xerox S2011/s2320/s2520 (ct202384) 1 Cart 5,400.00 5,400.00 292 Toner Cartridge, Hp Laserjet P1102, Ce285a (85a) 25 Cart 5,000.00 125,000.00 293 Toner Cartridge, Kyocera (tk 1175) Monochrome 4 Cart 9,500.00 38,000.00 294 Toner Cartridge, Sharp Ar-6026n (mx-238ft) 5 Cart 9,500.00 47,500.00 295 Toner Cartridge, Lexmark (mx321) 2 Cart 10,000.00 20,000.00 296 Hp Color Laserjet Toner 206a, Black 7 Cart 9,500.00 66,500.00 297 Hp Color Laserjet Toner 206a, Cyan 1 Cart 9,500.00 9,500.00 298 Hp Color Laserjet Toner 206a, Magenta 1 Cart 9,500.00 9,500.00 299 Hp Color Laserjet Toner 206a, Yellow 1 Cart 9,500.00 9,500.00 300 Ink Brother Btd60bk 8 Bottle 510.00 4,080.00 301 Certificate Holder, Legal Size W/ Plastic Cover 400 Pc 60.00 24,000.00 302 Specialty Board, Cream, A4 8.2x11.7, 10pcs/pack (b-board) 300 Pack 30.00 9,000.00 303 Specialty Board, White, A4 8.2x11.7, 10pcs/pack (b-board) 105 Pack 30.00 3,150.00 304 Ink Cartridge, Hp 682, Black 3 Cart 550.00 1,650.00 305 Ink Cartridge, Hp 682, Tri-color 3 Cart 550.00 1,650.00 306 Index Card (5"x8") 50s/pack 3 Pack 65.00 195.00 307 Screw Fastener 1" 200 Pc 7.00 1,400.00 308 Screw Fastener 2" 198 Pc 8.00 1,584.00 309 Plastic Fastener (5 Pcs/pack) Double Lock 220 Pack 25.00 5,500.00 310 Notebook, A6 Size, 200 Pages 115 Pc 60.00 6,900.00 311 Notebook, A7 Size, 200 Pages 100 Pc 50.00 5,000.00 312 Usb 3.1 Otg Flashdrive, Type C, 128 Gb 51 Pc 3,000.00 153,000.00 313 Notebook, A5 Size, Soft Leather Cover, 200 Sheets 80 Pc 200.00 16,000.00 314 Gel Ink Sign Pen, 0.4 100 Pc 90.00 9,000.00 315 Gel Ink Sign Pen, 0.3 100 Pc 90.00 9,000.00 316 Toner Cartridge, Fujifilm Apeos 2150 Nda 5 Cart 3,500.00 17,500.00 317 Whiteboard 2ft X 2 Ft 2 Piece 2,000.00 4,000.00 318 Clamp - Stapler Remover 5 Pcs 30.00 150.00 319 Portable Bluetooth/wireless Speaker With Trolley (free Microphone) 1 Unit 6,695.00 6,695.00 320 Dishwashing Liquid Diy Kit, Lemon Scent (for 15-16 Liters Output) 25 Set 400.00 10,000.00 321 Fabric Conditioner Diy Kit, Sunrise Fresh Scent (for 20 Liters Output) 25 Set 450.00 11,250.00 322 Liquid Handsoap Diy Kit, Antibac Scent (for 15-16 Liters Output) 25 Set 400.00 10,000.00 323 Sack For 50kls Capacity (size: 64cm X 104cm) 76 Pc 15.00 1,140.00 324 Printer Ribbon, Epson Lq 310 2 Cart 250.00 500.00 325 Stackable Storage Box With Cover And Wheels (155l) 3 Pcs 1,100.00 3,300.00 Total 6,294,122.50 Delivery Schedule: Delivery Schedule: Sixty (60) Working Days From Receipt Of Ntp Drop-off Point: Da-rfo 1, City Of San Fernando, La Union Delivery Of The Goods Is Required Within Sixty (60) Working Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two 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. 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. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 7-27, 2025 From The Address Given And Websites 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 Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 14 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 27 January 2025, 3:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 27 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 6, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-033

U S COAST GUARD USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents 
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotations: 1. This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. 2. Solicitation Number 70z04025qzb018 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02, Dated January 3, 2025. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency. 3. This Acquisition Will Be Issued Under Naics 811210. 4. Nsn: 5895-12-395-9484 Control Monitor oem: Rolls-royce Solutions Gmbh pn: B00e50207391/s0002 qty: 3 Ea open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs. inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair) firm Fixed Repair Price $___________ Each. 5. These Parts Are Used For The U. S. Coast Guard Patrol Boat Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. It Is The Government’s Belief That Only Rolls-royce Solutions Gmbh And Or Their Authorized Repair Facility Can Obtain The Required Technical And Engineering Data, And Genuine Oem Parts, Required To Successfully Repair These Items. Concerns Having The Expertise And Required Capabilities To Repair These Items Are Invited To Submit Complete Information Discussing The Same With Three (3) Calendar Days From The Day This Notice Is Posted. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Repair Facility And Verifying The Oem Will Supply Only Genuine Oem Parts. 6. Packing And Marking: each Unit Shall Be Individually Preserved And Wrapped For Protection Against Deterioration For A Period Of 2 Years Minimum. Each Unit Shall Be Packed Individually In It’s Own Wooden Box Which Shall Be Capable Of Providing Adequate Protection To The Item During Multiple Shipments. Mare Each Box In Legible Black Print Lettering With The Following Information. national Stock Number 5895-12-395-9484 item Name Control-monitor part Number X00e50204217/s0002 gov’t Order Number 70z08025p29****** coast Guard Sflc Material, Condition Code “a” 7. Delivery: delivery Is Required 02 Dec 2025. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88 2401 Hawkins Point Road baltimore, Md 21226. estimated Delivery Date: _________________ 8. Inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: 9. Multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above. 10. Award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable. the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery. vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions. 11. Offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov. 12. The Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition. 13. Far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (jan 2025) (a)the Contractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] x(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). __(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). __(10)52.204-28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204-30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of 52.204–30. x(12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] __(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns (feb 2024) (15u.s.c.637(d)(2)and (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15u.s.c.657f). __(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) (15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(feb 2024). x (33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). __(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). x(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(may 2024) (e.o. 13693). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(may 2024)(e.o. 13693). __(49)52.223-20, Aerosols(may 2024)(e.o. 13693). __(50)52.223-21, Foams (may 2024) (e.o. 13693). __(51)(i)52.224-3privacy Training(may 2024)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(jan 2025)of52.225-3. __(iv)alternateiii(nov 2023)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(55)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). __(10)52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking(jan 2025)(49 U.s.c. 40118(g)). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause- (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (a)definitions. As Used In This Clause— kaspersky Lab Covered Articlemeans Any Hardware, Software, Or Service That– (1)is Developed Or Provided By Akaspersky Lab Covered Entity; (2)includes Any Hardware, Software, Or Service Developed Or Provided In Whole Or In Part By Akaspersky Lab Covered Entity; Or (3)containscomponentsusing Any Hardware Or Software Developed In Whole Or In Part By Akaspersky Lab Covered Entity. kaspersky Lab Covered Entitymeans– (1)kaspersky Lab; (2)any Successor Entity To Kaspersky Lab, Including Any Change In Name, E.g., “kaspersky”; (3)any Entity That Controls, Is Controlled By, Or Is Under Common Control With Kaspersky Lab; Or (4)any Entity Of Which Kaspersky Lab Has A Majority Ownership. (b)prohibition. Section 1634 Of Division A Of Thenational Defenseauthorization Act For Fiscal Year 2018 (pub. L. 115-91) Prohibits Government Use Of Anykaspersky Lab Covered Article. The Contractor Is Prohibited From— (1)providing Anykaspersky Lab Covered Articlethat The Government Will Use On Or After October 1, 2018; And (2)using Anykaspersky Lab Covered Articleon Or After October 1, 2018, In The Development Of Data Or Deliverables First Produced In The Performance Of The Contract. (c)reporting Requirement. (1)in The Event The Contractoridentifies Akaspersky Lab Covered Articleprovided To The Government During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or Any Other Source, The Contractorshallreport,in Writing, To Thecontracting Officeror, In The Case Of The Department Of Defense, To The Website Athttps://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractorshallreport To Thecontracting Officerfor The Indefinite Delivery Contract And Thecontracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided Athttps://dibnet.dod.mil. (2)the Contractorshallreport The Following Information Pursuant To Paragraph (c)(1) Of This Clause: (i)within 3 Business Days From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Brand; Model Number (original Equipment Manufacturer (oem) Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended. (ii)within 10 Business Days Of Submitting The Report Pursuant To Paragraph (c)(1) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractorshalldescribe The Efforts It Undertook To Prevent Use Or Submission Of Akaspersky Lab Covered Article, Any Reasons That Led To The Use Or Submission Of Thekaspersky Lab Covered Article, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Ofkaspersky Lab Covered Articles. (d)subcontracts. The Contractorshallinsert The Substance Of This Clause, Including This Paragraph (d), In All Subcontracts Including Subcontracts For Theacquisitionofcommercial Productsorcommercial Services. (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232. definitions. As Used In This Clause- backhaulmeans Intermediate Links Between The Core Network, Or Backbone Network, And The Small Subnetworks At The Edge Of The Network (e.g., Connecting Cell Phones/towers To The Core Telephone Network). Backhaul Can Be Wireless (e.g., Microwave) Or Wired (e.g., Fiber Optic, Coaxial Cable, Ethernet). covered Foreign Countrymeans The People’s Republic Of China. covered Telecommunications Equipment Or Servicesmeans– (1)telecommunications Equipment Produced By Huawei Technologies Company Or Zte Corporation (or Any Subsidiary Or Affiliate Of Such Entities); (2)for The Purpose Of Public Safety, Security Of Government Facilities, Physical Security Surveillance Of Critical Infrastructure, And Other National Security Purposes, Video Surveillance And Telecommunications Equipment Produced By Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, Or Dahua Technology Company (or Any Subsidiary Or Affiliate Of Such Entities); (3)telecommunications Or Video Surveillance Services Provided By Such Entities Or Using Such Equipment; Or (4)telecommunications Or Video Surveillance Equipment Or Services Produced Or Provided By An Entity That The Secretary Of Defense, In Consultation With The Director Of National Intelligence Or The Director Of The Federal Bureau Of Investigation, Reasonably Believes To Be An Entity Owned Or Controlled By, Or Otherwise Connected To, The Government Of Acovered Foreign Country. critical Technologymeans– (1)defense Articles Or Defense Services Included On Theunited Statesmunitions List Set Forth In The International Traffic In Arms Regulations Under Subchapter M Of Chapter I Of Title 22, Code Of Federal Regulations; (2)items Included On The Commerce Control List Set Forth In Supplement No. 1 To Part 774 Of The Export Administration Regulations Under Subchapter C Of Chapter Vii Of Title 15, Code Of Federal Regulations, And Controlled- (i)pursuant To Multilateral Regimes, Including For Reasons Relating To National Security, Chemical And Biological Weapons Proliferation, Nuclear Nonproliferation, Or Missile Technology; Or (ii)for Reasons Relating To Regional Stability Or Surreptitious Listening; (3)specially Designed And Prepared Nuclear Equipment, Parts Andcomponents, Materials, Software, And Technology Covered By Part 810 Of Title 10, Code Of Federal Regulations (relating To Assistance To Foreign Atomic Energy Activities); (4)nuclear Facilities, Equipment, And Material Covered By Part 110 Of Title 10, Code Of Federal Regulations (relating To Export And Import Of Nuclear Equipment And Material); (5)select Agents And Toxins Covered By Part 331 Of Title 7, Code Of Federal Regulations, Part 121 Of Title 9 Of Such Code, Or Part 73 Of Title 42 Of Such Code; Or (6)emerging And Foundational Technologies Controlled Pursuant To Section 1758 Of The Export Control Reform Act Of 2018 (50 U.s.c. 4817). interconnection Arrangementsmeans Arrangements Governing The Physical Connection Of Two Or More Networks To Allow The Use Of Another's Network To Hand Off Traffic Where It Is Ultimately Delivered (e.g., Connection Of A Customer Of Telephone Provider A To A Customer Of Telephone Company B) Or Sharing Data And Other Information Resources. reasonable Inquirymeans An Inquiry Designed To Uncover Any Information In The Entity's Possession About The Identity Of The Producer Or Provider Ofcovered Telecommunications Equipment Or Servicesused By The Entity That Excludes The Need To Include An Internal Or Third-party Audit. roamingmeans Cellular Communications Services (e.g., Voice, Video, Data) Received From A Visited Network When Unable To Connect To The Facilities Of The Home Network Either Because Signal Coverage Is Too Weak Or Because Traffic Is Too High. substantial Or Essential Componentmeans Anycomponentnecessary For The Proper Function Or Performance Of A Piece Of Equipment, System, Or Service. (b)prohibition. (1)section 889(a)(1)(a) Of The John S. Mccainnational Defenseauthorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of Anexecutive Agencyon Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System. The Contractor Is Prohibited From Providing To The Government Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far4.2104. (2)section 889(a)(1)(b) Of The John S. Mccainnational Defenseauthorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of Anexecutive Agencyon Or After August 13, 2020, From Entering Into A Contract, Or Extending Or Renewing A Contract, With An Entity That Uses Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far4.2104. This Prohibition Applies To The Use Ofcovered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. (c)exceptions.this Clause Does Not Prohibit Contractors From Providing— (1)a Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (2)telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (d)reporting Requirement. (1)in The Event The Contractor Identifiescovered Telecommunications Equipment Or Servicesused As Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractorshallreport The Information In Paragraph (d)(2) Of This Clause To Thecontracting Officer, Unless Elsewhere In This Contract Are Established Procedures For Reporting The Information; In The Case Of The Department Of Defense, The Contractorshallreport To The Website Athttps://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractorshallreport To Thecontracting Officerfor The Indefinite Delivery Contract And Thecontracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided Athttps://dibnet.dod.mil. (2)the Contractorshallreport The Following Information Pursuant To Paragraph (d)(1) Of This Clause (i)within One Businessdayfrom The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Supplierunique Entity Identifier(if Known); Suppliercommercial And Government Entity (cage) Code(if Known); Brand; Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended. (ii)within 10 Business Days Of Submitting The Information In Paragraph (d)(2)(i) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractorshalldescribe The Efforts It Undertook To Prevent Use Or Submission Ofcovered Telecommunications Equipment Or Services, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Ofcovered Telecommunications Equipment Or Services. (e)subcontracts.the Contractorshallinsert The Substance Of This Clause, Including This Paragraph (e) And Excluding Paragraph (b)(2), In All Subcontracts And Other Contractual Instruments, Including Subcontracts For Theacquisitionofcommercial Productsorcommercial Services. (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns(feb 2024)(15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi) (a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii) (a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. 14. Electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. x 3052.247-72 F.o.b. Destination Only. (end Of Clause) 15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. 16. Quotes Are Due Not Later Than 22 Jan 2025, By 10:00 Am Eastern Daylight Savings Time (dst). 17. All Questions Regarding This Notice Shall Be Submitted In Writing To Donna Scandaliato No Later Than Jan 22, 2024. Quote Shall Be Emailed To Donna.m.scandaliato@uscg.mil.

U S COAST GUARD USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents 
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotations: 1. This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. 2. Solicitation Number 70z04025qag129 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02, Dated January 3, 2025. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency. 3. This Acquisition Will Be Issued Under Naics 811210. 4. Nsn: 2925-01-603-2033 oem: Electronic Control Arc 3000 M pn: Qcarc3002-aa03 qty: 4 Ea open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs. inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair) firm Fixed Repair Price $___________ Each. 5. These Parts Are Used For The U. S. Coast Guard Patrol Boat Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. It Is The Government’s Belief That Only Quantum Marine Engineering, Inc. And Or Their Authorized Repair Facility Can Obtain The Required Technical And Engineering Data, And Genuine Oem Parts, Required To Successfully Repair These Items. Concerns Having The Expertise And Required Capabilities To Repair These Items Are Invited To Submit Complete Information Discussing The Same With Three (3) Calendar Days From The Day This Notice Is Posted. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Repair Facility And Verifying The Oem Will Supply Only Genuine Oem Parts. 6. Packing And Marking: each Unit Shall Be Individually Preserved And Wrapped For Protection Against Deterioration For A Period Of 2 Years Minimum. Each Unit Shall Be Packed Individually In It’s Own Wooden Box Which Shall Be Capable Of Providing Adequate Protection To The Item During Multiple Shipments. Mare Each Box In Legible Black Print Lettering With The Following Information. national Stock Number 2925-01-603-2033 item Name Electronic Control Arc 3000 M part Number Qcarc3002-aa03 gov’t Order Number 70z08025p29****** coast Guard Sflc Material, Condition Code “a” 7. Delivery: delivery Is Required 02 Dec 2025. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88 2401 Hawkins Point Road baltimore, Md 21226. estimated Delivery Date: _________________ 8. Inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: 9. Multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above. 10. Award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable. the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery. vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions. 11. Offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov. 12. The Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition. 13. Far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (jan 2025) (a)the Contractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] x(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). __(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). __(10)52.204-28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204-30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of 52.204–30. x(12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] __(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns (feb 2024) (15u.s.c.637(d)(2)and (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15u.s.c.657f). __(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) (15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(feb 2024). x (33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). __(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). x(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(may 2024) (e.o. 13693). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(may 2024)(e.o. 13693). __(49)52.223-20, Aerosols(may 2024)(e.o. 13693). __(50)52.223-21, Foams (may 2024) (e.o. 13693). __(51)(i)52.224-3privacy Training(may 2024)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(jan 2025)of52.225-3. __(iv)alternateiii(nov 2023)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(55)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). __(10)52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking(jan 2025)(49 U.s.c. 40118(g)). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause- (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (a)definitions. As Used In This Clause— kaspersky Lab Covered Articlemeans Any Hardware, Software, Or Service That– (1)is Developed Or Provided By Akaspersky Lab Covered Entity; (2)includes Any Hardware, Software, Or Service Developed Or Provided In Whole Or In Part By Akaspersky Lab Covered Entity; Or (3)containscomponentsusing Any Hardware Or Software Developed In Whole Or In Part By Akaspersky Lab Covered Entity. kaspersky Lab Covered Entitymeans– (1)kaspersky Lab; (2)any Successor Entity To Kaspersky Lab, Including Any Change In Name, E.g., “kaspersky”; (3)any Entity That Controls, Is Controlled By, Or Is Under Common Control With Kaspersky Lab; Or (4)any Entity Of Which Kaspersky Lab Has A Majority Ownership. (b)prohibition. Section 1634 Of Division A Of Thenational Defenseauthorization Act For Fiscal Year 2018 (pub. L. 115-91) Prohibits Government Use Of Anykaspersky Lab Covered Article. The Contractor Is Prohibited From— (1)providing Anykaspersky Lab Covered Articlethat The Government Will Use On Or After October 1, 2018; And (2)using Anykaspersky Lab Covered Articleon Or After October 1, 2018, In The Development Of Data Or Deliverables First Produced In The Performance Of The Contract. (c)reporting Requirement. (1)in The Event The Contractoridentifies Akaspersky Lab Covered Articleprovided To The Government During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or Any Other Source, The Contractorshallreport,in Writing, To Thecontracting Officeror, In The Case Of The Department Of Defense, To The Website Athttps://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractorshallreport To Thecontracting Officerfor The Indefinite Delivery Contract And Thecontracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided Athttps://dibnet.dod.mil. (2)the Contractorshallreport The Following Information Pursuant To Paragraph (c)(1) Of This Clause: (i)within 3 Business Days From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Brand; Model Number (original Equipment Manufacturer (oem) Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended. (ii)within 10 Business Days Of Submitting The Report Pursuant To Paragraph (c)(1) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractorshalldescribe The Efforts It Undertook To Prevent Use Or Submission Of Akaspersky Lab Covered Article, Any Reasons That Led To The Use Or Submission Of Thekaspersky Lab Covered Article, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Ofkaspersky Lab Covered Articles. (d)subcontracts. The Contractorshallinsert The Substance Of This Clause, Including This Paragraph (d), In All Subcontracts Including Subcontracts For Theacquisitionofcommercial Productsorcommercial Services. (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232. definitions. As Used In This Clause- backhaulmeans Intermediate Links Between The Core Network, Or Backbone Network, And The Small Subnetworks At The Edge Of The Network (e.g., Connecting Cell Phones/towers To The Core Telephone Network). Backhaul Can Be Wireless (e.g., Microwave) Or Wired (e.g., Fiber Optic, Coaxial Cable, Ethernet). covered Foreign Countrymeans The People’s Republic Of China. covered Telecommunications Equipment Or Servicesmeans– (1)telecommunications Equipment Produced By Huawei Technologies Company Or Zte Corporation (or Any Subsidiary Or Affiliate Of Such Entities); (2)for The Purpose Of Public Safety, Security Of Government Facilities, Physical Security Surveillance Of Critical Infrastructure, And Other National Security Purposes, Video Surveillance And Telecommunications Equipment Produced By Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, Or Dahua Technology Company (or Any Subsidiary Or Affiliate Of Such Entities); (3)telecommunications Or Video Surveillance Services Provided By Such Entities Or Using Such Equipment; Or (4)telecommunications Or Video Surveillance Equipment Or Services Produced Or Provided By An Entity That The Secretary Of Defense, In Consultation With The Director Of National Intelligence Or The Director Of The Federal Bureau Of Investigation, Reasonably Believes To Be An Entity Owned Or Controlled By, Or Otherwise Connected To, The Government Of Acovered Foreign Country. critical Technologymeans– (1)defense Articles Or Defense Services Included On Theunited Statesmunitions List Set Forth In The International Traffic In Arms Regulations Under Subchapter M Of Chapter I Of Title 22, Code Of Federal Regulations; (2)items Included On The Commerce Control List Set Forth In Supplement No. 1 To Part 774 Of The Export Administration Regulations Under Subchapter C Of Chapter Vii Of Title 15, Code Of Federal Regulations, And Controlled- (i)pursuant To Multilateral Regimes, Including For Reasons Relating To National Security, Chemical And Biological Weapons Proliferation, Nuclear Nonproliferation, Or Missile Technology; Or (ii)for Reasons Relating To Regional Stability Or Surreptitious Listening; (3)specially Designed And Prepared Nuclear Equipment, Parts Andcomponents, Materials, Software, And Technology Covered By Part 810 Of Title 10, Code Of Federal Regulations (relating To Assistance To Foreign Atomic Energy Activities); (4)nuclear Facilities, Equipment, And Material Covered By Part 110 Of Title 10, Code Of Federal Regulations (relating To Export And Import Of Nuclear Equipment And Material); (5)select Agents And Toxins Covered By Part 331 Of Title 7, Code Of Federal Regulations, Part 121 Of Title 9 Of Such Code, Or Part 73 Of Title 42 Of Such Code; Or (6)emerging And Foundational Technologies Controlled Pursuant To Section 1758 Of The Export Control Reform Act Of 2018 (50 U.s.c. 4817). interconnection Arrangementsmeans Arrangements Governing The Physical Connection Of Two Or More Networks To Allow The Use Of Another's Network To Hand Off Traffic Where It Is Ultimately Delivered (e.g., Connection Of A Customer Of Telephone Provider A To A Customer Of Telephone Company B) Or Sharing Data And Other Information Resources. reasonable Inquirymeans An Inquiry Designed To Uncover Any Information In The Entity's Possession About The Identity Of The Producer Or Provider Ofcovered Telecommunications Equipment Or Servicesused By The Entity That Excludes The Need To Include An Internal Or Third-party Audit. roamingmeans Cellular Communications Services (e.g., Voice, Video, Data) Received From A Visited Network When Unable To Connect To The Facilities Of The Home Network Either Because Signal Coverage Is Too Weak Or Because Traffic Is Too High. substantial Or Essential Componentmeans Anycomponentnecessary For The Proper Function Or Performance Of A Piece Of Equipment, System, Or Service. (b)prohibition. (1)section 889(a)(1)(a) Of The John S. Mccainnational Defenseauthorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of Anexecutive Agencyon Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System. The Contractor Is Prohibited From Providing To The Government Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far4.2104. (2)section 889(a)(1)(b) Of The John S. Mccainnational Defenseauthorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of Anexecutive Agencyon Or After August 13, 2020, From Entering Into A Contract, Or Extending Or Renewing A Contract, With An Entity That Uses Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far4.2104. This Prohibition Applies To The Use Ofcovered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. (c)exceptions.this Clause Does Not Prohibit Contractors From Providing— (1)a Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (2)telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (d)reporting Requirement. (1)in The Event The Contractor Identifiescovered Telecommunications Equipment Or Servicesused As Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractorshallreport The Information In Paragraph (d)(2) Of This Clause To Thecontracting Officer, Unless Elsewhere In This Contract Are Established Procedures For Reporting The Information; In The Case Of The Department Of Defense, The Contractorshallreport To The Website Athttps://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractorshallreport To Thecontracting Officerfor The Indefinite Delivery Contract And Thecontracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided Athttps://dibnet.dod.mil. (2)the Contractorshallreport The Following Information Pursuant To Paragraph (d)(1) Of This Clause (i)within One Businessdayfrom The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Supplierunique Entity Identifier(if Known); Suppliercommercial And Government Entity (cage) Code(if Known); Brand; Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended. (ii)within 10 Business Days Of Submitting The Information In Paragraph (d)(2)(i) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractorshalldescribe The Efforts It Undertook To Prevent Use Or Submission Ofcovered Telecommunications Equipment Or Services, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Ofcovered Telecommunications Equipment Or Services. (e)subcontracts.the Contractorshallinsert The Substance Of This Clause, Including This Paragraph (e) And Excluding Paragraph (b)(2), In All Subcontracts And Other Contractual Instruments, Including Subcontracts For Theacquisitionofcommercial Productsorcommercial Services. (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns(feb 2024)(15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi) (a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii) (a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. 14. Electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. x 3052.247-72 F.o.b. Destination Only. (end Of Clause) 15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. 16. Quotes Are Due Not Later Than 22 Jan 2025, By 10:00 Am Eastern Daylight Savings Time (dst). 17. All Questions Regarding This Notice Shall Be Submitted In Writing To Donna Scandaliato No Later Than Jan 22, 2024. Quote Shall Be Emailed To Donna.m.scandaliato@uscg.mil.

National Farming Promotion Tender

Civil And Construction...+2Civil Works Others, Excavation
Corrigendum : Closing Date Modified
Poland
Closing Date3 Feb 2025
Tender AmountRefer Documents 
Details: Ag.b.0162.1.2024.159.rk Krakow, Dn.26/08/2024 Price Request entitled: "service consisting in repair of the sheathing and roof covering of the Police Station building in Maków Podhalański at ul. Kolejowa 8, 34–220 Maków Podhalański" The proceeding is conducted on the basis of Art.2 Section 1, Item 1 of the Act of 11 September 2019 - Public Procurement Law - hereinafter referred to as the Act, and in accordance with Decision No. 58/2021 of the Provincial Police Commander in Krakow of 4 November 2021. I. General Information: 1. The offer should be sent by: 9 September 2024, by 12:00. In the manner: Please submit offers and any inquiries by 9/09/2024, 12:00 PM. via the Purchasing Platform to the following address: https://malopolska-policja.eb2b.com.pl, "proceedings" tab À "list of open proceedings". In the event of problems with submitting the offer, please contact the Eb2b Helpdesk Department – Contact In the footer of the website. 2. The offer should be prepared in accordance with this inquiry. Ii. Description of the subject of the order: 1. The subject of the order is the performance of a service consisting in the repair of the sheathing and roof covering of the police station building in Maków Podhalański at ul. Kolejowa 8, 34–220 Maków Podhalański. The Scope of Repair Work Include: I. Repair of Partially Collapsed Roof Sheathing Made of Planks, Repair of Part of the Roof Covering Made of Asphalt Felt, Together with Repair of the Bituminous Flashings of the Firewalls. The Scope of Work That Needs to Be Performed in Connection with the Repair of the Partially Collapsed Roof Sheathing, Together with Repair of Part of the Roof Covering and Firewall Flashings Include, at Least: 1. Removal of Damaged Asphalt Felt (roofing felt laid in multi-layers) On the Roof Surface of Approx. 20.0 M2, And from the Firewalls Over a Length of Approx. 16.0 M. 2. Dismantling of Damaged Board Sheathing (on a Surface of Approx. 20 M2), Together with Reinforcement of the Repaired Sheathing by Installing Wooden Beams With a Cross-Section of 10x10 Cm – Impregnated Wood – 0.3 M3 3. Installation of Dismantled Board Sheathing, Replacing the Sheathing Boards with New Impregnated Boards on a Surface of Approx. 8 M2. 4. Execution of Roofing Made of Underlay Thermo-Weldable Roofing Paper and Surface Roofing Paper. 5. Execution of Bituminous Flashings (two layers of turned-up Thermo-Weldable Roofing Paper) Reinforced with Metal Strips On a Length of Approx. 16.0 M. Ii. Repair of the Chimney Shaft, Together with Supplementing and Siliconizing the Grilles Protecting the Channels Against Birds. The Scope of Work That Needs to Be Performed in Connection with the Repair of the Chimney Shaft Together with Supplementing and Siliconizing the Grilles Protecting the Channels Against Birds Include: 1. Removing the scalded plaster on the chimney shaft above the roof slope. 2. Supplementing the cement-lime plaster on a chimney shaft measuring 50x90 cm and 1.0 M high. 3. Painting the repaired chimney shaft in the color of the existing chimney shafts. 4. Supplementing the grilles protecting the channels against birds – 4 pcs., Together with Siliconizing the existing grilles – 60 pcs. 2. The Work Will Be Carried Out in an Active Facility. In connection with this, the Ordering Party requires that the Contractor, before starting the construction works, submits to the Ordering Party a list of persons who will perform the works as part of the Contractor's activities, providing the following data (name and surname, PESEL) and a list of vehicles necessary to perform the works (make and type together with registration numbers). The above requirement results from the fact that the works are to be performed in an active police facility, to which only previously established persons may have access. In the event of the need to perform the works by new (additional) persons, the Contractor is obliged to inform the Ordering Party of this fact in advance, making an appropriate update of the list of persons. In the case of countries other than Poland, please provide the date of birth, father's name and passport series and number. The Ordering Party reserves the right to refuse to allow the persons indicated by the Contractor to perform the work. Iii. Conditions concerning the Offer and Execution of the Order: 1. The price for the execution of the service will be a lump sum and will be payable once after the completion of the order. 2. Payment for the execution of the order will be made within 30 days from the date of receipt of a correctly issued invoice - by transfer to the account indicated by the Contractor. 3. It is possible (optional) to conduct an on-site inspection of the facility in order for the Contractor to precisely determine the lump sum price for the execution of the service. Failure to conduct an on-site inspection of the facility will not be a basis for rejecting the Offer. Conducting an on-site inspection will take place after prior arrangement with the Ordering Party. Deadline for execution of the order: The deadline for execution of the order is 30 business days from the date of receipt of the order. The Commencement Date of Works Is to Be Agreed With the User of the Facility. In the Event of Untimely Completion of the Task by the Contractor, the Contractor Will Pay the Ordering Party a Penalty of 0.5% of the Gross Order Value for Each Day of Delay, However, Not More Than 15% of the Gross Order Remuneration. Place of Order Fulfillment: Police Station in Maków Podhalański, Kolejowa Street 8, 34 – 220 Maków Podhalański. Contact Telephone Numbers in the Matter: Provincial Police Headquarters in Kraków: 47–83–54–917 District Police Headquarters in Sucha Beskidzka: 47–83–28–205 Iv. Criteria for Examination, Evaluation and Selection of Offers: Lowest Price. V. Attachments: Offer Template: Attachment No. 1

Municipality Of Irosin, Sorsogon Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 2 Million (USD 34.9 K)
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Irosin Memorial Park Improvement 1. The Local Government Unit Of Irosin, Through The 20% Edf 2024 Intends To Apply The Sum Of Two Million Forty Eight Thousand Nine Hundred Fifty Pesos (p 2,048,950.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Irosin Memorial Park Improvement, Infr-02-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Irosin Memorial Park Improvement Brief Description: Clearing,excavation,backfilling And Construction Of 0.20m X 56.10 Square Meters Pccp Contract : P 2,048,950.00 Source Of Fund : 20% Edf 2024 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Completion Of Works Is Sixty (60) Calendar Days. Bidders Should Have Completed At Least One Similar Project For The Last Five(5) Years And Whose Value, Of The Contract, Adjusted To Current Prices Using The Nso Consumer Price Indices Must Be Equal To 50% Of The Abc To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 Until January 31, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On January 16, 2025, 2:00pm At The Conference Room, Office Of The Municipal Mayor, Municipal Compound, San Julian, Irosin, Sorsogon, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 31, 2025, 1:59 Pm At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 31, 2025, 2:00 Pm At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza, Ce Municipal Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph Email Address: Bengabionza@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Posting: January 9, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Standard Form Number: Sf-infr-07 Revised On: July 29, 2004 Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ A) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives C) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located D) Tax Clearance Per Eo 398 E) Tax Clearance For Collection Purposes Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Completed Within The Last Five(5) Years, Except Under Conditions Provided Under The Rules; And • The Statement Shall Include The Following: (1)name Of The Contract; (2)date Of The Contract; (3)contract Duration; (4)owner’s Name And Address; (5)nature Of Work; (6)contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (7)total Contract Value At Award; (8)date Of Completion Or Estimated Completion Time; (9)total Contract Value At Completion, If Applicable; (10)percentages Of Planned And Actual Accomplishments, If Applicable; (11)value Of Outstanding Works, If Applicable; (12)the Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (13)the Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; ⬜ (d) Valid Pcab License-category B, Size Range Medium A Or Higher/special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. (h) Affidavit Of Site Inspection Financial Documents ⬜ (i) Audited Financial Statement Stamped Received By The Bureau Of Internal Revenue(bir) Or Its Duly Authorized Institutions, For The Immediately Preceding Calendar Year, Which Should Not Be Earlier From Two(2) Years From The Date Of Submission (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (k) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (m) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (n) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (o) Cash Flow By Quarter. Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Irosin Memorial Park Improvement, With Project Identification Number Infr-02-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 20% Edf 2024 In The Amount Of Two Million Forty Eight Thousand Nine Hundred Fifty Pesos ( P 2,048,950.00). 2.2. The Source Of Funding Is: 20% Edf 2024 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. Subcontracting Is Not Allowed During The Bidding. 7.2. Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 16, 2025, 2:00pm And Either At Its Physical Address Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon In A Face-to-face Manner As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Irosin Memorial Park Improvement I.clearing And Grubbing Ii. Excavation/backfilling Iii. Sub-grade Preparation Iv. Aggregate Base-course V. Portland Cement Concrete Pavement Spl-1 Ppe’s Spl-2 Temporary Facilities Spl-3 Project Signage 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 10.3 The Other Contractor’s License Or Permit Required Is Bir Registration. 10.4 Irosin Memorial Park Improvement The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1. Foreman 2. He And Le Operator 3. Skilled Worker 4.laborer 10.5 Irosin Memorial Park Improvement The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 1.backhoe 2. Road Roller 3. Concrete Mixer 4. Concrete Cutter 5. Bar Cutter 6. Concrete Vibrator 6. Enough Handtools 12 Value Engineering Clause Is Not Allowed. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Not Allowed. 20 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 3.1 The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Irosin Memorial Park Improvement Gcc Clause 2 Sectional Completion Is Not Applicable Since All Works Must Be Completed Within 60 Calendar Days. 4.1 The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part Is Seven(7) Calendar Days After The Issuance Of The Notice To Proceed(ntp). 6 The Site Investigation Reports Are: Additional Facilities For The Municipal Cemetery. 7.2 In Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures: Fifteen (15) Years. In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. In Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures: Two (2) Years. 10 A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Not Applicable Days Of Delivery Of The Notice Of Award. Not Applicable Since The End-user, Municipal Engineering Office, Was The One Who Made The Program Of Work(pow). 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Not Applicable. Reason Was Stated In 11.1. 13 The Amount Of The Advance Payment Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment. 14 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is 120 Calendar Days After The Commencement Of Works. The Date By Which “as Built” Drawings Are Required Is 120 Calendar Days After The Commencement Of Works. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is Not Applicable. Section Vi. Specifications Specifications Is Provided In The Program Of Work(pow) And Detailed Estimates Section Vii. Drawings Please Seek The Drawings At The Office Of The Municipal Engineer Of Local Government Unit Of Irosin. Section Viii. Bill Of Quantities Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Item No. Scope Of Work Quantity Unit 1.direct Cost(dc) I Clearing And Grubbing Ii Excavation/backfilling Iii Sub-grade Preparation Iv Aggregate Base Course V Portland Cement Concrete Pavement Spl-1 Ppe’s Spl-2 Temporary Facilities Spl-3 Project Signage 2 Indirect Cost(ic), Contractor’s Mark-up 2.1 Contractor’s Profit(10% Of Direct Cost) 2.2 Ocm(15% Of Direct Cost) 2.3 Vat Component (5% Of Contractor’s Profit+dc+ocm) 2.4 Mobilization Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form Form Of Contract Agreement Omnibus Sworn Statement Affidavit Of Site Inspection Bid Securing Declaration Bid Form Date: Project Id No.: Infr-02-2025 To: [name And Address Of Procuring Entity] Having Examine The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers ______, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: (a) We Have Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Projects, Irosin Memorial Park Improvement; (b) We Offer To Execute The Works For This Contract In Accordance With The Pbds; (c) The Total Price Of Our Bid In Words And Figures , Excluding Any Discounts Offered Below Is (insert Information); (d) The Discounts Offered And The Methodology For Their Application Are: [insert Information) (e) The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax, Income Tax, Local Taxes And Other Fiscal Levies And Duties Which Are Itemized Herein And Reflected In The Detailed Estimates; (f) Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; (g) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of The Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; (h) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (i) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (j) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. (k) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Irosin Memorial Park Improvement. (l) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Infrastructure Projects(revised) __________________________________________________________________________ This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity] (hereinafter Called The“entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: A. Philippine Bidding Documents(pbds) I.drawings/plans; Ii.specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins B. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The Works For The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Contractor: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Municipal Engineer Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Infr-02-2025 Irosin Memorial Park Improvement Irosin, Sorsogon Standard Form Number: Sf-infr-51 Revised On: August 11, 2004 Affidavit Of Site Inspection I, ________________________, Of Legal Age, _____________, Filipino And Residing At __________________________, Under Oath, Hereby Depose And Say: 1. That I Am The _________________________ Of The ____________________________________________, With Office Address At ______________________________; 2. That I Have Inspected The Site For Irosin Memorial Park Improvement; 3. That I Am Making This Statement As Part Of The Requirement For The Technical Proposal Of The _________________________ Of ___________________________. In Faith Whereof, I Hereby Affix My Signature This ______ Day Of ________, 2025 At _________________________, Philippines. ___________________ Affiant Subscribed And Sworn To Before Me This ____ Day Of _________ 2025, Affiant Exhibiting To Me His/her Community Tax Certificate No. _______________ Issued On ________________ At ______________________________, Philippines. _______________________ Notary Public Until ______________ Ptr No. ______________ Date ______________ Place ______________ Tin ______________ Doc No. __________ Page No. _________ Book No. _________ Series Of _________. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. Infr-02-2025 To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025.

Municipality Of Irosin, Sorsogon Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 714.7 K (USD 12.1 K)
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Facility Enhancement/repair & Maintenance(super Health Center) 1. The Local Government Unit Of Irosin, Through The Trust Fund(philhealth) Intends To Apply The Sum Of Seven Hundred Fourteen Thousand Seven Hundred Three Pesos (p 714,703.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Facility Enhancement/repair & Maintenance(super Health Center), Infr-01-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Facility Enhancement/repair & Maintenance(super Health Center) Brief Description: Chb Laying And Plastering/fabrication/installation Of Forms & Rsb And Tile Setting For Lavatories And Counters/installation Of Plumbing And Electrical Fixtures Approved Budget For The Contract : P 714,703.00 Source Of Fund : Trust Fund(philhealth) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Completion Of Works Is Sixty (60) Calendar Days. Bidders Should Have Completed At Least One Similar Project For The Last Five(5) Years And Whose Value, Of The Contract, Adjusted To Current Prices Using The Nso Consumer Price Indices Must Be Equal To 50% Of The Abc To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 Until January 31, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On January 16, 2025, 9:00am At The Conference Room, Office Of The Municipal Mayor, Municipal Compound, San Julian, Irosin, Sorsogon, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 31, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 31, 2025, 9:00 Am At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza, Ce Municipal Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph Email Address: Bengabionza@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Posting: January 9, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Standard Form Number: Sf-infr-07 Revised On: July 29, 2004 Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ A) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives C) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located D) Tax Clearance Per Eo 398 E) Tax Clearance For Collection Purposes Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Completed Within The Last Five(5) Years, Except Under Conditions Provided Under The Rules; And • The Statement Shall Include The Following: (1)name Of The Contract; (2)date Of The Contract; (3)contract Duration; (4)owner’s Name And Address; (5)nature Of Work; (6)contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (7)total Contract Value At Award; (8)date Of Completion Or Estimated Completion Time; (9)total Contract Value At Completion, If Applicable; (10)percentages Of Planned And Actual Accomplishments, If Applicable; (11)value Of Outstanding Works, If Applicable; (12)the Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (13)the Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; ⬜ (d) Valid Pcab License-category B, Size Range Medium A Or Higher/special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. (h) Affidavit Of Site Inspection Financial Documents ⬜ (i) Audited Financial Statement Stamped Received By The Bureau Of Internal Revenue(bir) Or Its Duly Authorized Institutions, For The Immediately Preceding Calendar Year, Which Should Not Be Earlier From Two(2) Years From The Date Of Submission (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (k) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (m) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (n) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (o) Cash Flow By Quarter. Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Facility Enhancement/repair & Maintenance(super Health Center), With Project Identification Number Infr-01-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Trust Fund (philhealth) In The Amount Of Seven Hundred Fourteen Thousand Seven Hundred Three Pesos ( P 714,703.00). 2.2. The Source Of Funding Is: Trust Fund(philhealth) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. Subcontracting Is Not Allowed During The Bidding. 7.2. Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 16, 2025, 9:00am And Either At Its Physical Address Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon In A Face-to-face Manner As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Facility Enhancement/repair & Maintenance(super Health Center) I.formworks Ii. Concrete And Masonry And Tile Works Iii. Plumbing Works Iv. Electrical Works V. Painting Works Vi. Doors And Windows Spl-1 Ppe’s Spl-2 Project Signage 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 10.3 The Other Contractor’s License Or Permit Required Is Bir Registration. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Facility Enhancement/repair & Maintenance(super Health Center) Key Personnel General Experience Relevant Experience 1. Foreman 2. Skilled Worker 3.laborer 10.5 Facility Enhancement/repair & Maintenance(super Health Center) The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 1.enough Hand Tools 12 Value Engineering Clause Is Not Allowed. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Not Allowed. 20 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 3.1 The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Gcc Clause 2 Sectional Completion Is Not Applicable Since All Works Must Be Completed Within 60 Calendar Days. 4.1 The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part Is Seven(7) Calendar Days After The Issuance Of The Notice To Proceed(ntp). 6 The Site Investigation Reports Are: Completion Of Existing Constructed Building. 7.2 In Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures: Fifteen (15) Years. In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. In Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures: Two (2) Years. 10 A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Not Applicable Days Of Delivery Of The Notice Of Award. Not Applicable Since The End-user, Municipal Engineering Office, Was The One Who Made The Program Of Work(pow). 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Not Applicable. Reason Was Stated In 11.1. 13 The Amount Of The Advance Payment Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment. 14 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is 120 Calendar Days After The Commencement Of Works. The Date By Which “as Built” Drawings Are Required Is 60 Calendar Days After The Commencement Of Works. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is Not Applicable. Section Vi. Specifications Specifications Is Provided In The Program Of Work(pow) And Detailed Estimates Section Vii. Drawings Please Seek The Drawings At The Office Of The Municipal Engineer Of Local Government Unit Of Irosin. Section Viii. Bill Of Quantities Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Item No. Scope Of Work Quantity Unit 1.direct Cost(dc) I Formworks Ii Concrete And Masonry And Tile Works Iii Plumbing Works Iv Electrical Works V Painting Works Vi Doors And Windows Spl-1 Ppe’s Spl-2 Project Signage 2 Indirect Cost(ic), Contractor’s Mark-up 2.1 Contractor’s Profit(10% Of Direct Cost) 2.2 Ocm(15% Of Direct Cost) 2.3 Vat Component (5% Of Contractor’s Profit+dc+ocm) 2.4 Mobilization 2.5 Utilities(professional Fee’s For Electrical Engineers) Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form Form Of Contract Agreement Omnibus Sworn Statement Affidavit Of Site Inspection Bid Securing Declaration Bid Form Date: Project Id No.: Infr-01-2025 To: [name And Address Of Procuring Entity] Having Examine The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers ______, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: (a) We Have Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Projects, Facility Enhancement/repair & Maintenance(super Health Center); (b) We Offer To Execute The Works For This Contract In Accordance With The Pbds; (c) The Total Price Of Our Bid In Words And Figures , Excluding Any Discounts Offered Below Is (insert Information); (d) The Discounts Offered And The Methodology For Their Application Are: [insert Information) (e) The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax, Income Tax, Local Taxes And Other Fiscal Levies And Duties Which Are Itemized Herein And Reflected In The Detailed Estimates; (f) Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; (g) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of The Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; (h) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (i) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (j) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. (k) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Facility Enhancement/repair & Maintenance(super Health Center). (l) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Infrastructure Projects(revised) __________________________________________________________________________ This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity] (hereinafter Called The“entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: A. Philippine Bidding Documents(pbds) I.drawings/plans; Ii.specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins B. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The Works For The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Contractor: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Municipal Engineer Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Infr-01-2025 Facility Enhancement/repair And Maintenance (super Health Center) Irosin, Sorsogon Standard Form Number: Sf-infr-51 Revised On: August 11, 2004 Affidavit Of Site Inspection I, ________________________, Of Legal Age, _____________, Filipino And Residing At __________________________, Under Oath, Hereby Depose And Say: 1. That I Am The _________________________ Of The ____________________________________________, With Office Address At ______________________________; 2. That I Have Inspected The Site For Facility Enhancement/repair And Maintenance(super Health Center); 3. That I Am Making This Statement As Part Of The Requirement For The Technical Proposal Of The _________________________ Of ___________________________. In Faith Whereof, I Hereby Affix My Signature This ______ Day Of ________, 2025 At _________________________, Philippines. ___________________ Affiant Subscribed And Sworn To Before Me This ____ Day Of _________ 2025, Affiant Exhibiting To Me His/her Community Tax Certificate No. _______________ Issued On ________________ At ______________________________, Philippines. _______________________ Notary Public Until ______________ Ptr No. ______________ Date ______________ Place ______________ Tin ______________ Doc No. __________ Page No. _________ Book No. _________ Series Of _________. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. Infr-01-2025 To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025.
3911-3920 of 3922 archived Tenders