Wood Tenders
Wood Tenders
Deutsches Institut F R Ern Hrungsforschung Tender
Others
Germany
Details: The German Institute of Human Nutrition (dife) is planning to renovate parts of a research and office building. The construction work involves conversion and modernization with extension and with a significant intervention in the construction and existing structure of the building and/or the facilities. The following services are being put out to tender: - Demolition work, non-structural, including disposal, 46 external awnings; 310 m² plasterboard wall, diameter 150 mm; 61 m² plasterboard suspended ceilings; 78 windows, approx. 0.8 x 1.9 m; 130 m internal masonry, diameter up to 400 mm; 54 m² wall casings; 150 m² wall tiles, including wall plaster; 61 internal doors, aluminum and wood; 730 m² floor coverings, terrazzo, tiles, textiles, linoleum floors; 390 m² bituminous sealing on floors; 180m³ excavation backfill between foundations; - demolition work Tga including disposal 380 m piping including fittings, fastenings, valves, copper DN6 to DN12; 110 m piping including fittings, fastenings, plastic DN12 to DN40 demolition; 25 pcs. demolition of sectional radiators, made of steel/cast iron, H up to 750, T up to 250; 165 m dismantling of pipe insulation KMF; 1 pc. demolition of central air conditioning unit, volume flow 2,500 m³/h; 76 m² air duct fitting demolition; 10 pcs. installation distributors up to 800/800/150 Ap dismantling; 2500 m cable/line up to 5 x 6 mm² dismantling;
Closing Date25 Feb 2025
Tender AmountRefer Documents
Caraga State University Tender
Scraps
Philippines
Details: Description This Is A 1 Lot Procurement | Total: 705,526.70 Stock No. Unit Item Description Quantity Total Cost 1 Dozen Ballpen *blue. | 25 | 2,400.00 2 Dozen Ballpen *red. | 5 | 480.00 3 Dozen Ballpen Black | 29 | 2,784.00 4 Set Battery *aa Charger 4 Batteries Rechargeable | 1 | 2,760.00 5 Pack "battery *dry Cell, Aa, 1.5 Volts, Alkaline, 2 Piece Per Pack" | 26 | 3,432.00 6 Pack "battery *dry Cell, Aaa, 1.5 Volts, Alkaline, 2 Piece Per Pack" | 4 | 528.00 7 Pack "battery *dry Cell, Aaa, 1.5 Volts, Alkaline, 4 Piece Per Pack" | 10 | 2,500.00 8 Piece Broom *soft (tambo), Weight: 200g Min Tiger Grass. | 95 | 14,250.00 9 Piece Broom *stick (ting-ting), Usable Length: 760mm Min. | 71 | 3,124.00 10 Piece "brush *laundry Brush *type: Plastic *size:14.5cm X 5cm" | 6 | 1,080.00 11 Pack Cable Ties #4 , 100pcs | 28 | 1,064.00 12 Piece "cash Box *powder Coated Steel, 11.8''l X 9.5''w, Safety Key Lock ,cover On Coin Tray With Spring Clips" | 1 | 906.00 13 Piece "certificate Holder *holder/jacket. *material: Plastic (transparent). *size: A4 Size." | 51 | 8,415.00 14 Piece Certificate Holder *size: A4. Color: Black | 141 | 10,857.00 15 Bottle "cleaner *type: Toilet Bowl And Urinal. *net Content: 1000ml (1l) In Rigid Plastic Bottle. *color: Clear Or Blue. *bactericidal, Fully Miscible In Water (not Chlorine Based), Kills Germs And Bacteria (professional Cleaning Solution)." | 85 | 21,250.00 16 Piece "clip Backfold *all Metal *size: 73mm Or 3"" (-1mm) *color: Black" | 16 | 211.20 17 Box "clip Backfold *all Metal, 12 Pieces Per Box *size: 25mm Or 1"" (-1mm) *color: Black" | 30 | 1,485.00 18 Box "clip Backfold *all Metal, 12 Pieces Per Box *size: 32mm Or 1 1/4"" (-1mm) *color: Black" | 15 | 907.50 19 Box "clip Backfold *all Metal, 12 Pieces Per Box *size: 50mm Or 2"" (-1mm) *color: Black" | 26 | 1,716.00 20 Piece "counting Money Wax *for Easy Counting Sorting Filing *for Paper And Foils, Does Not Stick *hygenic, Anticbacterial Finger Moistener *apply To Fingertips" | 100 | 3,500.00 21 Piece "data Folder *customized, Material: Board, Color: Blue., Size: Legal/long" | 20 | 5,500.00 22 Piece "data Folder *materials: Made Of Chipboard 2.5mm Thick. *deminsion (wxhxl): 75mm (3"") X 230mm (9"") X 380mm (15""). *with All Steel Lever Arch File Mechanism And Taglia Lock." | 30 | 6,600.00 23 Piece "detergent Powder *all Purpose Cleaner,size: 500ml,scent: Floral" | 50 | 14,400.00 24 Pack Detergent Powder *all Purpose, 1kg Per Pack. | 193 | 31,845.00 25 Gallon "dishwashing Liquid *4l Per Gallon. *liquid, Odorless, Antibacterial. *for Utensils And Equipment." | 35 | 12,250.00 26 Bottle Dishwashing Liquid Size: 250ml, Lemon | 147 | 19,404.00 27 Piece "dishwashing Pad/sponge *heavy Duty With Green Pad (scrub). *size (hxwxd): 75 X 75 X 30mm." | 40 | 2,200.00 28 Piece "dishwashing Paste *400 Grams,lemon Scent And Anti Bacterial Free Sponge." | 57 | 5,016.00 29 Can Disinfectant Spray *aerosol Type, 400 Grams (min). | 6 | 3,300.00 30 Piece Dust Pan *non-rigid Plastic, With Detachable Handle. | 14 | 1,540.00 31 Box "envelope *documentary, Kraft For A4 Size Document, 500 Pieces Per Box." | 1 | 900.00 32 Box "envelope *expanding, Kraft For Legal Size Document, With String And Eyelet Or Elastic Strap, 100 Pieces Per Box." | 1 | 1,320.00 33 Piece "envelope *expanding File Envelope *color: Orange, Long Size File Organizer With Handle And 13 Pockets, With Buckle Closure" | 9 | 1,800.00 34 Box "envelope *mailing, White, 70gsm, *envelope Size: Width: 105mm (-3mm), Length: 241mm (-3mm), 500 Pieces Per Box." | 10 | 5,500.00 35 Piece Envelope Expanding, Plastic, Legal, Plain White | 48 | 1,680.00 36 Piece "feather Duster *soft Feather Duster, Strong Adsorption Capacity, Wooden-dowel Handle." | 2 | 240.00 37 Piece Floor Mop *360 Rotating Head Magic Floor Spin Mop. | 24 | 36,000.00 38 Bundle Folder *kraft, Size: Legal/long, Color: White | 2 | 1,200.00 39 Box "folder *pressboard, Size: 240mm X 370mm (-5mm), *material: Heavy Duty Paper Board, *expansion: 39mm (-3mm), *100 Pieces Per Box." | 1 | 2,000.00 40 Piece "garbage Picker *long Handle *size; 80cm *alluminum/alloy *plastic Grip" | 30 | 5,100.00 41 Bottle "glass Cleaner *glass And Multi-surface Cleaner, 500ml, In Plastic Spray Bottle. *removes Dirt For A Streak-free Long Lasting Shine." | 39 | 10,725.00 42 Piece Glass Wiper Squeegee (rubber Blade) | 10 | 2,500.00 43 Jar "glue *all-purpose, Dries Clear, Non-toxic, Paste With Applicator. *gross Weight: 200 Grams." | 32 | 2,816.00 44 Bottle "hand Soap *liquid *antibacterial *with Moisturizer, Citrus Flavor *750 Ml" | 167 | 33,400.00 45 Gallon "liquid Bleach *disinfectant (99% Antibac), Whitens, Remove Stains/odor/germs, Multipurpose Bleach, (3 In 1 Total Clean)." | 8 | 6,400.00 46 Piece "long Arm Stapler *heavy Duty *320mmx38mm *materials:metal" | 3 | 1,200.00 47 Piece "marker *permanent, Black, *tip: Felt, Bullet Type, *point: Medium." | 418 | 6,897.00 48 Piece "marker *permanent, Blue, *tip: Felt, Bullet Type, *point: Medium." | 50 | 825.00 49 Piece "marker *whiteboard, Black, *tip: Felt, Bullet Type." | 520 | 11,440.00 50 Piece "marker *whiteboard, Blue, *tip: Felt, Bullet Type." | 1291 | 28,402.00 51 Piece Mug *color: White, 330ml | 21 | 1,995.00 52 Gallon "muriatic Acid *with Power Clean Chemicals, Removes Dust Stain, Hard Water Deposits & Disinfectants." | 5 | 1,250.00 53 Pad Notepad *stick-on, 2 X 3, 100 Sheets Per Pad | 20 | 880.00 54 Pad Notepad *stick-on, 4 X 4 | 50 | 4,400.00 55 Pad Notepad *stick-on, With "sign Here". | 30 | 1,650.00 56 Pack "paper *certificate Paper, With Border, Size: 210mm X 297mm (a4), Color Gold, 10's Per Pack" | 111 | 18,315.00 57 Ream Paper *multi-purpose, 70 Gsm., Size: 210mm X 297mm (a4) | 87 | 20,575.50 58 Ream "paper *multi-purpose, 70 Gsm., Size: 216mm X 330mm (legal/long)" | 279 | 70,587.00 59 Piece Paper *manila Paper, 1 Whole | 23 | 460.00 60 Ream "paper *newsprint Paper *size: Legal" | 70 | 16,100.00 61 Pack "paper *photo Paper, Size: 210mm X 297mm (a4), 180 Gsm, Matte, 20's Per Pack" | 70 | 11,550.00 62 Pack "paper *specialty Board, Size: 8.5"" X 13"" (legal/long), Gsm: 185 *color: Cornfield Cream" | 77 | 6,083.00 63 Pack Paper *specialty Board, Size: A4, Gsm: 185. | 56 | 5,600.00 64 Pack "paper *specialty Board, Size: A4, Gsm: 240. *20 Sheets Per Pack." | 20 | 6,000.00 65 Pack "paper *specialty Paper, Size: 8.5"" X 11"" (letter/short), Gsm: 85 *colored, 20's Per Pack" | 54 | 4,752.00 66 Pack "paper *specialty Paper, Size: 8.5"" X 13"" (legal/long), Gsm: 85, Colored, 20's Per Pack" | 50 | 4,675.00 67 Pack Paper *sticker Paper, Size: 8.5" X 13" (legal/long) | 5 | 550.00 68 Box "paper Clip *vinyl Coated, 33mm (1 1/4"" Min), 52 Grams, 100 Pieces Per Box" | 12 | 198.00 69 Piece Puncher *paper, Heavy Duty, With Two Hole Guide, 1 | 28 | 6,160.00 70 Dozen "rags Material: Microfiber Dimensions: 30 X 30cm" | 5 | 1,485.00 71 Piece Ring Binder *plastic, 1/2", Black *1 Meter | 15 | 660.00 72 Box Rubber Band *70mm Min Lay Flat Length (#18) | 6 | 1,320.00 73 Dozen Sign Pen *black, 0.7mm Needle Tip. | 14 | 5,852.00 74 Piece Sign Pen *black, Liquid/gel Ink, 0.5mm Needle Tip | 518 | 22,792.00 75 Dozen Sign Pen *blue, 0.7mm Needle Tip. | 10 | 4,180.00 76 Piece Sign Pen *blue, Liquid/gel Ink, 0.5mm Needle Tip | 404 | 17,776.00 77 Dozen Sign Pen *red, 0.7mm Needle Tip. | 10 | 4,180.00 78 Piece Sign Pen *red, Liquid/gel Ink, 0.5mm Needle Tip | 277 | 12,188.00 79 Piece "stamp Pad *felt, Bed Dimension: 60mm X 100mm Min *metal Case" | 2 | 352.00 80 Box "staple Wire *standard, (26/6) Or No.35, Full Strips Staples, *5000 Wires Per Box, *number Of Wires Per Strip: 100." | 31 | 1,705.00 81 Piece Stapler *standard Type, Load Cap: 200 Staples Min | 87 | 23,925.00 82 Pack Sticker *type : Matte , A4 | 25 | 700.00 83 Pack Sticker *vinyl Sticker, Long 20's | 66 | 18,480.00 84 Roll Tape *double Sided, With Foam, Width: 24mm (1"). | 30 | 1,200.00 85 Roll Tape *electrical, 18mm X 16m Min. | 23 | 632.50 86 Roll Tape *masking, Width: 24mm (1") (â±1mm) | 43 | 3,074.50 87 Roll Tape *packaging, Width: 48mm (2") (â±1mm) | 25 | 1,237.50 88 Piece Tape Dispenser *table Top, 24mm (1") Width Tape | 14 | 3,080.00 89 Piece "toilet Brush *toilet Bowl Scrub Double Side Cleaning Brush, With Plastic Handle." | 5 | 875.00 90 Pack Trashbag *size:(24'' X 32'')*100's Per Pack. | 80 | 40,000.00 91 Roll "trashbag *black, 940mm X 1016mm (38"" X 40""), 10pcs Per Roll" | 35 | 6,755.00 92 Piece "trashbin Size: 45 Liter:36*36*60cm Material Type: Plastic W/ Rotating Cover" | 11 | 5,247.00 Note: Delivery Period: Within Thirty (30) Calendar Days Upon Receipt Of P.o Partial Bid Is Not Allowed Download And Use The Official Canvass Form In The Associated Components Please Fill In The Savings/current Account Name & Account Number Please Indicate Item Offer With Brand/s And Model/s Of The Specific Item
Closing Date3 Feb 2025
Tender AmountPHP 705.5 K (USD 12 K)
Municipality Of Polillo, Quezon Tender
Telecommunication Services
Philippines
Details: Description Republic Of The Philippines Province Of Quezon Municipality Of Polillo ***** Invitation To Bid For Supply, Delivery And Installation Of Public Address System- Lgu Polillo, Quezon 1. The Municipality Of Polillo, Through The 5% Calamity Fund 2025 Approved By The Sangguniang Bayan Of Lgu Polillo Intends To Apply The Sum Of One Million Seven Hundred Ninety-six Thousand Seven Hundred Twenty Pesos Only (₱1,796,720.00) Being The Abc To Payments Under The Contract For Supply, Delivery And Installation Of Public Adress System- Lgu Polillo Quezon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Polillo Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Municipality Of Polillo And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 27, 2025 To February 17, 2025 The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (₱ 5000.00). 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. Bids Must Be Duly Received By The Bac Secretariat Through: (i) Manual Submission At The Office Address Indicated Below Or (ii) Online Or Electronic Submission As Indicated Below On Or Before February 17,2025 2:30pm. Late Bids Shall Not Be Accepted. 7. The Municipality Of Polillo Will Hold A Pre-bid Conference On February 3, 2025 2:30pm At Mpdc Office, 2nd Floor Municipal Annex Building, Mabini St., Brgy. Poblacion, Polillo, Quezon And/or Through Video Conferencing Or Webcasting Via Messenger, Which Shall Be Open To Prospective Bidders. 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 February 17, 2025 2:30pm At The Given Address Below And/or Messenger. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Polillo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Deborah B. Marasigan Bac Chairperson And Bac Secretariat Mabini St. Brgy. Poblacion, Polillo, Quezon, 4339 Bac.polillo@gmail.com Deborah B. Marasigan Bac Chairperson 1 Lot 8-core Hybrid Fiber Optic Outdoor Armored Cable With Tight Buffered Fibers For Aerial Mounting To Electric Posts. Accessories Included: Hooks, Pulleys & Fiber Drop Wires. 15 Pieces Ip67 Terminal/utility Box 400mm X 300mm X 180mm With Key Lock, Ce/rohs/iso9001 Type Approved, Bundled With Complete Mounting Screws And Stainless Metal Belts & Locks. 15 Units Fiber Optic Media Converter-gigabit, High Density Hot-swappable Media Converter Redundant Hot-swappable Ac And 12v Dc Power Supplies With Built-in 4-ports Switch 10x1000 Plus Hybrid A-b Tx/rx In One Device. 15 Pieces Fiber Optic Patch Cords (sm) Compatible, Sc/sc Connector. 15 Units Fiber Optic Splice Box Fiber Capacity 8-sc Output Ports 8x6mm+1x Up To 10mm (full Assembly) 8-core Ip65//66/67 1 Piece 16u Network Data Cabinet 1 Unit 1200 Core Switch Fully Managed Aggregation Switch, 1200 Sfp+ Ports; (8) Plus Rj45 Ports; (2) Rj45 Serial Console Port, L3 Static Routing, 1200 Switching Capacity, 1.2gbps Non-blocking Throughput, Forwarding Rate 1.2gbps. 8 Units Gigabit Ethernet Sm Sfp Sc 20km 1200 Transceivers Module. 1 Unit 4k Led Monitor 55″ Inch 3840×2160 (uhd) Cctv Monitor- Industrial 1 Lot Network Cat-6e Pure Copper Outdoor Type Cable, 305m/box Bare Copper Shielded 15 Units 10/15amps Circuit Breaker 240vac 1 Unit Computer System Unit (amd) Specification: Intel Core I5-12th Generation System Unit, 16gb System Memory, 4gb Video Card, 2x 1tb Hdd, 500gb M.2. Ssd, 22” Led Monitor, Windows 11 Professional Operating System & Microsoft Office 2021 Professional. (to Be Installed At Mdrrmo Eoc For Configuration & Maintenance Use Plus Data Backup And Paging System Server)" 15 Units Network Horn Speaker Paging System Audible Distance 40-50m Supports Poe, 50w, Ip65. 1 Unit Network Public Address Software It Can Work Within Lan Network Including Fiber Links And Wireless Ptp/ptmp. Support Up To 1000 Zones User Can Set Up The Whole Network System Using The Main Software Features: Grouping / Zoning, Paging, Music Playback, Schedule Recorded Playback, One Button Alarm To All Speakers 1 Unit Public Address Condenser Mic Desktop With Chime Ac220vplug & Play Function Output Voltage Selectable Turn On & Off Chime Function Adjustable Chime Volume 1 Lot Vrght-8c-sm 8 Core Fiber Optic Cable Single Mode 15 Pieces 48v Power Adaptor 1000mah 1 Lot Fiber Optic Laying, Wired-fiber Cabling/stringing And Mounting Of Network Devices/peripherals, Ip Cameras & Utility Boxes. Fiber Setup, Configuration, Fine Tuning And Synchronization Of Pa System Equipment Installed At Mdrrmo Eoc. Testing For Full Functionality As A Whole Of The System. 1 Lot Installation Materials & Peripherals: Cable Tie, Metal Clamps, G.i. Wires, 4-gang Outlets, Electrical Wires, Rj45 Connectors, Fiber Sleeve’s, High Pressure Nails, Silicon Sealant, Plastic Molding, Fiber S-clamps, Metal Straps, Metal Straps Lock, Double Sided Tapes, Electrical Tapes, Led Wall Mount Brackets, Hdmi Cables, Woods Screws, Metal Screws, Etc. Technical Requirements And Conditions 1.bidder/supplier Requirement. Interested Contractor/system Integrator Must Present The Following: A. A List Of Accredited Or Authorized Service Providers For The Preventive Maintenance Of The System To Ensure The Quality And Fast After Sales Services Response For The Maintenance Of The Project, During And Within The Coverage Of The Warranty Period, The Contractor Shall Act To Repair Any Reported Problem Of The Entire. B. This Project's Complexity And Utmost Need To Rely On The Contractor’s Professionalism, Qualifications, And Integrity. To Exhibit The Knowledge And Experience Necessary To Ensure Optimal Customer Satisfaction, The Bidder/supplier Must Be In The Industry For At Least Eight (8) Years.; C. The Service Provider: Must Have The Capacity And Ability To Provide Maintenance Services And Technical Support In The Next Business Day. D. Has Implemented At Least 3 Similar Projects In The Deployment Of A Fiber Optics Backbone Cabling E. Service Provider Must Submit Detailed Work Plan Specifying Installation Design. F. Installation Shall Be Supervised By Professional Electronics Engineer And Safety Officer G. Service Provider Shall Submit Original Copy Of Design Proposal, Brochures And Other Publications That Supports Compliance To The Requirements. H. Service Provider Is Reachable Through Phone Or Email For Technical Support I. Complete The Delivery Of The Functional Network Within 30 Days From The Receipt Of The Notice To Proceed. J. Upon Installation, The Network Shall Be Tested For Continuity And Speed Together With All Conditions And Parameters Identified. K. The Bidder Shall Provide The Following Requirements: Note: All Certifications Mentioned In This Section Must Be Submitted With Your Eligibility Documents Under Technical Specification. Certificate Of Offered Brand Distributorship/dealership From The Local Distributor With The Exact Address Of The Bidder’s Showroom Or Warehouse Must Also Provide. Training Certificate Of Fiber Optic & Splicing From The Distributor Of Brand Offered, At Least 4 Persons, And Must Be Indicated At Manpower Requirements. Certification From The Bidder That The Products/items To Be Delivered Are Brand-new And Latest Model Of Its Kind. Unconditional Statement That The Bidder Will Comply With The Provision On The Complete Installation, Calibration, Testing And Commissioning Of Entire System. Unconditional Statement That The Bidder Will Comply With The Provision That The Contractor Shall Provide The Wiring Layout Plan Indicating All Equipment Locations With Its Corresponding Serial Numbers And End-to-end Connectivity Of Inputs To Outputs. Unconditional Statement That The Bidder Will Comply With The Provision That All Other Equipment And Materials Not Mention Under Technical Specification That Are Necessary For The Complete Installation And Commissioning Of The Whole System Shall Be Provided By The Winning Bidder. Unconditional Statement From The Bidder Reflecting That During And Within The Coverage Of The Warranty Period, The Contractor Shall Act To The Repair Any Reported Problem Of The Entire System Upon Receipt Of Notice From The Municipality Of Polillo. Unconditional Statements That The Bidder Will Comply With The Above Mentioned (installation, Configuration And Testing) Of The Technical Specifications. Note: All Certifications/documents Mention In This Section Must Be Submitted During The Bid Opening. 2. Resources/utilities. The Winning Contractor Or System Integrator Must Have The Appropriate Personnel, Tools, Resources, Equipment Specially Fiber Optic Fusion Machine, (fiber Optic Fusion Machine Is A Device That Uses An Electric Arc To Melt Two Optical Fibers Together At Their End Faces, To Form A Single Long Fiber.) And Accreditations For The Efficient Implementation Of The Project; 3. Fiber Type Classification. The Wired-fiber Network Infrastructure Backbone Requirement Must Be Single-mode 8-core For Node-1 And Node-2, (1 X 5km) Each Node, Total Equivalent To 10,000 Meters (10km) Outdoor Hybrid Type, Aerial Deployment Strategy Utilizing The Quezelco/barangay Posts To Hold And Suspend The Fiber-wire That Will Comprise The Network Backbone Covering 2 Separate Areas; 4. Speaker Installation Standards. All Network Speaker Mounted/installed In Identified Posts By End-user Must Be Supported With The Appropriate Ip67-steel/stainless Boxes With Standard 400mm Diameter Size And Standard Length Of 300x180mm 5. Standard Height Speaker & Utility Box. Standard Height Of Network Cameras From The Base Of The Quezelco Posts Is 10-feet Min, 15-feet Max. The Standard Height Of The Utility Box From The Base Of The Quezelco/barangay Posts Must Be 10-feet For Easy Technical Access And Maintenance; 6. Powering Standards. Powering Of Ip Cameras Must Be Surge Protected With Lightning Suppressor. Digital Molded Type Circuit Breakers With Min 10amperes To 15amperes Maximum Must Be Utilized Including 4gang Power Outlet. With #14 Wire As The Standard For Power Tapping To Quezelco/barangay Live Electrical Ac Source; 7. Proper Tagging, Marking And Labeling. Fiber Wire Nodes In The Data Cabinet Including Main I.t Equipment And Network Devices Must Be Properly Tagged, Labeled And Provided Identification; 8. Testing And Commissioning. Professional Testing That Includes Laser Light Penetration Test On All The Fiber Nodes Must Be Done By The System Integrator/contractor To Ensure Integrity And Quality Of The 2 Nodes As Main Wired-fiber Network Backbone To Secure And Enhance Connections Of Ip Cameras And Network Peripherals; 9. Coordination. The Contractor Is Responsible In Coordinating With Quezelco/barangay Relative To The Implementation Of Node 1 And 2 Wired-fiber Network Infrastructure Including The Power Tapping For Any Electrical Standards/precaution Requirements And Standards. Submit Power Consumption Ratings Of All Cameras And Network Devices; 10. Basis Of Inspection/implementation. The Program Of Work Will Be The Sole Basis Of The Contractor/system Integrator In Implementing The Project. This Will Also Serve As The Sole Basis Of Final Inspection Upon The Completion Of The Project By Authorized Agency Inspectors; 11. Change Variation Order. In Cases Of Needed Changes Of Deliveries Adjustments Necessary For The Project, The Contractor Or System Integrator Must Immediately Inform The Municipality Of Polillo, Quezon Province In Writing For Approval Prior To Delivery Of Items And/or Services; 12. Wiring Standards. Global Standards Fiber-wired Cabling And Well-organized Wiring And Proper Placement Of I.t Equipment And Network Devices At The Municipality Of Polillo Of The Command Center Must Be Observed By The Winning Contractor. Further, All I.t Peripherals And Network Devices Mounted Inside Utility/terminal Boxes In All The Locations Must Be Well Organized Properly Mounted Not Mess Up; And 13. Data Center Standards: All Existing Network Wirings/cablings Inside The Data Cabinet Should Be Included To Be Organize By The Winning Contractor For Wiring And Cabling Standards.
Closing Date17 Feb 2025
Tender AmountPHP 1.7 Million (USD 31 K)
City Of Bayawan Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Invitation To Bid The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers / Manufacturers / Distributors / Contractors To Bid For The Hereunder Projects: Lot No. I Cement And Additives 1 211 Bag/s Cement, Portland (40kgs/bag), Type 1p 2 2 Bag/s Cement, Colored (40kgs/bag), Red Lot No. Ii Aggregates 3 17 Cu.m. Sand, Washed, Mixing/screened 4 13 Cu.m. Gravel, Mixing, Crushed, Screened & Washed, Max. Size 38mm Dia 5 10 Cu.m. Gravel, Mixing, Crushed, Screened & Washed, Max. Size 50mm Dia Lot No. Iii Commercial Lumber 6 100 Pc/s Lumber, 50mm X 50mm X 3.0m 7 100 Pc/s Lumber, 50mm X 75mm X 3.0m Lot No. Iv Carpentry Tools And Supplies 8 14 Sheet/s Plywood, Marine, 4.5mm X 1.2m X 2.4m, Type I, Grade A/a 9 1 Sheet/s Plywood, Marine, 12mm X 1.2m X 2.4m, Type I, Grade A/a 10 27 Sheet/s Fiber Cement Board, 6mm X 1.2m X 2.4m 11 1 Sheet/s Steel Plate, G.i., Gauge # 16 X 1.2m X 2.4m 12 23 Length/s C-purlins, 1.5mm X 50mm X 75mm X 6.0m 13 8 Length/s Tube, G.i., Square, Thk=2.0mm X 25mm X 25mm X 6m 14 5 Length/s Tube, G.i., Rectangular, Thk=2.5mm X 50mm X 50mm X 6m 15 14 Length/s Carrying Channel, T: 0.8mm X L: 5.0m (11mm X 37mm X 11mm) 16 5 Roll Elastomeric Tape Joints 17 10 Kg/s Nails, Concrete, 25mm 18 49 Kg/s Tie Wire, # 16 19 10 Kg/s Nails, Common Wire, 38mm 20 1 Box/es Nails, Common Wire, 75mm (25kgs/bx) 21 1 Box/es Nails, Common Wire, 100mm (25kgs/box) 22 2 Kilo/s Nails, Umbrella/roofing, 62mm 23 10 Meter/s Screen/mesh Wire, G.i., 6.5mm Eyehole X 1.2m, G # 22 24 10 Meter/s Sack Cloth, 3.0m Width (m), Blue 25 1 Box/es Rod/electrode, Welding, E6013, 1/8" (bx)) (matchless Quality, Iso 9001, 2000 Certified, 20 Kg/box) 26 1 Pack(s) Sealant, Elastomeric/roof (1/4kg/pk) 27 8 Pc/s Facia Flashing, G.i., Pre-painted, 0.40mm X 0.610m X 2.44m, Color: Terracota Orange 28 18 Pc/s Fascia Cover, .40mm X .175m X .035m X 2.44m, Terracotta Orange 29 146 Pc/s Tiles, Floor, Ceramic, 20cm X 20cm Non Skid, Color: Cream Or Equivalent 30 373 Pc/s Tiles, Wall, Ceramic, 20cm X 20cm, Glazed, Color: Cream Or Equivalent 31 2 Pack/s Tile Grout (5kg/bag), Cream 32 6 Length/s Tile Trim, 2.4m, Good Quality, Cream 33 22 Length/s Pipe, Pvc, 57.15mm Outside Dia X T=2.54mm X L=3.0m, S-1000, Orange 34 10 Length/s Pipe, Pvc, 107.10mm Outside Dia X T=3.81mm X L=3.0m, S-1000, Orange 35 20 Pc/s Elbow, Pvc, 57.15mm Inside Dia X 90 Deg. Bend, S-1000, Orange 36 6 Pc/s Elbow, Pvc, 57.15mm Inside Dia X 45deg Bend, S-1000, Orange 37 4 Pc/s P-trap, Pvc, Inside Dia: 57.15mm, S-1000, Orange 38 2 Pc/s Wye, Pvc, 57.15mm Inside Dia, S-1000, Orange 39 10 Pc/s Pvc Coupling, Inside Dia: 57.15mm, S-1000, Orange 40 6 Pc/s Clean-out, Pvc, 107.10mm Dia Nominal Size, S-1000, W/ Cover And O-ring 41 5 Pc/s Coupling, Pvc, 107.10mm Inside Dia, S-1000, Orange 42 2 Pc/s P-trap, Pvc, Inside Dia: 107.10mm, S-1000, Orange 43 5 Pc/s Elbow, Pvc, 107.10mm Inside Dia X 90 Deg. Bend, S-1000, Orange 44 5 Pc/s Pvc Elbow, Inside Dia: 107.10mm X 45 Deg Bend, S-1000, Orange 45 3 Pc/s Wye, Pvc, 107.10mm Inside Dia, S-1000, Orange 46 4 Pc/s Wye Reducer, Pvc, Inside Dia: 107.10mm X 57.15mm, S-1000, Orange 47 4 Pc/s Tee, Pvc, 107.10mm Inside Dia., S-1000, Orange 48 2 Pc/s Floor Drain, 10cm X 10cm, Plastic White 49 4 Pc/s Faucet, Brass/bronze, 12mm Dia 50 10 Length/s Pipe, Upvc, 20mm Outside Dia, Wt=1.8min, L=3.0m, Blue 51 51 Pc/s Coupling, Upvc, 20mm Inside Dia, Plain, Blue 52 6 Pc/s Male Plug, Upvc, 20mm Inside Dia, Blue 53 6 Pc/s Tee, Upvc, 20mm Inside Dia, Blue 54 10 Pc/s Elbow, Upvc, 20mm Inside Dia X 90 Deg. Bend, Plain, Blue 55 3 Roll/s P.e. Pipe, 20mm Dia, Iso Sdr 11 (100m/roll) 56 7 Pc/s P.e. Compression Coupling, 20mm Ø 57 2 Pc/s P.e. Female Tee, 20mm Ø, Iso Certified, Sdr-11 58 1 Can/s Sealant, Elastomeric/roof (1 Lit/can) 59 3 Can/s Solvent Cement, Pvc (400cc/can) 60 1 Set/s Door, Wooden, Pre-fab, 0.90m X 2.10m, With Door Jamb 61 3 Set/s Door Knob, Adjustable Tubular Latch Type, Chrome Polished 62 3 Pair/s Jalousie Frame, Aluminum, 6 Blades, W/ Tox & Screw 63 20 Pc/s Glass Blade, Jalousie, 6mm X 100mm X 600mm, Smoke Glass Lot No. V Electrical Supplies And Materials 64 15 Length/s Pipe, Pvc, Electrical, 20mm Dia X 3m, Thickwall, Orange 65 15 Length/s Pipe, Pvc, Electrical, 25mm Dia X 3m, Thickwall, Orange 66 1 Pack/s C-clamp/clip, Pvc, 20mm Dia, W/ Concrete Nails (100's/pk) 67 1 Pack/s C-clamp/clip, Pvc, 25mm Dia W/ Concrete Nails (100pcs/pk) 68 1 Pack/s Pipe Connector, Pvc, Electrical, 20mm Dia (100's/pk)) 69 1 Pack/s Pipe Connector, Pvc, Electrical, 25mm Dia (100pcs/pk) 70 1 Pc/s Service Entrance Cap, Size 25mm Dia, Clip Type 71 1 Length/s Pipe, G.i. 65mm Ø X 6m, Wt=5.20mm , Outside Dia= 73.00, 8.694kg/m, Heavy Gauge 72 1 Set/s Secondary Rack, W/ Single Spool Insulator, Medium 73 200 Meter/s Service Drop Wire, # 6 (14mm2) (m), Awg 74 6 Pc/s Service Grip, Dead End Performed Type, Size # 6 Awg 75 1 Roll/box Thw Wire, # 12 (3.5mm2), Stranded (150m/roll/bx), Black 76 1 Roll/box Thw Wire, # 12 (3.5mm2), Stranded (150m/roll/bx), White 77 1 Pc/s Kw-hr Meter, Class 200, Single Phase 2-wire, 240v, 4-jaws, Digital, W/ Socket, Edmi Type 78 1 Pc/s Circuit Breaker, 30a, 2 Pole, Bolt-on 79 2 Pc/s Circuit Breaker, 20a, 2 Pole, Bolt-on 80 1 Pc/s Circuit Breaker, 15a, 2 Pole, Bolt-on 81 1 Set/s Distri. Panel Board, Cen. Main, 4 Branches, 60a, Bolt-on Type, Flush Type Lot No. Vi Bar And Rebar 82 88 Length/s Deformed Steel Bar, 16mm Ø X 6m, Grade 415 83 250 Length/s Deformed Steel Bar, 10mm Ø X 6m, Grade 275 84 23 Length/s Angle Bar, 6mm X 38mm X 38mm X 6m 85 13 Length/s Angle Bar, 5mm X 25mm X 25mm X 6m 86 4 Length/s Round Bar, Plain, 10mm Dia X 6.0m Lot No. Vii Paint Tools And Supplies 87 2 Pail/s Paint, Latex, Paint Reinvented (16lit/pail), Flat, White 88 2 Gal/s Paint, Waterproofing, Elastomeric, Gray Or Equivalent 89 7 Gal/s Paint, Waterproofing, Elastomeric, Bone Ivory Or Equivalent 90 2 Gal/s Paint Primer, Metal, Red Oxide (gal) 91 3 Can/s Thinner, Lacquer, 4lit/can/gal 92 2 Pc/s Paint Roller W/ Handle, 75mm 93 2 Pc/s Tray, Plastic, Paint 94 1 Can/s Latex Tinting Color, (1/4lit/250ml/can), Hanza Yellow Lot No. Viii Tarpaulin Printing 95 1 Lot "labor And Materials ( Tarpaulin Printing ) 8 Sets - 2' X 4' (signage)" *** Nothing Follows *** Basis Of Evaluation Per Lot Per Item Bid Documents Shall Be Available At The Bac Office, New City Hall, Lgu Bayawan City Upon Payment Of Prescribed Non-refundable Fee In The Amount Of Php1,000.00 Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Postqualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule Issuance Of Bid Documents February 6, 2025 To February 26, 2025@ 5:00 P.m. Pre-bid Conference None Deadline/opening Of Bids February 27, 2025@ 9:00 Am Post Qualification March 6, 2025@ 9:00 Am Awarding Of Bids March 13, 2025@ 9:00 Am Approved: (sgd)virginia D. Sadiasa City Civil Registrar Bac Chairman
Closing Date27 Feb 2025
Tender AmountPHP 576.6 K (USD 9.9 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Food Products
United States
Details: This Request For Information (rfi) /â sources Sought Notice Is Issuedâ Solely For Information And Planning Purposes. This Is Not A Solicitation.
submission Of Information About Pricing, Delivery, The Market, And Capabilities Is Highly Encouraged And Allowed Under This Rfi For Planning Purposes In Accordance With (iaw) Far 15.201(e).
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
sources Sought/rfi Description
this Is Not A Solicitation Announcement. This Is A Sources Sought Notice / Rfi Only. The Purpose Of This Sources Sought Notice / Rfi Is To Gain Information About Potential Qualified Sources And Their Size Classification Relative To Naics 311812 (size Standard Of 1,000 Employees). Responses To This Sources Sought Notice / Rfi Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice / Rfi, Further Rfis And/or A Solicitation Or Other Announcements May Be Published.
the Department Of Veterans Affairs (va) Network Contracting Office (nco) 22 Is Seeking Sources Capable Of Providing Multiple Fresh Bread Types To Visn 22 Va Medical Centers.
the List Of Draft Characteristics Is Intended To Be Descriptive, Not Restrictive, Of The Supplies/services That Are Required.
statement Of Work
objective
the Department Of Veterans Affairs Requires Network Contracting Office (nco) 22 To Set Up Base Plus Option Four Years A Single Award Firm Fixed-price Indefinite Quantity Indefinite Delivery (idiq) Contract For Fresh Bread Types. The Contractor Shall Provide Fresh Bread Products Listed On The Schedule To The Va Greater Los Angeles, Long Beach, San Diego, And Loma Linda Healthcare Systems As Needed Basis. Orders Shall Be Placed By Email, Telephone, Or In Writing Via Fax, As Mutually Agreed Upon Between The Facility Point Of Contact (poc) And Contractor At Least Two Business Days Prior To The Anticipated Delivery Date.
participating Va Medical Centers
va Greater Los Angeles Healthcare System (691)
11301 Wilshire Boulevard,
los Angeles, Ca 90073-1003
va Long Beach Healthcare System (600)
5901 East 7th Stret,
long Beach, Ca 90822-5201
va San Diego Healthcare System (664)
3350 La Jolla Village Drive,
san Diego, Ca 92161-0001
va Loma Linda Healthcare System (605)
11201 Benton Street,
loma Linda, Ca 92357-1000
period Of Performance
base: 5/1/2025 6/30/2026
option Year 1: 5/1/2026 6/30/2027
option Year 2: 5/1/2027 6/30/2028
option Year 3: 5/1/2028 6/30/2029
option Year 4: 5/1/2029 6/30/2030
deliverables
quantities Are Estimated Only. Quantities Are Estimated For A Year Performance. Estimated Quantities Shall Remain The Same Throughout All Base Plus Option Four Years:
station
item #
description
estimated Quantity/year
691
amilf-s
bread, White (amish), 1/2" Sliced, 21 Slices Per Loaf
1,600
691
pralf-s
bread, Wheat (prairie), 1/2" Sliced, 21 Slices Per Loaf
1,600
691
amib
amish Bun, Plain Hamburger Bun 6pk
6,000
691
amihd
hot Dog Bun 12pk
2,000
691
drfr
french Dinner Roll (12ct)
5,500
691
drpre
pretzel Dinner Roll (12ct)
3,200
600
lob
lobster Roll 30ct
144
600
ob
onion Bun 6pk
720
600
brib
brioche Buns 6pk
1,290
600
drrs
rosemary Sage Dinner Roll 12ct
360
600
drche
cheese Dinner Roll 12ct
360
600
brisb
brioche Slider 12ct
720
600
drpre
pretzel Roll 12ct
360
664
amilf-s
bread, White (amish), 1/2" Sliced, 21 Slices Per Loaf
218
664
amilf-s3
bread, White (amish), 3/4" Sliced, 13 Slices Per Loaf
1
664
pralf-s
bread, Wheat (prairie), 1/2" Sliced, 21 Slices Per Loaf
327
664
bri-s3
brioche Loaf, 3/4" Sliced, 21 Slices Per Loaf
400
664
drfr-bx
french Roll, Par-baked Box-96ct
133
664
drcia-bx
ciabatta Roll, Par-baked Box-96ct
145
664
drcf-bx
country French Roll, Par-baked Box-96ct
123
664
drmb-bx
malted Brown Roll, Par-baked Box-96ct
83
664
drgar-bx
roasted Garlic Dinner Roll, Par Baked Box-96ct
149
605
amipdm-s
bread, White (amish), 1/2" Sliced, 30 Slices Per Loaf
500
605
amipdm-s3
amish Pain De Mie, Sliced 3/4", 21 Slices Per Loaf
100
605
amilf-s
bread, White (amish), 1/2" Sliced, 21 Slices Per Loaf
50
605
amihd
hot Dog Bun 12pk
50
605
drche
cheese Dinner Roll 12 Ct.
450
605
drgar
garlic Dinner Roll 12 Ct.
450
605
drmb
malted Brown Dinner Roll 12 Ct.
450
605
drsd
sourdough Dinner Roll 12 Ct.
450
605
pralf-s
prarie Loaf, Sliced (ww), 1/2" Sliced, 21 Slices
1,400
the Quantities Cited Above Chart Are Estimated Quantities Per Year For Base And All Option Periods; Quantities Are Not A Contractual Statement Of Precise Quantities That The Government Will Order. The Quantities Given Are Estimated Only, And No Guarantee Of Their Accuracy Is Either Given Or Implied. The Government Will Only Pay For Quantities That Are Actually Ordered And For Which The Services Are Fulfilled.
contractor May Offer Alternate Pack Sizes; However, The Estimated Quantities Shall Be Adjusted Accordingly.
order Limitations
minimum Order Threshold Per Delivery Order: $5,000.00
maximum Order Threshold Per Delivery Order: $100,000.00
compliance With Federal Laws And Regulations
all Deliveries Shall Conform In Every Respect To The Provision Of The Federal Food, Drug, And Cosmetic Act Usc Title 21, Chapter 9 (fd&c Act) And Regulation Promulgated There Under.
where Applicable, The Interpretation Of Requirements (descriptive Terms), Methods Ascertaining Grades, Testing, Etc., Shall Be In Accordance With Those Contained In The U.s. Standards For The Particular Products In Effect On The Date Of Solicitation.
the Contractor Agrees To Provide The Products Listed To Participating Va Medical Centers For Base Period, And Option Years If Exercised By The Government. Deliveries Shall Be In Such Quantities And At Such Times As May Be Required In Accordance With All Terms, Conditions, Provisions, And Schedules Of This Contract. Please Note Quantities Are Estimated Only. There Is Not A Contractual Statement Of Precise Quantities That The Government Will Order Under This Idiq Contract. The Government Will Only Pay For Quantities That Are Actually Ordered And For Which The Services Are Fulfilled Off Of Each Delivery Order.
all Products Furnished Under This Contract Shall Be Processed And Packaged Under Sanitary Conditions In Strict Accordance With Guidelines Provided By The U.s. Food And Drug Administration And The U.s. Department Of Agriculture, Using The Best Commercial Practices That Are Standard For The Industry. All Containers Shall Be Clean, Sound, And Securely Covered Or Sealed To Provide Adequate Protection From Dirt, Filth, Or Contamination. All Ingredients Shall Be Clean, Sound, Wholesome And Free From Evidence Of Rodent Or Insect Infestation. Failure To Comply With Provision Shall Be Considered Grounds For Default Of The Contract.
all Current Usda Standards And Guidelines Must Be Followed And Met Through The Entire Production, Packaging, Labeling, And Delivery Process.
ingredients For Fresh Or Frozen Bread And Bakery Products Shall Consist Of Flour, Water, Salt, Yeast, Emulsifiers Or Stabilizers, And Other Ingredients Appropriate For The Type Of Bread Specified In The Schedule Of Products. The Fresh Or Frozen Bread Include Mold Inhibitors Of Proper Levels As Allowed By The Federal Food, Drug And Cosmetic Act.
products Shall Be Delivered In An Enclosed Truck, Which Protects The Bread Products From Dirt Or Other Contamination. Bread Products Shall Be Delivered On Racks And Not Stacked One On Top The Other Unless Separated By Shelving Or Spacers. All Loaves, Packages And Individually Wrapped Breads And Rolls Will Be Clearly Labeled With The Expiration Or Used By Date.
by Submitting An Offer, The Contractor Certifies That The Products Offered Meet The Requirements Of The Solicitation And:
requirements Of Federal, State, And Local Regulations
conforms To The Producer S Own Specifications And Standards, Including Product Characteristics, Manufacturing Procedures, Quality Control Procedures, And Storage And Handling Practices
contractor Shall Obtain All Necessary Licenses Required To Perform Work Stated Under This Statement Of Work.
contractor Shall Take All Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract. Contractor Shall Be Responsible For Any Injury To Himself/herself, His/her Employees, Or Others, As Well As For Any Damage To Personal Or Public Property That Occurs During The Performance Of This Contract That Is Caused By Him/her Or His/her Employees Fault Or Negligence. Contractor Shall Maintain Personal Liability And Property Damage Insurance Prescribed By The Laws Of The Federal Government.
the Government Reserves The Right To Accept Or Reject Contractor S Employee For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Will Be Dealt With By The Contractor And Program Office Manager With The Final Decision Being Made By The Contracting Officer.
product Requirements
enriched Flour: When The Bread Or Bakery Product Is Enriched, The Wheat Flour Used For The Bread Shall Conform To The U.s. Standards Of Identity For Enriched Flour (1 Cfr 137.165) And Shall Be Milled From A Variety Of Hard And Or Soft Wheat.
appearance And Color: The Fresh Or Frozen Bread And Applicable Bakery Products Shall Have A Uniformly Brown Crust Which Is Characteristic Of The Bread Product. The Fresh Or Frozen Bread And Baker Products Shall Have A Typical Volume, Characteristic Grain, And Be Evenly Baked And Without Evidence Of Foreign Odors Or Flavors, Burnt, Scorched, Stale, Rancid Or Moldy. The Delivered Products Shall Not Be Crushed O Damaged.
quality And Freshness: Fresh Bread And Bakery Products Shall Conform To The Following Freshness Requirements:
bread (loaf, Muffins, Hamburger, And Hotdog Rolls) Shall Be Delivered To The Va Facilities Within 24 Hours After Baking.
brown And Serve Rolls Shall Be Delivered Within 36 Hours After Production.
the Government Reserves The Right To Return Products In The Original Packing For Full Credit If They Have Visible Signs Of Poor Quality Within 24 Hours After Delivery.
physical Hazards: Products Shall Be Clean, Sound, Wholesome, And Be Free From Foreign Material Such As, But Not Limited To, Dirt, Insect Parts, Hair, Wood, Glass, Or Metal.
bread/bakery Items Must Be Freshness Dated In Either Of The Following Methods:
production Date Or Freshness Expiration Date Directly Marked On Packaging Or Twist Tie/plastic Closure.
production Date Or Freshness Expiration Date Color Coding Or Similar Type Markings On Packaging Or Twist Tie/plastic Closure.
special Note: Production Date On Individually Wrapped Items.
bread Shall Have A Minimum Of 5 Days Of Shelf Life After The Date Of Delivery.
packaging, Packing And Labeling
unless Otherwise Specified, Preservation, Packaging, And Packing Shall Be To A Degree Of Protection To Preclude Damage During Normal Shipping Conditions, Handling, Etc., And Shall Conform To Normal Commercial Practice And Applicable Carrier Rules And Regulations Involving Shipment From The Contractor To The Receiving Activity For Storage. Shipping Containers Shall Be Incompliance With National Motor Freight Classification And Uniform Freight Classification (issue In Effect At The Time Of Shipment).
the Package Shall Be Clean, Sound, And Securely Covered To Sealed To Provide Adequate Protection From Dirt, Filth, And Contamination. All Products Shall Be Clean, Sound, Wholesome And Free From Evidence Of Rodent Or Insect Infestation. Failure To Comply With This Provision Shall Be Considered Grounds For Default Of The Contract.
labeling Shall Be In Accordance With Commercial Labeling, Complying With The Federal Food, Drug, And Cosmetic Act And Regulations Promulgated There Under.
unless Otherwise Specified, Preservation, Packaging And Packing Shall Be To A Degree Of Protection To Preclude Damage During Normal Shipping Conditions And Shall Conform To Normal Commercial Practices And Applicable Carrier Rules And Regulations Involving Shipment From Contractor To Receiving Activity For Storage.
all Items Must Be Identified With Readable Dates (open Code Dates, Or Color-coded Dates. The Product Color Code Shall Explain The Actual Date Of Production. The Successful Offeror Shall Furnish The Poc And The Contracting Officer With The Instructions For Deciphering The Date On Which The Pasteurization Process Was Completed. This Information Is To Be Furnished Within Five Days Of Award Of A Contract. Failure To Comply With This Requirement Will Render A Contract In Default And Grounds For Termination.
ordering
participating Va Medical Centers Shall Place Orders Through An Approved Delivery Order (do) And Purchase Order (po). An Approved Purchase Order Shall Be Signed By A Warranted Contracting Officer.
the Poc Or Other Delegate Of Nutrition And Food Service Shall Place Orders By Website, Email, Telephone, In Writing Via Fax, Or Any Manner Consistent With Accepted Business Practices At Least Two (2) Business Day Prior To The Anticipated Delivery Date.
an Order Number Will Be Provided To Each Facility At The Time The Order Is Placed.
participating Va Medical Centers Intend To Place Multiple Orders Per Week. Consequently, The Contractor Is Required To Deliver Multiple Orders Per Week (deliveries Vary One (1) To Five (5) Deliveries Per Week).
availability, Substitutions And Alternates:
contractor Will Order Quantities Of Products Based On The Facility S Menu Needs, With Oversight And Concurrence From Facility.
all Products Offered Will Be Available To Be Ordered For Delivery At Any Station Location Listed In The Contract.
any Proposed Alternate Items Shall Meet The Requirements Of The Government Specifications As Cited In The Index Of Federal Specifications/standards (fed) And Or Commercial Item Description (cid). A-a-20052b And A-a-20053b.
contractor Will Not Substitute Any Items And Will Not Increase Or Decrease Quantities Ordered Without Prior Approval From The Poc.
should Any Product Under This Contract Become Unavailable Or Available On A Limited Basis, Either Temporarily Or Permanently, The Contract Shall Provide The Government With Sufficient Notification Thereof, Offering Possible Substitutions And/or Alternative Sources, To Afford The Government Adequate Opportunity To Approve Or Reject Offered Substitution And/or Make Other Procurement Arrangements.
deliveries
deliveries Shall Be Made To The Area(s) Listed, Unless Otherwise Directed By The Poc Or Designated Individual Shall Sign For All Deliveries. Off-loading Of Products Shall Occur In The Presence Of Va Authorized Receiving Personnel As Indicated (contact Person) Or His/her Designated Representative.
delivery Addresses And Po Numbers Shall Be Provided On Each Delivery Order.
replacement Of Rejected Products(s) Shall Be Delivered The Same Day No Later Than 1:00 Pm, Unless Otherwise Specified By The Poc.
no Deliveries Will Be Required On Sundays Or National Legal Holidays. This Is Applicable To All Delivery Points.
in Accordance With 5 U.s.c. 6103, Executive Order 11582 And Public Law 94-97 The Following National Holidays Are Observed And For The Purpose Of This Contract Are Defined As Legal Federal Official Holidays. Refer To Federal Holidays For A List Of Federal Holidays.
note: If Delivery Falls On A Holiday, The Contractor Must Then Delivery The Next Business Day Unless The Poc At The Va Facility; Makes Other Arrangements.
delivery Of Goods: The Government Reserves The Rights To Inspect Delivered Goods For Compliance Of Specifications, Including, But Not Limited To Correct Product(s) And Quantities, Proper Packaging, Damage Goods, Etc. The Contractor Shall Demonstrate Compliance With Performance Standards By Showing That Their Process Adherences To An Appropriately Designed, Validated Hazardous Analysis Critical Control Point (hacccp) Plan. Any Item(s) Determined Unacceptable Shall Be Refused With Full Credit/replacement, At The Discretion Of The Government.
off-loading Of Products Shall Occur In The Presence Of Va Authorized Receiving Personnel As Indicated, Or His/her Designated Representative.
contractor Shall Be Responsible For Providing Hand Trucks, Dollies For Produce, Required To Affect Delivery To Appropriate Location.
delivery Shall Not Be Stacked Higher Than Five (5) Feet High.
delivery Personnel Shall Wait Until The Delivery Is Fully Inspected By Designee Before Leaving Premises.
delivery Vehicles: The Government Further Reserves The Right To Enter And Inspect Any Vehicle Used To Deliver Good To Assure The Safe And Sanitary Transport Of Items Ordered. Such Inspection Shall Be Made On A Random Basis, Upon Delivery, At The Discretion Of The Poc.
inspection Of Facilities: The Government May, Prior To Contract Award Or At Any Time During The Term Of The Contract Inspect The Contractor S Plant, Personnel, Equipment, And Process To Ensure Compliance With State/federal Sanitation Regulation Requirements.
all Products Furnished Under The Awarded Contract Shall Be Process At Plants That Have Been Inspected By Federal Government. Approved Inspection Reports Of Another Va Facility Or Other Federal Government Agency Will Be Accepted As Satisfactory Evidence That The Facilities/plants Meet These Requirements, Provided That The Inspections Were Made Not More Than Six (6) Months Prior To The Proposed Contract Period.
recall Notices
notification To Contracting Officer And Participating Va Medical Centers Shall Be Given Immediately Upon Receiving Recall Notices From The Food And Drug Administration Enforcement Report Publications. Notifications Shall Be Delivered To The Program Manager, Or Designated Personnel Through Phone And Email For Any Food Recalls Related To Items Delivered To The Va From The Contractor.
physical Security And Facility Considerations
the Contractor Employees And/or Subcontractors Approved By The Poc Shall Wear Visible Identification At All Times While On The Premises Of The Facilities With The Visn. Identification Shall Include But Not Be Limited To A Company Identification Care, Which Shall Include The Company Name, Employee Name, Title, And A Photograph Of The Employee. Contractor Employees Shall Maintain A Professional Appearance Commensurate To Their Industry.
it Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From The Va Police Section. The Va Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions.
any Interior Or Exterior Doors That Shall Be Unlocked To Gain Access Shall Be Kept Locked During The Performance Of Work Unless It Results In The Creation Of A Safety Hazard. In Those Instances, The Contractor Is Responsible To Take Necessary Actions To Maintain The Same Level Of Security Prior To Gaining Access/performing Work. Should Any Other Devices Need To Be Unlocked Like An Entry Gate, Those Devices Shall Be Locked Immediately Upon Entry Or Exit. At No Time Shall The Contractor Allow Any Person Into A Locked Area Or Lean Keys/access Cards To Another Person. Contractor May Be Held In Default For Failure To Comply With This Requirement And Subject The Contractor And Its Employee To Contractual And Other Legal Remedies.
contractor Personnel Are Required To Check Into The Facility Police & Security Office At Each Visit To Pick Up A Contractor Badge Prior To Contracting The Poc. The Contractor S Staff Shall Also Be Required To Sign In And Out Each Day At A Designated Location Determined By The Poc.
the Contractor Agrees That One Of Its Officers Or Employees Shall Use Or Reveal Any Research, Statistical, Medical, Or Security Information Which May Be Obtained During The Performance Of The Work Or As A Result Of Their Presence On Government Premises Without The Written Consent Of The Government.
smoking Is Prohibited Inside Any Buildings At Facilities With Visn 22.
possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court.
the Contractor Shall Not Allow His/her Employees, Including Subcontractors Employees, To Open Desk Drawers, Cabinets, Or To Use Office Equipment, Including The Use Of Non-pay Telephones For Any Purpose Other Than A Local Emergency Call. The Contractor Shall Be Responsible To Provide All Necessary Equipment, Tools, Parts, And Materials To Perform The Work. The Government Shall Not Be Obligated To Provide Any Equipment, Tools, Parts, And Materials To Assist The Contractor In Performing The Work.
authorization
the Contractor Shall Contact The Contracting Officer On All Matters Pertaining To Administration.
subcontractors: The Contracting Officer Shall Approve/disapprove All Subcontractors Used At Any Time During This Contract. Contractor Shall List The Name And Address Of All Subcontractors. The Contracting Officer Shall Be Notified Immediately If The Contractor Should Change Any Of The Subcontractor(s) Utilized For This Contract And Provide Their Name And Address. Contracting Officer Shall Approve/disapprove Subcontractors.
if Your Company Is Interested And Capable Of Providing The Required Supplies/services, Please Provide The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions:
(1) Submit Your Capabilities Statement Illustrating How Your Organization Can/cannot Meet The List Of Sow Requirements. For Instances Where Your Company Cannot Meet The Sow Requirement(s), Please Explain. For Instances Where Your Company Can Meet The Sow Requirement(s), Please Show How Your Company Meets/exceeds Each Requirement.
(2) Please Review The List Of Sow Requirements And Provide Any Additional Feedback Or Suggestions. If None, Please Reply As N/a.
(3) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.
(4) Is Your Company Considered Small Under The Naics Code Identified In This Rfi?
(5) Are You The Manufacturer, Authorized Distributor, And/or Can Your Company Provide A Solution To The Required Supplies/services Described In The List Of Sow?
(6) If You Are A Large Business, Do You Have Any Designated/authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).
(7) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified.
(8) Limitations On Subcontracting: How Does Your Business Ensure Compliance With The Limitations On Subcontracting As Outlined In 13 Cfr § 125.6?
(9) Are The Items You Are Identifying/providing Considered Commercial Of The Shelf (cots) Items As Defined In Far Part 2.101 Under Commercial Items?
(10) Non-manufacturer Rule: If Applicable, Can You Confirm Your Business Complies With The Non-manufacturer Rule? Specifically, Does Your Company: Provide A Product From A Small Business Manufacturer Or Processor? Not Exceed 500 Employees? Primarily Engage In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied? Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice?
(11) Please Indicate Whether Your Product Conforms To The Requirements Of The Buy American Act?
(12) What Is Your Lead Time To Deliver A Single Unit With All Components? Is There Scale In Lead Time With Greater Quantities? Please Elaborate.
(13) What Is Estimated Life Span Of Your Solution? What Support/services Does That Entail?
(14) Does Your Proposed Equipment Have Fda Clearance? Please Specify What Fda Clearance(s) Have Been Obtained.
(15) Does Your Organization Offer A Leasing Solution? Please Elaborate.
(16) Does Your Company Have A Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract? If So, Please Provide The Contract Number(s).
(17) If You Are An Fss Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract Holder, Are All The Items/solutions You Are Providing Information About Available On Your Schedule/contract? Please State If All Or Some Items Are Available On The Contract.
(18) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award.
(19) Please Provide Your Sam.gov Unique Entity Id/cage Code Number.
responses To This Notice Shall Be Submitted Via Email To Hestia.sim@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Thursday, February 27, 2025 By 4:00 Pm Est. Please Ensure To Answer All Questions Asked Above.
all Responses To This Sources Sought/rfi Will Be Used For Planning Purposes Only. Responses To This Sources Sought Notice / Rfi Are Not Considered A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. If Further Rfis And/or A Solicitation Or Other Announcement Is Issued As A Result Of The Information Provided From This Rfi, All Interested Parties Must Respond To The Specific Posting Separately Iaw The Specifications Of That Announcement.
Closing Date27 Feb 2025
Tender AmountRefer Documents
Municipality Of Sibunag, Guimaras Tender
Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee Invitation To Bid For Bid No. 2025-014– Purchase Of Office Supplies Mcr, Oma & Mho The Municipality Of Sibunag Through The 2025 Mooe- Office Supplies Intends To Apply The Sum Of Sixty-two Thousand Five Hundred Five Pesos (62,505.00), 2025 Mao-mooe (office Supplies) Intends To Apply The Sum Of Seventy Thousand Pesos (70,000.00) & 2025 Mho-mooe (office Supplies) Intends To Apply The Sum Of Seventy Thousand Pesos (84,783.00) Total Abc (217,288.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bid No. 2025-014-purchase Of Office Supplies Mcr, Oma & Mho. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of Sibunag Now Invites Bids For Bid No. 2025-014– Purchase Of Office Supplies Mcr, Oma & Mho. Delivery Of The Goods Is Required 30 Calendar Days. Bidders Should Have Com-pleted, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bid-ding Documents, Particularly In Section Ii. Instructions To Bidders. 2. 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 Re-public Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 3. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Municipality Of Sibunag And Inspect The Bid-ding Documents At The Address Given Below From 8:00 Am To 4:30 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31 To Febru-ary 10, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Docu-ments In The Amount Of Five Hundred Pesos (p500.00). 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:00 Pm Of Feb-ruary 10, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 7. Bid Opening Shall Be On 1:15 Pm Of February 10, 2025 At Assessor’s Office, Sibunag Municipal Hall, Da-sal, Sibunag, Guimaras. 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. 8. The Municipality Of Sibunag Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Engr. Zaldy C. Domalina Bac Chairperson Municipality Of Sibunag Dasal, Sibunag, Guimaras Cp # 09207155768 Engr. Zaldy C. Domalina Bac Chairperson Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee -ooo- Subject: Bid Proposal Project: Purchase Of Office Supplies Mcr, Oma & Mho Project Location: Municipal Site, Dasal, Sibunag, Guimaras Date/time Of Bidding: February 10, 2025, 1:00 Pm Item # Description Unit Qty Unit Cost Total Cost Project I - Mcr 1 Bond Paper Subs. 20 Legal Size 8.5" X 13" Reams 40 2 Bond Paper Subs. 20 A4 Reams 10 3 Bond Paper Subs. 20 L Size 8.5" X 11" Reams 35 4 Certificate Holder Short A4 Pcs 12 5 Record Book 300 Pages Pcs 5 6 Sticker Paper Matte (long) 20pcs/pack Packs 10 7 Pencil Sharpener (big) Pcs 1 8 Stamp Pad Pcs 2 9 Cork Board With Wooden Frame (2x3 Feet) Pc 1 10 Wall Mounted Whiteboard With Frame And Eraser (2x3 Feet) Pc 1 11 Mailing Envelope Long,white 4 1/2 X 9 1/2 Pcs 800 12 Brown Envelope Long Pcs 60 13 Whiteboard Pen Pcs 7 14 White Folder (long) Pcs 50 15 Expanded Envelope Pcs 20 16 Arch File Long, Horizontal Green Pcs 10 17 Arch File Long, Horizontal Black Pcs 10 18 Rotary Stapler 360 Rotation Pcs 1 19 Staple Wire No. 35 (5000 Staples) Boxes 5 20 Staple With Remover Pcs 3 21 Glue All Purpose 240 Gms Bottles 2 22 Ballpoint Pen, Black, Plastic Cylinder 12 Pcs/box Boxes 5 23 Ballpoint Pen, Red, Plastic Cylinder Pcs 6 24 Sign Pen, Black 0.5 Dozens 2 25 Isopropyl Alcohol 6l Gallon 1 26 Dish Cabinet Organizer 5 Layers Pc 1 27 Marker Pen (black, Broad) Pcs 3 28 Highlighter Marker Pen ( Yellow Green, Yellow) Pcs 2 29 Binder Clips (black) 1" (12 Pcs/box) Boxes 5 30 Binder Clips (black) 1" 1/4" (12pcs/box) Boxes 5 31 Binder Clips (black) 2" (12pcs/box) Boxes 5 32 Paper Fastener Vinyl Coated (colored) Boxes 5 33 Portfolio Expandable Bag With Handle (long) Pcs 3 34 Wall Clock With Battery (round Shape) Pc 1 35 Air Freshener 320ml(lemon And Lavender Scent) Bottles 2 36 Glass Cleaner 500ml With Spray Bottles 3 37 Fabric Conditioner Sachet Dozens 12 38 Garbage Plastic Bag, Black (large) Rolls 5 39 Dishwashing Paste 400g Pcs 15 40 Laundry Powder 65gms Dozens 12 41 Bleach Cleaner 1l Bottles 5 42 Toilet Bowl Cleaner 1l Bottles 3 43 Garbage Bin With Swing Cover Rectangular 28l (green&blue) Pcs 2 44 Hand Towel (colored) Dozens 1 45 Melamine Soup Bowl Pcs 8 46 Door Mat (cloth) Pcs 6 47 Tornado Mop With Spin Dry Bucket Set Pc 2 48 Extension Cord 5 Gang 10 Meters Pc 1 49 Cartridge Lq310 (epson) Pcs 20 50 Computer Universal Ink Refill (black) Bottles 1 51 Printhead For Epson L360 Black Pc 1 52 Printhead For Epson L360 Colored Pc 1 Sub-total: Project Ii - Oma 1 Bondpaper, Short-sub 16 Reams 17 2 Bondpaper, Long-sub 16 Reams 16 3 Bondpaper, Long-sub 20 Reams 35 4 Bondpaper, Short-sub 20 Reams 35 5 Folder White, Long-good Quality Pcs. 300 6 Molar Box (big) Pcs. 55 7 Log Book/record Book (300 Pages,169 Mm X 280 Mm) Pcs 3 8 Log Book/record Book (150 Pages,tablet Size) Pcs. 3 9 Laid Paper(8.5x11,85 Gsm,20 Sheets/pack, Color - Ivory)) Packs 20 10 Sticker Paper(10 Sheets/pack) Packs 2 11 Scotch Tape(1 Inch) Pcs 15 12 Masking Tape(2 In.) Pcs 10 13 Plastic Envelope, Long Pcs. 20 14 Plastic Envelope, Short Pcs. 20 15 Expanding Envelope Pcs 10 16 Plastic Envelope With Handle(good Quality) Pcs 15 17 Fastener(plastic) Box 10 18 Dtr - 100 Pcs./pad Pad 3 19 Stapler Big(no. 35 W/ Staple Wire Remover) Pc 3 20 Staple Wire No. 35 Box 10 21 Pencil With Eraser # 2 Pcs 35 22 Ballpen-black,good Quality Pcs. 75 23 Sign Pen Black (0.5) Pcs. 20 24 Pentel Pen Re-fill Ink (black) Pcs. 3 25 White Board Marker(black,bullet) Pcs. 10 26 Permanent Marker(black, Broad) Pcs. 10 27 Correction Tape Pcs. 50 28 Stick-on Notes (76 Mm X 76 Mm) 100 Sheets/pad Pad 10 29 Paper Clip,plastic-big Box 10 30 Paper Clip,plastic-small Box 15 31 Computer Ink Compatible With Epson L121(magenta #664) 70 Ml Bot. 2 32 Computer Ink Compatible With Epson L121(cyan #664) 70 Ml Bot. 2 34 Computer Ink Compatible With Epson L121(yellow #664) 70 Ml Bot. 2 35 Computer Ink Compatible With Epson L3210(black #003) 65 Ml Bot. 20 36 Computer Ink Compatible With Epson L3210(magenta #003) 65 Ml Bot. 4 37 Computer Ink Compatible With Epson L3210(cyan #003) 65 Ml Bot. 4 38 Computer Ink Compatible With Epson L3210(yellow #003) 65 Ml Bot. 4 39 Multi-purpose Glue,130 Gms. Pcs. 5 40 Detergent Powder (200 Gms) Dozen 3 41 Fabric Conditioner Antibac (25ml/pack) Dozen 3 42 Bathroom Tissue, 2 Ply Pcs. 20 43 Dishwashing Liquid,500 Ml/bottle Bot. 4 44 Bleaching Liquid(original,900 Ml/bottle) Bot. 2 45 Ribbon(fabric, 1.5 In, Yellow) - Good Quali-ty Roll 2 46 Ribbon(fabric, 1.5 In, Blue) - Good Quality Roll 2 47 Paper Cutter(good Quality) Pcs 10 48 Scisors(big, Good Quality) Pcs 5 49 Puncher (heavy Duty, Double Hole) Pcs 2 Sub-total: Project Iii Item Description 1 Bond Paper Short, S20 Cactus Ream 10 2 Bond Paper Long, S20 Cactus Ream 30 3 Bond Paper ,( A4 ) Ream 20 4 Brother Ink ( Black ) 108.0ml ( Bt D60bk ) Btls 4 5 Brother Ink(colored) ( Bt5000y)( Bt5000c)( Bt5000m) Btls 4 6 Folder Long ( White) Pcs 25 7 Folder Short ( White) Pcs 25 8 Pencil Mongol No. 2 Box 4 9 Brown Enveloped ( Short ) Pcs 25 10 Brown Enveloped ( Long ) Pcs 25 11 Plastic Enveloped ( Long) Pcs 25 12 Plastic Enveloped ( Short ) Pcs 25 13 Scissors ( 6" Big ) Pcs 8 14 Diswashing Liquid,refill Pouch ,1 Liter Liter 5 15 Correction Tape Pcs 20 16 Correction Pen 9ml Pcs 8 17 Scotch Tape 1" Pcs 10 18 Scotch Tape 2" Pcs 10 19 Masking Tape 1" Pcs 10 20 Masking Tape 2" Pcs 10 21 Ballpen ( Black ) Box 20 22 Signed Pen 0.5 Box 8 23 Molar Files Color ( Blue Or Green ) Pcs 7 24 White Board Marker Box 3 25 Double Sided Tape 1" Pcs 8 26 Record Book 500 Pages Pcs 5 27 Garbage Plastic Bag Large ( Black , Green , And Yellow ) Roll 50 28 Door Mat Pcs 8 29 Dust Pan ( Plastic ) Pcs 5 30 Staple Wire No. 35 Box 5 31 Stapler No.35 W/ Staple Remover Box 8 32 Glue 130 Grams Pcs 10 33 Broom,soft Broom W/ Handle Pcs 5 34 Detergent Powder,65grams Sachet Doz 15 35 Cutter , Heavy Duty ( Big ) Pcs 5 36 Clear Book Long ( Green ) Pcs 5 37 Plastic Cover Thick Roll 1 38 Plastic Paper Fastener ( Short ) Box 8 39 Record Book 150 Pages Pcs 5 40 Plastic Folder ( Long Transparent ) Pcs 8 41 Plastic Folder (short Transparent ) Pcs 8 42 Sticker Paper A4 Size 80gsm Sheets 10 43 Board Paper ( Pale Cream) 8.5" 11 Inches, 10s Per Set Sheets 100 44 Lysol Antibacterial Disinfectant Spray 1000ml Bottle 10 45 Disinfectant Solution I Gal. Gal 5 46 Tornado Mop Bucket Is Made Of Plas-tic. Pole Is Pc 2 Made Of Stainless. Stell: 360 Degress Rotating Mop Head; Bucket Measure-ment 47 Rice Cooker, 4 Liters Pcs 1 Sub-total 75total Bid Amount: In Words: Prepared And Submitted By: ____________________________________ ___________________________ Signature Over Printed Name Name Of Firm ___________________________ Date Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Be: The Name Of The Contract Is Purchase Of Office Supplies Mcr, Oma & Mho The Identification Number Of The Contract Is Bid No. 2025-014 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: The Amount Of Not Less Than Ten Thousand Eight Hundred Sixty-four Pesos And 40/100 (10,864.40) If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or The Amount Of Not Less Than Two Thousand Nine Hundred Forty-nine Pesos (6,518.64.00) If Bid Security Is In Surety Bond. 19.3 In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.2 Bidders Shall Submit License As Offie Supplies 21.2 Additional Contract Documents Relevant To The Project That May Be Re-quired By Existing Law And/or The Procuring Entity.
Closing Date10 Feb 2025
Tender AmountPHP 217.2 K (USD 3.7 K)
Dolores National High School Tender
Civil And Construction...+4Electrical Goods and Equipments, Construction Material, Electrical and Electronics, Pipe Line Project
Philippines
Details: Description Page 1 Of 8 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. Department Of Education Region Viii, Division Of Eastern Samar Dolores National High School Barangay 9, Reynaldo Street Dolores, Eastern Samar January 23, 2025 Business Name Philgeps Reg. No. Adress Contact No. Tin Non-vat Vat Request For Quotation Rfq# 2025-01-008 Supply And Delivery Of Materials For Water Source And Electrical Line Installation Sir/ma’am: The Dolores National High School, Through Its Bids And Awards Committee, Requests Your Price Quotation For The Items Specified Herein ,taking Into Consideration The Following Terms And Conditions 1. Quotation Submission Deadline: January 27, 2025 2. Quotation Opening Date & Time: January 27, 2025 - 9:00 Am 3. Place Of Delivery/installation: Dolores National High School 4. Delivery Period/duration: Upon Receipt Of The Notice To Proceed 5. Price Validity Period: 30 Calendar Days 6. Approved Budget For The Contract (abc): Lot 1:45,973.00, Lot 2:107,982.60, Lot 3:61,127.4, Lot 4:73,591.00, Lot 5:86,010.00, Lot6:58,000.00 7. Evaluation Of Bids: Bids Will Be Evaluated On A Per- Lot Basis. 8. Submission Requirements: Suppliers/contractors Must Submit A Copy Of Their Updated Mayor’s/business Permit And Provide Their Philgeps Registration Number Or A Copy Of Their Philgeps Certificate Along With The Duly Completed Request For Quotation (rfq) In A Sealed Long Brown Envelope, Either Manually/on-site Or Through Courier. The Following Documents Must Also Be Submitted Prior To The Award: • (1) Income/business Tax Return (for Abcs Above ₱500,000) • (2) Omnibus Sworn Statement (for Abcs Above ₱50,000) 9. Accuracy Of Information: Suppliers/bidders Must Provide Accurate Information Required In This Form, Supported By The Following Documents. 10. Tie- Breaking Procedure: In Cases Where Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lcrb, Dnhs Will Employ The Draw Lots Method As Per Gppb Circular 06- 2005 To Break The Tie And Determine The Winning Bidder. 11. Validity Of Interlineations: Any Interlineations, Erasures, Or Overwriting Must Be Signed Or Initialed By The Supplier Or Their Duly Authorized Representative(s) To Be Valid. 12. Price Quotation: Quotations Must Be Denominated In Philippine Pesos And Inclusive Of All Applicable Taxes For Materials And Supplies. 13. Budget Compliance: Quotations Exceeding The Approved Budget For The Contract Will Be Automatically Rejected. 14. Award Of Purchase Order/contract: The Purchase Order/contract Shall Be Awarded To The Lowest Quotation That Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 15. Inspection And Payment: Delivered Items Are Subject To Inspection, And Payment Processing Will Commence Only After Acceptance By The Dnhs Property And Supply Unit. 16. Payment Terms: Payment Shall Be Made Through Land Bank’s Lddap-ada (list Of Due And Demandable Accounts Payable-advice To Debit Account) Or Bank Transfer Facility. Account Details Must Be Provided. 17. Delivery Costs: The Supplier Shall Bear All Delivery Costs, Including Transportation Expenses, And Assume All Risk Until The Goods Are Delivered To Dolores National High School. 18. Payment Conditions: Payment Shall Be Made After Delivery And Upon Submission Of The Required Supporting Documents (e.g., Order Slip And/or Billing Statement). Terms Of Payment Are Within 28 To 60 Calendar Days From The Date Of Acceptance. 19. Liquidated Damages: Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Contract Shall Be Rescinded Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, Without Prejudice To Other Available Remedies. __________________________ In Case Of Recently Expired Mayor’s/business Permit, It Shall Be Accepted Together With Its Official Receipt As Proof That The Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit, Provided That The Renewed Permit Shall Be Submitted After Award Of Contract But Before Payment In Accordance With Item 6.2 Of Government Procurement Policy Board (gppb) Resolution No. 09-2020. Page 2 Of 8 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Lot 1: Abc 45,973.00 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Box 2-gang Outlet (box Of 15) 1 2 Kg Assorted Cw Nail 4 3 Pc Bulb 23 - 24 Watts 100 4 Kilo Cwn 1" 1 5 Kilo Cwn 2" 2 6 Kilo Cwn 2.5" 1 7 Kilo Cwn 3" 2 8 Kilo Cwn 4" 2 9 Gal Epoxy Primer 1 10 Meters Flatcord#16 20 11 Pc Safety Breaker 15 Amp 2 12 Set Safty Breaker 20amp 1 13 Meter Stranded Wire #14 60 14 Box Thhn Wire 3.5mm² Stranded (150meter/box) 1 15 Box Tthn Wire #12 / 150m/box 1 16 Box Tthn Wire #14 / 150m/box 1 Delivery Requirement: We Require The Shortest Possible Delivery Time For The Above Materials. Suppliers Must Specify The Earliest Possible Delivery Date And Any Expedited Delivery Options Available. Please Indicate The Fastest Possible Delivery Time You Can Provide. ________________________________________ ___________________________ Signature Over Printed Name ___________________________ Position/designation ___________________________ Office Contact Number ___________________________ Email Address/es. Page 3 Of 8 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. Lot 2: 107,982.60 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Pc Ball Valve 1" 1 2 Pc Ball Valve 1/2" 3 3 Can Cement Solvent 100cc 11 4 Pc Check Valve 1" 2 5 Pc Elbow 1 1/4" 6 6 Pc Elbow 1" 32 7 Pc Elbow 1/2" 20 8 Pc Elbow 3/4" 3 9 Pc Female Adopter 1/2" 13 10 Pc Female Adoptor 1" 1 11 Pc Float Switch 6 12 Pc Foot Valve 1 1/4" 2 13 Pc Foot Valve 1" 5 14 Pc Gi Ball Valve 1" 2 15 Pc Male Adopter 1" 19 16 Pc Male Adoptor 1 1/4" 8 17 Pc P E Cup 1" 2 18 Pc Pe Coupling 1 1/2 X 1 2 19 Pc Pe Coupling 1 1/4 X 1 2 20 Meter Pe Pipe 1 100 21 Meter Pe Pipe 1 1/2 150 22 Meter Pe Pipe 3/4 40 23 Pc Pvc 1" 7 24 Pc Pvc Blue 1 1/2 1 25 Pc Pvc Blue 1/2 9 26 Pc Pvc Blue 3/4 1 27 Pc Pvc Junction Box With Cover 10 28 Pc Pvc Pipe 1 1/4" 13 29 Pc Pvc Pipe 1" 49 30 Pc Pvc Pipe 1/2" 4 31 Pc Pvc Pipe 3/4" 4 32 Pc Pvc Utility Box 10 33 Pc Reducer 1" X 3/4" 2 34 Pc Reducer 3/4 X1/2 5 35 Pc Sanitary Elbow 2" 6 36 Pc Sanitary Pipe 2" 9 37 Pc Slum Blue Elbow #1 14 38 Pc Slum Blue Male Adoptor #1 10 39 Pc Slum Blue Pipe 1/4" 2 40 Pc Slum Blue Pipe #1" 16 41 Pc Slum Blue Pipe 4" 4 42 Pc Slum Blue Union #1" 2 43 Pc Sudle Clamp 1 1/2 X 1/2 10 44 Pc Swing Valve 1 1/4" 2 45 Pc Swing Valve 1" 4 46 Pc Tee Joint Sanitary Pipe 2" 3 47 Pc Teflon 1" 19 48 Pc Teflon 3/4" 10 49 Pc T-joint 1/2" 10 50 Pc T-joint 3/4" 6 51 Pc Union 1 1/4" 2 52 Pc Union 1" 8 Delivery Requirement: We Require The Shortest Possible Delivery Time For The Above Materials. Suppliers Must Specify The Earliest Possible Delivery Date And Any Expedited Delivery Options Available. Please Indicate The Fastest Possible Delivery Time You Can Provide. ________________________________________ Page 4 Of 8 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. ___________________________ Signature Over Printed Name ___________________________ Position/designation ___________________________ Office Contact Number ___________________________ Email Address/es. Page 5 Of 8 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. Lot 3 Abc: P61,127.40 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Pc Angle Bar #2 6 2 Pc Angle Bar 1 1/2 6 3 Pc Angle Bar 1/4 X 1 2 4 Pc Angle Bar 1x1 4 5 Pc Angle Bar 3/16 X 1 12 6 Pc Gi Pipe 1 1/2 6 7 Pc Gi Pipe 1 1/4 4 8 Pc Gi Pipe 3" 4 9 Kilo Gi Tie Wire 20 10 Roll Plain Metal Sheet 4 11 Pc Ribbits 50 12 Pc Shovel 3 13 Pc Square Bar 10 Mm 7 14 Pc Steel Bar 10 Mm 10 15 Pc Steel Bar 12 Mm 12 16 Pc Steel Matting 4x8' 2 17 Pc Tubo #2 2 18 Pc Tubular 1x1 1 Delivery Requirement: We Require The Shortest Possible Delivery Time For The Above Materials. Suppliers Must Specify The Earliest Possible Delivery Date And Any Expedited Delivery Options Available. Please Indicate The Fastest Possible Delivery Time You Can Provide. ________________________________________ ___________________________ Signature Over Printed Name ___________________________ Position/designation ___________________________ Office Contact Number ___________________________ Email Address/es. Page 6 Of 8 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. Lot 4 Abc: P73,591.00 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Pc Paint Brush 1" 1 2 Pc Paint Brush 2" 3 3 Pc Paint Brush 4" 2 4 Pc Paint Roller, 4" 1 5 Gal Metal Primer 2 6 Gal Paint Latex Flat White 1 7 Bottle Paint Thinner 3 8 Pail Paint For Concrete Wall, Pearled Ivory 16 Liters/pail 10 9 Pail Paint For Classroom Wooden Doors, Palmyra Green 16 Liters/pail 10 Delivery Requirement: We Require The Shortest Possible Delivery Time For The Above Materials. Suppliers Must Specify The Earliest Possible Delivery Date And Any Expedited Delivery Options Available. Please Indicate The Fastest Possible Delivery Time You Can Provide. ________________________________________ ___________________________ Signature Over Printed Name ___________________________ Position/designation ___________________________ Office Contact Number ___________________________ Email Address/es. Page 7 Of 8 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. Lot 5 Abc: P 86,010.00 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost Bag Cement 141 M3 Grava 20 M3 Sand 8 Pc Hollow Blocks 10 Delivery Requirement: We Require The Shortest Possible Delivery Time For The Above Materials. Suppliers Must Specify The Earliest Possible Delivery Date And Any Expedited Delivery Options Available. Please Indicate The Fastest Possible Delivery Time You Can Provide. ________________________________________ ___________________________ Signature Over Printed Name ___________________________ Position/designation ___________________________ Office Contact Number ___________________________ Email Address/es. Page 8 Of 8 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. Lot 6 Abc: 58,000.00 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Pc Water Tank, 1000 Liters Horizintal 1 2 Pc Water Tank, Capacity: 1000 Liters, Material: Stainless Steel Or High-density Polyethylene (hdpe) 1 Delivery Requirement: We Require The Shortest Possible Delivery Time For The Above Materials. Suppliers Must Specify The Earliest Possible Delivery Date And Any Expedited Delivery Options Available. Please Indicate The Fastest Possible Delivery Time You Can Provide. ________________________________________ ___________________________ Signature Over Printed Name ___________________________ Position/designation ___________________________ Office Contact Number ___________________________ Email Address/es.
Closing Date27 Jan 2025
Tender AmountPHP 432.6 K (USD 7.3 K)
City Of Malabon Tender
Healthcare and Medicine
Philippines
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
Closing Date8 Jan 2025
Tender AmountPHP 30 Million (USD 516.9 K)
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: *********************
the Closing Date Has Been Extended Until 12:00pm On Wednesday, February 19th, 2025 Since The Original Closing Date Is A Federal Holiday.
********************
combined Synopsis/solicitation
non-personal Landscape Services For Weather Forecast Office (wfo) In Charleston, Sc
the Incumbent Is Yellowstone Landscape – Southeast, Llc
(i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice And In Accordance With The Simplified Acquisition Procedures Authorized In Far Part 13. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) This Solicitation Is Issued As A Request For Quotation (rfq). Submit Written Quotes On Rfq Number 1305m325q0064.
(iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (jan 2025).
(iv) This Solicitation Is Being Issued As A Total Small Business Set-aside. The Associated Naics Code Is 561730. The Small Business Size Standard Is $9.5 Million.
(v) This Combined Solicitation/synopsis Is For Purchase Of The Following Commercial Services:
clin 0001 – Base Year
services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2025 Through 02/28/2026.
quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________
clin 1001 – Option Year 1
services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2026 Through 02/28/2027.
quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________
clin 2001 – Option Year 2
services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2027 Through 02/28/2028.
quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________
clin 3001 – Option Year 3
services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2028 Through 02/28/2029.
quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________
clin 4001 – Option Year 4
services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2029 Through 02/28/2030.
quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________
aggregate Total For All Years: ____________________________
(vi) Description Of Requirements Is As Follows:
see Attached Statement Of Work Which Applies To Base Year And All Option Years 1 – 4, And Department Of Labor Wage Rates: Wd 2015-4281, Revision No. 32, Dated 12/23/2024, Which Can Be Found On: Https://sam.gov/content/wage-determinations
invoices To Be Billed Monthly In Arrears. Provide Monthly And Annual Pricing For Each Base And Option Year. Quote Pricing May Be Provided On Attached Sf18 Form Or On Company Letterhead.
(vii) Date(s) And Place(s) Of Delivery And Acceptance:
period Of Performance Shall Be:
base Year For A Twelve Month Period 03/01/2025 Through 2/28/2026.
option Period 1 For A Twelve Month Period 03/01/2026 Through 02/28/2027.
option Period 2 For A Twelve Month Period 03/01/2027 Through 02/28/2028.
option Period 3 For A Twelve Month Period 03/01/2028 Through 02/28/2029.
option Period 4 For A Twelve Month Period 03/01/2029 Through 02/28/2030.
place Of Performance Is Nws Wfo, 5777 South Aviation Avenue, Charleston, Sc 29406-6162.
(viii)far Provision 52.212-1, Instructions Toofferors-commercial Productsandcommercial Services (sept 2023), Applies To Thisacquisitionand Can Be Found On The Request For Quote Form Sf18 Attachment.
(ix)far Provision 52.212-2, Evaluation-commercial Productsandcommercial Services (nov 2021), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment.
(x)far Provision 52.212-3,offerorrepresentations And Certifications-commercial Productsandcommercial Services (may 2024), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. Offerors Are Advisedto Include A Completed Copy Of The Provision With Itsoffer.
(xi)far Clause At52.212-4, Contract Terms And Conditions-commercial Productsandcommercial Services (nov 2023), Applies To Thisacquisitionand Can Be Found On The Request For Quote Form Sf18 Attachment.
(xii)far Clause At52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Productsandcommercial Services (jan 2025), Applies To Thisacquisitionand Can Be Found In Full Text On The Request For Quote Form Sf18 Attachment.
(xiii)any Additional Contract Requirement(s) Or Terms And Conditions That Apply Can Be Found On The Request For Quote Form Sf18 Attachment.
(xiv) Defense Priorities And Allocations System (dpas) And Assigned Rating Does Not Apply.
(xv) Quotes Are Required To Be Received In The Contracting Office No Later Than 12:00pm Mst/mdt On Monday, February 17, 2025. All Quotes Must Be Submitted Electronically Via Email To Kirsten.keen@noaa.gov.
(xvi) Any Questions Regarding This Solicitation Should Be Submitted Electronically Via Email To Kirsten.keen@noaa.gov.
utilization Of Fedconnect® For Contract Administration
the Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®.
(end)
1352.215-72 Inquiries (apr 2010)
offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Kirsten.keen@noaa.gov. Questions Should Be Received No Later Than 12:00pm Mst/mdt On Thursday, February 13, 2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract.
(end Of Clause)
52.237-1 Site Visit (apr 1984)
offerors Or Quoters Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award.
(end Of Provision)
a Site Visit Is Highly Recommended But Not Required. Offerors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Contact Brian Haines, Brian.haines@noaa.gov, Phone: 771-215-9296 Or Arthur Patrick, Arthur.patrick@noaa.gov, Phone: 703-966-2529 To Set Up A Time To Visit The Site. All Questions During The Site Visit Should Be Submitted Electronically To Kirsten.keen@noaa.gov.
far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services (sep 2023)
notice To Offerors: Instructions For Submitting Quotations Under This Request For Quote Must Be Followed. Failure To Provide All Information To Aid In The Evaluation May Be Considered Non-responsive. Offers That Are Non-responsive May Be Excluded From Further Evaluation And Rejected Without Further Notification To The Offeror.
1. Submit Pdf Or Microsoft Word Format Quotations To The Office Specified In This Solicitation At Or Before The Time Specified In The Solicitation.quote Documents Shall Include Signed Copies Of The Sf 18 And Sf 30(s) To Acknowledge The Solicitation And Any Applicable Amendments. Email Quotes Are Required And Can Be Sent To Kirsten.keen@noaa.gov.
2. Offeror Shall Have An Active Registration In The System For Award Management (sam Found At Https://sam.gov/content/home) In Order To Provide A Quote And Be Eligible For Award. Must Provide Their Ueid/cage Code With Their Quote.
3. Offerors Shall Assume That The Government Has No Prior Knowledge Of Them Or Their Capability.
4. Offerors Must Provide All Evaluation Criteria In Accordance With Far 52.212-2. Offerors Who Do Not Provide All Evaluation Criteria May Not Be Considered.
1. Technical Acceptability/capability.
2. Price
the Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt.
far 52.212-2 Evaluation- Commercial Products And Commercial Services (nov 2021)
offers Will Be Evaluated Based On Price And The Factors Set Forth In Paragraph (a).
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. Paragraph (a) Is Hereby Completed As Follows: Evaluation Will Be Based On The Following;
technical Acceptability/capability.
quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Recent Services Within The Past Two Years Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work.
the Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To (cs/co Email) By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information.
the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services.
offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance. A Good Past Performance Rating Provides Higher Confidence Than A Neutral Or Satisfactory Rating.
price.
the Government Intends To Award A Low Priced, Technically Acceptable, Single Firm Fixed-price Purchase Order On An All Or None Basis With Payment Terms Of Net 30.
(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
(end Of Provision)
statement Of Work
performance Based Service Contract—landscape Maintenance
this Is A Work Statement For A Performance-based Service. This Means That The Government Has Described What Is To Be Accomplished, Not How To Accomplish It, And States A Basis For Determining Whether Finished Work Meets The Government Quality Requirements. It Does Not State Detailed Procedures For Accomplishing The Requirement Unless There Are Safety, Security Or Communication Requirements.
it Is The Responsibility Of The Contractor To Ensure That They Build Into Their Bid/proposal Price The Necessary Hours That It Will Take To Meet The Performance Standards Specified.
the Contractor Will Be Required To Maintain A Quality Control Program To Ensure That The Requirements Of This Contract Are Met. This Program Shall Be Created For Identifying And Correcting Deficiencies In The Quality Of Services Before Performance Becomes Unacceptable.
scope Of Work
place Of Performance Will Be As Follows: National Weather Service Forecast Office, 5777 S. Aviation Ave, Charleston, Sc. 29406. The Project Site Consists Of Approximately 5 Acres, Parts Of Which Are Occupied By Buildings, Walks, And Other Paved Surfaces.
all Work Performed Under This Contract Is Required To Meet The Quality And Performance Standards As Identified. The Contractor Shall Provide All Personnel, Equipment, Tools, Materials, Supervision, And Other Items And Services Necessary To Perform Landscape Maintenance On A Weekly Basis From March 1 Through October 31 And Once A Month (or More Often If Needed) From November 1 Through February 28. Work Shall Be In A Manner That Will Maintain Healthy Grass, Shrubs, And Plants, And Present A Neat And Professional Appearance.
if Services Cannot Be Performed Due To Inclement Weather, The Contractor Shall Perform Any And All Scheduled Services The Next Duty Day With No Degradation To Existing Scheduled Services.
supplies, Materials, Equipment And Utilities
government Furnished:
electrical Power Shall Be Provided At Existing Exterior Receptacles For The Contractor To Operate Their Equipment, As Necessary, In The Performance Of This Contract.
contractor Furnished:
the Contractor Shall Furnish All Supplies, Materials, And Employee Training Necessary To Achieve The Quality Performance Standards Of The Work In This Contract, Unless Otherwise Specified Herein.
training Shall Include All Applicable Osha And Other Related Standards. The Contractor Shall Submit All Material Safety Data Sheets (msds) For Any Materials Used Under This Contract Containing “dangerous” Or “warning” Labels To The Technical Point Of Contact (tpoc) Within 10 Days After Contract Award Date.
the Contractor Shall Furnish All Equipment Necessary To Accomplish The Work Under This Contract. All Equipment Must Meet All Applicable Osha Standards. The Contractor Shall Not Use Any Unsafe Equipment Or Any Equipment In Need Of Repair.
.3. Contractor Personnel
within Five Days Of The Contract Start Date, The Contractor Shall Submit, In Writing, The Name Of The Site Manager. The Contractor Shall Supply Telephone, Cell Phone, And/or Pager Numbers To The Tpoc For Use In Contacting The Site Manager. The Site Manager Shall Conduct Overall Management Coordination And Shall Be The Central Point Of Contact With The Government For Performance Of All Work Under This Contract. The Site Manager Shall Be Authorized To Receive Any Notices Of Deficiency In Contract Performance. The Notices May Include, But Not Be Limited To, The Following: Non-performance Of Work, Deficiencies In Work Performed And Notices Of Proposed Payment Withholding Until Deficiencies Are Corrected Due To The Above. The Site Manager Shall Be Available Weekdays, Between The Hours Of 8:00 A.m. And 3:00 P.m., Within 30 Minutes To Meet At The Facility To Discuss Problem Areas.
all Personnel Employed By The Contractor Shall Be Experienced In The Type Of Work Involved And Familiar With The Specifications Of This Contract.
the Contractor Is Required To Provide Necessary And On-going Tenant Relations Or Customer Service Training For Their Employees.
contractor Personnel Shall Conduct All Operations In Such A Manner As To Minimize Any Inconvenience In The Use Of The Facilities To The Occupants.
scheduling Work And Reporting Requirements
within Five Work Days Of The Contract Starting Date, And Annually Thereafter For Renewal Periods, The Contractor Shall Submit To The Tpoc Schedules And Plans To Accomplish Required Services Throughout The Year. If Changes Need To Be Made To Reduce Conflicts With Government Operations, Special Events, Or Other Occurrences, The Contractor Shall Meet With The Tpoc And Revise The Schedule As Necessary. The Tpoc May Request Changes To The Monthly Work Schedule So Spacing Of Services Is Distributed To Meet The Needs Of The Government. The Contractor Shall Not Deviate From This Schedule Without Prior Approval From The Tpoc.
quality Control Program
the Contractor Shall Establish A Complete, Written, Quality Control Program (qcp) To Ensure That The Requirements Of The Contract Are Provided As Specified. The Written Qcp Shall Be Submitted To The Tpoc Within 5 Days Of The Start Date Of Work.
the Qcp’s Purpose Is To Provide A Plan For Meeting All Requirements Of This Contract. The Qcp Should Include, But Not Be Limited To, The Following:
an Inspection Of The Grounds Which Covers All Services Stated In “performance Standards And Guideline Requirements” Of This Contract.
a System To Ensure That The Contractor’s Employees, Or Subcontractor’s Employees, Are Notified Of All Deficiencies In Their Area Of Responsibility. A System And Plan To Retrain Employees To Ensure That Deficiencies Do Not Reoccur.
a Plan For Monitoring And Correcting Customer Complaints. A Record Of Customer Complaints And The Corrective Action Taken Must Be Kept On File At This Site And Available For Review By The Contracting Officer Or His/her Representative, At Any Time.
a Plan For The Immediate Forwarding Of Customer Complaints That Are Not The Responsibility Of The Contractor, To The Tpoc Or Their Designated Representative.
the Qcp Must Be Kept Current, Reflecting The Pertinent Contract Modifications And Requisite Changes Or Conditions. The Contractor Shall Review The Plan With His Onsite Personnel To Ensure Complete Understanding. A Copy Of The Most Current Qcp Must Be Kept On File At The Worksite Where The Tasks Are Being Accomplished.
if The Contractor Is Not Meeting Performance Or Quality Measures, The Government Retains The Right To Review The Qcp And Related Documents. Upon Review Of The Plan And Related Documents, The Government Will Take Appropriate Action To Ensure That All Quality And Performance Measures Are Met As Specified In This Contract.
performance Standards And Guideline Requirements
note: All Services Provided Under This Contract Are Required To Meet The Quality And Performance Standards Described Herein.
the Contractor Shall Provide All Labor, Equipment, Materials, Supplies, And Supervision To Perform Grounds Maintenance And Landscape Services As Identified In The Statement Of Work.
the Following Guidelines Describe What Is Considered To Be The Normal Industry Quality And Performance Standards For Intended Services Under This Type Of Contract.
the Contractor, Through Innovation, Technology Or Other Means, Shall Perform The Required Services In Order To Meet The Quality And Performance Standards.
the Following Guidelines Are For Reference Only And Final Results Will Be The Determining Factor For The Success Or Failure Of This Contract. Performance Will Be Based On The Contractor’s Effort In The Meeting The Performance And Quality Standards, Not The Frequency Or Method Of Performance.
mowing And Trimming Operations:
the Contractor Shall Be Responsible For Monitoring The Growth Of The Grass And Scheduling Cutting/mowing Operations, But In General Mowing And Trimming Operations Should Occur Weather Permitting On A Weekly Basis From March 1 Through October 31.
the Contractor Shall Maintain A Grass Height Between 2” And 2 ½” In Order To Prevent Scalping. Uneven Mowing And Rutting By Equipment During Contractor Operations Must Be Avoided.
the Government Is Not Responsible For Damage To Contractor’s Equipment Due To Trash, Debris, Or Uneven Terrain.
contractor Shall Maintain All Open Drainage Systems; Open Culverts Under Driveways And Roads Free Of Debris, Trash, Limbs, Leaves And Grass Clippings.
grass And Weeds Shall Be Trimmed Around Trees, Shrubs, Buildings, Fences, Poles, Posts, Fire Hydrants, Parking Lot Bumper Blocks And Other Fixed Obstacles Concurrent With Mowing Height To Give A Well-manicured Look At All Times.
grass Clippings Shall Be Removed To Provide A Uniform Appearance After Mowing.
the Contractor Must Exhibit Care Around/near Parked Vehicles During Mowing And Trimming Operations So To Not Cause Damage. It Is The Responsibility Of The Contractor To Repair Any Vehicle Damage That Occurred At A Result Of Negligence During Mowing And Trimming Operations.
grounds Maintenance.
all Turf Areas Will Be Fertilized Four Times Annually With A Balanced Lawn Food To Ensure A Thick Healthy Lawn.
all Flowers, Plants, Shrubs, And Trees Will Be Fertilized As Needed To Maintain A Healthy Condition.
fertilizers Shall Be Standard Commercial Grade Of Organic Or Inorganic Fertilizer Of The Kind And Quality Specified Per Results Of Soil Testing By The Contractor And Appropriate To Industry Standards. The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Fertilizer Application And Post Flags Indicating The Application. The Contractor Shall Apply Fertilizer In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. Material Safety Data Sheets (msds) Will Be Available At All Times.
the Use Of Compatible Sod Or A Grass Seed Mixture Should Be Used To Fill In Damaged Grass Areas Or Areas Without Grass.
edging.
grass Shall Be Cut Back From All Edges 0.5” To 1.5” And Not Cut Deeper Than 1.5” To 2”.
edging Shall Include Removal Of Vegetation From Sidewalks (including Cracks And Expansion Joints), Driveways, Concrete Curbs, Planting Beds And Mounds, And Rock Beds. Grass Shall Not Extend Over The Edge Of Any Of The Above Areas.
weed And Insect Control.
lawns Shall Be Maintained In A Manner To Minimize Annual And Perennial Weeds, Including All Clover And Coarse Grass Species.
apply Herbicides And/or Pesticides To Lawns At Least Twice A Year And More Often Than That If Needed To Control Weeds, Clover And Course Grasses Consistent With Industry Standards.
flower Beds Shall Be Kept Weed Free By Pulling Weeds Or Applying Herbicides And/or Pesticides. Weeding Is A Year-long Requirement.
parking Lots, Walkways, Rock Beds, Fences, And All Building Perimeters Shall Be Kept Free Of Weeds, Grasses, And Leaves All Year Long.
apply Herbicides And/or Pesticides To Turf, Shrubs, Trees And Ground Cover Twice A Year And More Often Than That If Needed To Control Insect Infestation.
the Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Weed Or Insect Control Application And Post Flags Indicating The Application. The Contractor Shall Apply Pesticides And/or Herbicides In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. Material Safety Data Sheets (msds) Will Be Available At All Times. The Contractor Shall Insure Pesticides And Herbicides Used Will Not Injure The Lawn, Shrubs, Trees, Or Any Other Plantings. The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Fertilizer Application And Post Flags Indicating The Application.
mole Control.
action Will Be Taken Through Whatever Means Necessary To Minimize The Moles And The Damage They Do To The Turf And Flowerbed Areas.
the Contractor Shall Be In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. If Chemicals Are Utilized, Material Safety Data Sheets (msds) Will Be Available At All Times. The Contractor Shall Insure What Is Done To Control Moles Will Not Injure The Lawn, Shrubs, Trees, Or Any Other Plantings. If Applicable, The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Application Of Chemicals And Post Flags Indicating The Application.
ant Control.
routine Action Will Be Taken Through Means Necessary To Minimize The Ant Mounds And The Damage They Do To The Turf And Flowerbed Areas.
annual Applications Of Preferred Treatment (lasts 1 Year From Date Of Application) Will Be Applied At The End Of Winter For Optimum Control In The Most Active Months During Spring/summer. Cost Of The Product, Delivery, And Labor Will Be Included In The Contract.
the Contractor Shall Be In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. If Chemicals Are Utilized, Material Safety Data Sheets (msds) Will Be Available At All Times. The Contractor Shall Insure What Is Done To Control Ants Will Not Injure The Lawn, Shrubs, Trees, Or Any Other Plantings. If Applicable, The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Application Of Chemicals And Post Flags Indicating The Application.
cleanup.
all Grass Clippings, Weeds, And Pruning Shall Be Removed From The Project Site As Necessary.
walks And Driveways Shall Be Kept Free Of Equipment And Debris.
exterior Walls Of Building Shall Be Kept Free Of Soil.
all Trash, Debris And Leaves Shall Be Removed From The Property, Including The Vehicle Parking Lots, Walkways, Flowerbeds, And Lawn Areas.
mulch Replenishment.
beds Will Be Edged And Cleaned Of All Debris And Weeds Before Adding Mulch
pine Straw Mulch Will Be Replenished In All Planting Beds, And Around All Shrubs, Trees And Walkways Twice A Year. Quantities Supplied Must Be Sufficient To Maintain Planting Bed Areas With A Minimum Mulch Depth Of Four (4) Inches, And Tree Mounds With A Minimum Depth Of Six (6) Inches. A Sample Of Mulch Shall Be Submitted To The Tpoc Prior To Application.
erosion Control. The Contractor Shall Repair And Fill All Rivulets, Soil Slides, And Washouts When Necessary.
pruning.
prune All Shrubs To Existing Form Twice During The Growing Season Or As Needed. Trees Shall Be Pruned From Ground Level To Up To 12’ To Improve Form And Remove Dead Wood And Spent Blossoms As Needed.
tree And Shrub Suckers, Excess Shoot Growth, And Limbs Shall Be Removed As Needed. Plantings Such As Ground Cover, Perennials, And Bulbs, Shall Be Cut Back As Appropriate For The Species.
flowers Replacement. Replace Flowers Twice Annually (march/april And October/november) So That When The Flowers Reach Maturity Each Of The 4 Beds In The Front Of The Building Are Well Covered.
damage. If The Government Determines That The Damage To Sprinkler Heads Was Caused By The Contractor, The Contractor Shall Repair/replace Them At No Additional Cost To The Government.
final Work. During The Last Two Weeks Of The Contract, The Contractor Shall Leave All Planting Beds, Tree Mounds, And Rock Beds In A Weed Free Condition. Grass Shall Be Mowed, Weather Conditions Permitting, Regardless Of Height.
itemized Services Requriement Sheet
the Following Are Services Included Under This Performance- Based Solicitation. The Following Are Major Service Items And Therefore, Some Minor Or Sub Item Services May Not Be Listed.
edging
erosion Control
fertilizing
insect/mole Control
grass Mowing
leaf Removal
mulching
pruning
trimming
weeding
bed Preparation And Maintenance
lawn Maintenance
period Of Performance
base Year: March 1, 2025 To February 28, 2026
option Year 1: March 1, 2026 To February 28, 2027
option Year 2: March 1, 2027 To February 28, 2028
option Year 3: March 1, 2028 To February 28, 2029
option Year 4: March 1, 2029 To February 28, 2030
technical Points Of Contact
noaa/national Weather Service
charleston, Sc Weather Forecast Office
5777 South Aviation Avenue
charleston, Sc 29406-6162
primary:
provided Upon Award
backup:
provided Upon Award
Closing Date19 Feb 2025
Tender AmountRefer Documents
University Of The Philippines Tender
Others
Philippines
Details: Description University Of The Philippines Baguio Governor Pack Road, Baguio City, Benguet, Car Vat Reg. Tin: 000-864-006-00007 Telephone No. 074-442-3484 Email Address: Spmo.upbaguio@up.edu.ph Request For Quotation (rfq) Procurement Project: Catering Services For Various University Activities For The Period March - June 2025 Purchase Request No.: Cac-2025-02-0037, Osa-2025-02-0004, Osa-2025-02-0005, Css-2025-02-0016, Cs-2025-02-0034, Oash-2025-02-0001, Oash-2025-02-0002, Bio-2025-01-0008, Css-2025-02-0015, Cac-2025-02-0022, Cac-2025-02-0023, Cac-2025-02-0028, Cac-2025-01-0015, Cac-2025-01-0016 Approved Budget For The Contract: ₱240,975.00 Date: 27 February 2025 Rfq No.: 0095 Mop: Np-small Value Procurement Instructions: 1. Accomplish This Rfq Correctly And Completely. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or Any Of Your Duly Authorized Representative/s. 2. Bidder Should Attach A Copy Of The Latest #business Permit, Philgeps Registration Number And Notarized Omnibus Sworn Statement For An Approved Budget For The Contract (abc) Above ₱50,000 Except For Shopping As An Alternative Method Of Procurement That Requires The Latest Business Permit And Philgeps Registration Only. Quotations Exceeding The Abc Shall Be Rejected. In Addition: 2a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 2b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 3. Warranty**, If Appropriate, Shall Be Six (6) Months For Supplies And Materials, One (1) Year For Equipment From The Date Of Acceptance Of The Procuring Entity. 4. Submit Your Quotation, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Or Send To This Email Address Only - Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading Rfq No. 0095 Not Later Than 8:30 Am On 4 March 2025. 5. Price Validity Shall Be For A Period Of 90 Calendar Days. 6. If Applicable, Bidders Shall Indicate The Brand And Model Number Of The Item/s Being Offered. 7. If Applicable, The Winning Bidder Must Include In Their Delivery The Original Copy Of The Following Documents As A Mandatory Requirement For Payment; 7a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 7b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 8. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: Brian D. Lumague Mary Anne R. Rivera (sgd.) Head, Spmo Item No. General Description Compliance With Technical Specifications (pls. Check) Brand (n/a If Not Applicable) Unit Of Mea-sure (ex. Pc, Lot, Kl) Qty Unit Price Total Price Quoted Unit Price* Total Quoted Price Yes No Catering Services For Various University Activities For The Period March - June 2025 A. College Of Arts And Communication 1 Snacks For The Artists Talk Series Hosted By Fa 107 On March 5 And March 7, 2025 Lot 1 ₱ 5,100.00 ₱ 5,100.00 Good For 30 Persons Per Event Price: P85.00 Per Head; Type:packed For March 5 Menu Pansit Bihon (at Least 150g Per Person) With Shanghai (at Least 2-3 Small Pieces Per Person) Any Fruit Juice (at Least 250ml) For March 7 Menu Egg Sandwich Bottled Iced Tea (at Least 330ml) 2 Pm Snacks And Lunch For Mcluhan Forum On March 28, 2025 Lot 1 ₱ 5,625.00 ₱ 5,625.00 # Of Pax: 15 Price: P375.00 Per Head Type: Packed Individually Place Of Delivery: Cac Faculty Lounge Time Of Delivery: Snacks And Lunch 11 Am Menu For Lunch Rice (at Least 1 Cup Of Rice Per Person) Roasted Or Fried Chicken (1 Slice Per Person) Any Vegetable Viand (at Least 100g Per Person) Any Pork Viand (at Least 120g Per Person) Dessert: Banana Cue (2 Pcs Per Person) Any Canned Soda (330ml) Menu For Pm Snack Pansit Bihon (at Least 150g Per Person) With Shanghai (at Least 2-3 Small Pieces Per Person) Any Fruit Juice (at Least 250ml) 3 Catering For Sar Writing Meeting (3 Sessions) Lot 1 ₱ 18,000.00 ₱ 18,000.00 Specs For Each Session: # Of Pax: 12 Price: P 500.00 Per Head Type: Packed Place Of Delivery: Cac Faculty Lounge Time Of Delivery: Am Snacks Around 930 Am, Lunch Around 11 Am, Pm Snack Around 230 Pm Menu For March 31, 2025 Am Snacks Pandesal With Variety Of Spread (cheese, Liver Spread, Butter Etc.) Fruit Juice (at Least 330 Ml) Lunch Rice (at Least 1 Cup Of Rice Per Person) Roasted Or Fried Chicken (1 Slice Per Person) Any Vegetable Viand (at Least 100g Per Person) Any Pork Viand (at Least 120g Per Person) Dessert: Banana (1-2 Pcs Per Person) Any Canned Soda (330ml) Pm Snacks Pansit Bihon (at Least 150g Per Person) With Shanghai (at Least 2-3 Small Pieces Per Person) Iced Tea (at Least 330ml) Menu For April 28, 2025 Am Snacks Variety Of Bread And Pastries Fruit Juice (at Least 330 Ml) Lunch Rice (at Least 1 Cup Of Rice Per Person) Roasted Or Fried Chicken (1 Slice Per Person) Any Vegetable Viand (at Least 100g Per Person) Any Pork Viand (at Least 120g Per Person) Dessert: Banana Cue (2 Pcs Per Person) Any Canned Soda (330ml) Pm Snacks Siomai (at Least 5 Pcs Per Person) Orange Juice (at Least 330ml) Menu For May 26, 2025 Am Snacks Arozcaldo With Egg (at Least 250g Per Person) Fruit Juice (at Least 330 Ml) Lunch Rice (at Least 1 Cup Of Rice Per Person) Roasted Or Fried Chicken (1 Slice Per Person) Any Vegetable Viand (at Least 100g Per Person) Any Pork Viand (at Least 120g Per Person) Dessert: Apple (1-2 Pcs Per Person) Any Canned Soda (330ml) Pm Snacks Cream Puff (1 Piece Per Person) Iced Tea (at Least 330ml) 4 Am Snacks For College Scholars Convocation Lot 1 ₱ 22,000.00 ₱ 22,000.00 Date: April 28, 2025 # Of Pax: 220 Price: P 100.00 Per Head Type: Packed Assorted Biscuits And Cookies With Tetra Pack Fruit Juice Place Of Delivery: Cac Time Of Delivery: Around 9 Am Fa Activities For May And June 2025 (please See Attached Preferred Menu) 5 Catering For Bfa Thesis Deliberation (am And Pm Snacks And Lunch ) Lot 1 ₱ 7,000.00 ₱ 7,000.00 Date: May 10, 2025 # Of Pax: 14 Price: P 500.00 Per Head Type: Packed Place Of Delivery: Cac Faculty Lounge Time Of Delivery: Am Snacks Around 930 Am, Lunch Around 11 Am, Pm Snack Around 230 Pm 6 Catering For Tdt (am And Pm Snacks And Lunch ) Lot 1 ₱ 9,000.00 ₱ 9,000.00 Date: June 2025 (final Date To Be Determined) # Of Pax: 18 Price: P 500.00 Per Head Type: Packed Place Of Delivery: Cac Faculty Lounge Time Of Delivery: Am Snacks Around 930 Am, Lunch Around 11 Am, Pm Snack Around 230 Pm 7 Summer Arts Program From June 2-7 2025 (please See Attached Preferred Menu) Lot 1 ₱ 58,000.00 ₱ 58,000.00 June 2-6, 2025 Am And Pm Snacks # Of Pax: 20 Persons For 5 Days = 100 40 Pesos Per Snack = 80 Pesos Per Day Assorted Bread And Pastries Free Flowing Coffee (with Cup Stirrer Sugar And Creamer) Place Of Delivery: Cac Faculty Lounge Time Of Delivery: Am Snacks Around 930 Am; Pm Snacks Around 230 Pm Lunch # Of Pax: 24 Persons For 5 Days = 120 Type: Packed Individually Place Of Delivery: Cac Faculty Lounge Time Of Delivery: Around 11 Am June 7, 2025 Lunch # Of Pax: 20 Type: Packed Individually Place Of Delivery: Cac Faculty Lounge Time Of Delivery: Around 11 Am Pm Snacks Pica-pica For Closing Program Of Summer Arts Program Good For At Least: 100 Pax Pica-pica Menu: Cold Cuts; Assorted Cheese; Assorted Bread And Pastries; Variety Of Nuts And Pretzels; Sliders; And Mini Sandwiches With Any Kind Of Fruit Juice Free Flowing With Cups Place Of Delivery: Cac Faculty Lounge Time Of Delivery: Around 2 Pm B. College Of Science 8 Supply And Delivery Of Food (catering Services) For College Based Meetings From March To June 2025 Lot 1 ₱ 40,000.00 ₱ 40,000.00 Requirements & Scope Of Work The Contract Will Be Awarded As Lot (abc For Snacks Is Php 100.00 Per Person Per Snack; For Lunch Is Php 200.00 Per Person) Offered Menu Must Be Submitted With The Bid Form Packed Meals (1 Snack And 1 Lunch) Good For 100 Persons (accumulated) For The Duration Of The Contract. Do Not Use Styrofoam, Disposable Cups And Spoons & Forks Instead Reusable Take Out Boxes And The Like Snack Consists Of At Least Pasta, Noodles, Bread Or Its Equivalent Lunch Consists Of At Least Two Meat Or Fish And Vegetables, Generous Serving Of Rice & Dessert Or Its Equivalent Both Snacks And Lunch Includes Beverages C. College Of Social Sciences 9 Am Snacks For College Scholars Convocation Lot 1 ₱ 10,000.00 ₱ 10,000.00 Date: April 28, 2025 # Of Pax: 250 Price: P 40.00 Per Head Preferred Food: Toasted Siopao Place Of Delivery: Css Avr Time Of Delivery: Around 9 Am 10 Meals And Sneaks For The College Faculty Meeting To Approve Candidates For Graduation On June 10, 2025 Good For 42 Persons Lot 1 ₱ 21,000.00 ₱ 21,000.00 Place Of Delivery: Css Courtyard Overflowing Coffee With Creamer, Sugar, Paper Cups And Wooden Stirrer Am Snack (9:00am): Palabok And Siomai, Juice Pack Meal (11 :30am): (assisted Buffet) Plain Rice.pork Afritada,breaded Fish Fillet,sauteed Vegetable,leche Flan, Coke Pm Snack (2:00pm): Ginataang Bllo-blio, Juice Pack No Plastic Spoon, Fork.plates, Cups 11 Lunch For The Midyear Registration On June 13, 2025 Good For 10 Persons Lot 1 ₱ 2,500.00 ₱ 2,500.00 Plain Rice, Pork Liempo,relyenong Bangus,ensaladang Sayote Tops, Mixed Fruits.soup, Coke(packed) Place Of Delivery: Css Deans Office Time Of Delivery: 11:30am D. Office Of Anti-sexual Harrassment 12 Am Snacks (bread+overflowing Coffee) For The Gender Sensitivity And Anti-sexual Harassment Orientation For The Month Of March 2025, Good For 70 Persons @ Php 150.00 Each Lot 1 ₱ 10,500.00 ₱ 10,500.00 13 Meals (1 Cup Rice+2 Types Of Viand: Choice Of Pork/ Beef/ Chicken/ Fish/ Vegies+ Drinks:choice Of Coke/ Royal/ Sprite/ Juice) For, The Ash Council Meeting/ Hearing Meetings For The Period March - May 2025; Good For 13 Person Per Meeting Lot 1 ₱ 6,500.00 ₱ 6,500.00 E. Denr Project 14 Meals For The Writeshop Core Group For Terminal Report Related To The Denr Project On March 22, 2025 (8:00 Am To 8:00 Pm) Lot 1 ₱ 9,750.00 ₱ 9,750.00 Menu: Am Snacks-php 125x 13 Pax Creamy Carbonara Pasta With 1 Or 2 Pcs Of Toasted Bread And Fruit Juice Lunch -php 250x 13 Pax 1 Rice, 1 Stir Fried Vegetable, 1 Chicken Or Pork, 1 Fish Serving And Fruit Juice Pm Snack -php 125x 13 Pax Tuna Sandwhich With Fries With Fruit Juice Dinner -php 250x 13 Pax 1 Rice, 1 Chopseuy, 1 Chicken Or Pork, 1 Fish Serving And Bottled Water Place To Deliver: Up Baguio, College Of Science, Biology Department Appropriate Utensils Should Be Included F. Office Of The Director For Student Affairs 15 Meals For Odsa Quarterly Meeting Lunch ( Dinengdeng, Pork Asado, Rice, Fruits And Drinks) Snack Am (pasta, Juice And Shanghai) Snack Pm (burger With Cheese And Soda), Good For 16 Persons For The Month Of March 2025 Lot 1 ₱ 8,000.00 ₱ 8,000.00 16 Meals For Odsa Quarterly Meeting Lunch ( Pakbet, Chicken Adobo, Rice, Fruits And Drinks) Snack Am (biko, Juice And Shanghai) Snack Pm (burger With Cheese And Soda) Good For 16 Persons For The Month Of June 2025 Lot 1 ₱ 8,000.00 ₱ 8,000.00 General Requirements For Catering Services For Each Activity Stated Above Additional Conditions Unless Stipulated In The Line Item, Delivery Of Snacks Not Later Than 9:30 Am (for Am Snacks) And/ Or 2:30 Pm (for Pm Snacks) And Meals Not Later Than 11:30 Am Supplier Will Be Informed On The Following 2-3 Days Before The Scheduled Event: - Room/ Hall Where Will The Food Be Delivered - Date Of Delivery - Guaranteed Number Of Person Per Activity - In Case Of Unforeseen Circumstances, Availability To Reschedule With No Added Cost. Mode Of Payment Bid Price Inclusive Of All Taxes And Charges No Downpayment Will Be Made Purchase Order Will Be Made Monthly & Billed Monthly Payment Will Be Based On The Actual Number Of Persons On The Specific Activity Contract Award: Per Lot Delivery Period: February - September 2025 A Recently Expired Mayor’s/business Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit. However, A Copy Of Your Mayor's Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. *indicating A Price/amount Under "quoted Unit Price" Shall Mean Complying With The Technical Specification Of The Item Without Checking The Compliance Column Otherwise Provide A Counter-offer **warranty Included ꙳꙳꙳ Nothing Follows ꙳꙳꙳ Total: ₱ 240,975.00 Total Quoted Amount In Words: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Items At Prices Noted Above. Name Of The Company: Tel. No. : Address: Fax No. : Name Of Representative: Email Address: Position: Signature: Date:
Closing Date4 Mar 2025
Tender AmountPHP 240.9 K (USD 4.1 K)
7451-7460 of 7521 archived Tenders