Wood Tenders

Wood Tenders

Department Of Agriculture Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Various Common-used Office Supplies 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Six Million Two Hundred Ninety-four Thousand One Hundred Twenty-two Pesos And Fifty Centavos (php6,294,122.50) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Various Common-used Office Supplies With Project Identification Number Da-rfo 1-2025-goods-033. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Item No. Specifications Qty. Unit Unit Cost Total Cost 1 Automatic Voltage Regulator (avr), 3000w 4 Unit 5,500.00 22,000.00 2 Battery Charger For Aa & Aaa, With Aa Rechargeable Battery 54 Pc 1,700.00 91,800.00 3 Battery, Aa, Alkaline, 4pcs/pack 132 Pack 90.00 11,880.00 4 Battery, Aa, Rechargeable 2pcs/pack (2450 Mah) 63 Pack 700.00 44,100.00 5 Battery, Aaa, Alkaline 4pcs/pack 141 Pack 120.00 16,920.00 6 Battery, Aaa, Rechargeable 2pcs/pack (800 Mah) 9 Pack 500.00 4,500.00 7 Cfl Bulb 18 Watts 59 Pc 200.00 11,800.00 8 Extension Outlet 4 Gang W/ Switch (1.5m) 18 Unit 950.00 17,100.00 9 Flashlight, Rechargeable 5 Pc 400.00 2,000.00 10 Laser Pointer Presenter 7 Pc 800.00 5,600.00 11 Led, Lightbulb (daylight 9 Watt) 70 Pc 200.00 14,000.00 12 Tape, Electrical, 19mm X 16mm 32 Pc 60.00 1,920.00 13 Universal Extension Wheel (10m) 12 Unit 2,200.00 26,400.00 14 Universal Outlet Extension Cord, 6 Gang W/ Switch, 2-3 Meters Cord Length 17 Unit 1,200.00 20,400.00 15 Alcohol (500ml, Isoprophyl 70%) 343 Bot 110.00 37,730.00 16 Alcohol (gal, Isoprophyl 70%) 46 Gal 600.00 27,600.00 17 Ballpen, 0.5mm, Fine Black 4193 Pc 10.00 41,930.00 18 Ballpen, 0.5mm, Fine Blue 2616 Pc 10.00 26,160.00 19 Ballpen, 0.5mm, Fine Red 139 Pc 10.00 1,390.00 20 Ballpen, 0.7mm, Fine, Black 1188 Pc 12.00 14,256.00 21 Ballpen, 0.7mm, Fine, Blue 1142 Pc 12.00 13,704.00 22 Ballpen, 0.7mm, Fine, Red 50 Pc 12.00 600.00 23 Ballpen, Bp-s Fine, Black 679 Pc 25.00 16,975.00 24 Ballpen, Bp-s Fine, Blue 406 Pc 25.00 10,150.00 25 Ballpen, Bp-s Fine, Red 174 Pc 25.00 4,350.00 26 Bank Envelope (11 X 7 Inch) 75 Pc 3.50 262.50 27 Bond Paper, (11"x17") Tabloid Size, Subs 24 / 80 Gsm 20 Ream 550.00 11,000.00 28 Bond Paper, (8.5x11) Letter, Subs 20 / 70 Gsm 78 Ream 280.00 21,840.00 29 Bond Paper, (8.5x11) Letter, Subs 24 / 80 Gsm 49 Ream 320.00 15,680.00 30 Bond Paper, (8.5x13) Legal, Subs 20 / 70 Gsm 686 Ream 300.00 205,800.00 31 Bond Paper, (8.5x13) Legal, Subs 24 / 80 Gsm 490 Ream 350.00 171,500.00 32 Bond Paper, A3, Subs. 20 / 70 Gsm 50 Ream 465.00 23,250.00 33 Bond Paper, A3, Subs. 24 / 80 Gsm 20 Ream 530.00 10,600.00 34 Bond Paper, A4, Subs 20 / 70 Gsm 904 Ream 290.00 262,160.00 35 Bond Paper, A4, Subs 24 / 80 Gsm 558 Ream 330.00 184,140.00 36 Book Ends, Metal 5 Pair 200.00 1,000.00 37 Carbon Paper, Long 2 Pack 195.00 390.00 38 Cartolina, White, 20pcs/pack 15 Pack 90.00 1,350.00 39 Certificate Holder, A4 Size W/ Plastic Cover 623 Pc 50.00 31,150.00 40 Clear Folder, Morocco Long, Blue 30 Book 22.00 660.00 41 Clear Folder, Morocco Short, Blue 10 Book 20.00 200.00 42 Clearbook Refil, 20 Holes, 10pcs/pack 10 Pack 50.00 500.00 43 Clip Board, Data Board. 8.5"x11" 22 Pc 90.00 1,980.00 44 Clip Board, Data Board. 8.5"x13" 148 Pc 100.00 14,800.00 45 Clip, Bulldog 2" 344 Pc 8.00 2,752.00 46 Clip, Bulldog 3'' 324 Pc 15.00 4,860.00 47 Colored Paper 8 1/2 X 11" 10's/pack 22 Pack 30.00 660.00 48 Colored Paper, A4, Light Blue 37 Ream 200.00 7,400.00 49 Columnar Notebook, 10 Cols 10 Pad 35.00 350.00 50 Columnar Notebook, 12 Cols 18 Pad 35.00 630.00 51 Construction Paper (assorted) 10 Sheets Per Pack 40 Pack 30.00 1,200.00 52 Corkboard, 2x3 Ft 2 Pc 900.00 1,800.00 53 Corkboard, 3ft X 4 Ft 1 Pc 2,000.00 2,000.00 54 Correction Pen 70 Pc 20.00 1,400.00 55 Correction Tape 5mm X 8m 562 Pc 30.00 16,860.00 56 Cotton (500 Grams) 1 Roll 150.00 150.00 57 Crayons, 8 Colors 12 Pack 20.00 240.00 58 Cutter Blade, Big 12 Box 30.00 360.00 59 Cutter, Heavy Duty 46 Pc 100.00 4,600.00 60 Dating And Stamping Machine, Self Inking (dated 2024 And Up) 42 Pc 500.00 21,000.00 61 Envelope, Ordinary, Long Brown 1525 Pc 4.00 6,100.00 62 Envelope, Ordinary, Short Brown 243 Pc 3.00 729.00 63 Eraser (for Pencil) 161 Pc 15.00 2,415.00 64 Expanding Envelope, Kraft, Legal Size 335 Pc 15.00 5,025.00 65 Expanding Envelope, Hard Plastic With Garter (pvc Type), Legal Size 76 Pc 90.00 6,840.00 66 Expanding Envelope, Plastic Long (thick) 230 Pc 35.00 8,050.00 67 Expanding Envelope, Plastic Long With Handle 355 Pc 90.00 31,950.00 68 File Box W/ Cover (blue) 233 Pc 410.00 95,530.00 69 File Box W/ Cover (red) 136 Pc 410.00 55,760.00 70 File Rack, 3 Layers, Heavy Duty 24 Pc 500.00 12,000.00 71 Film Index (with Sign Here Note) 219 Pack 55.00 12,045.00 72 Film Index Rainbow Color 158 Pack 45.00 7,110.00 73 Folder Expanding, Legal Size (green, Glossy) 1574 Pc 18.00 28,332.00 74 Folder Expanding, Short (green, Glossy) 50 Pc 15.00 750.00 75 Folder Long Ordinary, Kraft, Thick 1196 Pc 6.00 7,176.00 76 Folder Long Ordinary, White, Thick 3869 Pc 6.00 23,214.00 77 Folder Plastic Clear W/ Slide (a4) (thick Plastic) 66 Pc 35.00 2,310.00 78 Folder Plastic Clear W/ Slide (legal) (thick Plastic) 178 Pc 40.00 7,120.00 79 Folder, Morocco, Legal (blue) Not Glossy 140 Pc 25.00 3,500.00 80 Folder, Morocco, Legal (green) Not Glossy 92 Pc 25.00 2,300.00 81 Folder, Morocco, Short (blue) Not Glossy 107 Pc 18.00 1,926.00 82 Folder, Morocco, Short (green) Not Glossy 35 Pc 18.00 630.00 83 Glue Gun Heavy Duty Big 8 Pc 360.00 2,880.00 84 Glue Stick, Big 102 Pc 12.00 1,224.00 85 Glue, Multi-purpose 240 Grams 12 Bot 150.00 1,800.00 86 Highlighter, Blue 55 Pc 40.00 2,200.00 87 Highlighter, Green 95 Pc 40.00 3,800.00 88 Highlighter, Orange 83 Pc 40.00 3,320.00 89 Highlighter, Pink 78 Pc 40.00 3,120.00 90 Highlighter, Yellow 91 Pc 40.00 3,640.00 91 I.d. Holder W/ Lace 4"x6" 100 Pc 45.00 4,500.00 92 Illustration Board, 1 Whole 15 Pc 70.00 1,050.00 93 Index Card (3"x5") 50s/pack 24 Pack 45.00 1,080.00 94 Laminating Film A4 Size 100pcs/pack 250 Mic 34 Pack 1,200.00 40,800.00 95 Lead, For Mechanical Pencil 0.5mm 12pc/tube 2 Tube 30.00 60.00 96 Lever Arch File, Blue, File Top, Size: Approx. (11 X 13.5 X 2.5 Inches) 20 Pc 195.00 3,900.00 97 Lever Arch File, Blue, Landscape, Size: Approx. (11 X 13.5 X 2.5 Inches) 40 Pc 195.00 7,800.00 98 Lever Arch File, Blue, Size: Approx. (15.5 X 9.5 X 3 Inches) 45 Pc 195.00 8,775.00 99 Magazine File Box (5"x9"x15-3/4") 60 Pc 110.00 6,600.00 100 Mailing Envelope, White, 500pcs/box 18 B0x 290.00 5,220.00 101 Manila Paper 1 Whole 276 Sheet 5.00 1,380.00 102 Marker Permanent Ink Refill 30ml, Black (pilot) 36 Bot 110.00 3,960.00 103 Marker Permanent Ink Refill 30ml, Blue (pilot) 32 Bot 110.00 3,520.00 104 Notebook (80 Leaves) 1040 Pc 45.00 46,800.00 105 Official Record Book (300 Pages) Aprox. Size: (8.5 X 11) 73 Book 250.00 18,250.00 106 Official Record Book (500 Pages) Aprox. Size: (8.5 X 11) 100 Book 280.00 28,000.00 107 Paper Cutter With Board, Wood Base, 12x15 3 Unit 1,200.00 3,600.00 108 Paper Cutter,steel Base W/ Ruler & Presser 15'x12' 1 Unit 2,000.00 2,000.00 109 Paper Fastener (plastic) 100 Box 40.00 4,000.00 110 Paper Fastener, (metal) 207 Box 70.00 14,490.00 111 Paper, Ruled Pad, 90 Leaves (yellow Pad) 35 Pad 45.00 1,575.00 112 Parchment Paper, Long, 10sheets/pack (cream) 48 Pack 35.00 1,680.00 113 Parchment Paper, Short, 10sheets/pack (cream) 58 Pack 30.00 1,740.00 114 Paste With Applicator, 200 Grams 4 Jar 80.00 320.00 115 Pencil With Eraser No.2 (12pcs/box) 212 Box 72.00 15,264.00 116 Pencil, Mechanical, 0.5mm Lead 56 Pc 47.75 2,674.00 117 Permanent Marker (black) (bullet Type) (super Color Marker) 225 Pc 45.00 10,125.00 118 Permanent Marker (black) (chisel Type) (super Color Marker) 174 Pc 55.00 9,570.00 119 Permanent Marker (blue) (bullet Type) (super Color Marker) 195 Pc 45.00 8,775.00 120 Permanent Marker (blue) (chisel Type) (super Color Marker) 117 Pc 55.00 6,435.00 121 Permanent Marker (red) (bullet Type) (super Color Marker) 57 Pc 45.00 2,565.00 122 Permanent Marker (red) (chisel Type) (super Color Marker) 70 Pc 55.00 3,850.00 123 Philippine National Flag, Size: 90cm X 150cm 12 Pc 102.00 1,224.00 124 Photo Paper, Glossy, A4, 20pcs/pack 67 Pack 150.00 10,050.00 125 Plastic Twine, One Kilo Per Roll 18 Roll 80.00 1,440.00 126 Puncher, Heavy Duty, 2 Holes 12 Unit 200.00 2,400.00 127 Push Pin, Hammer Head Type, Assorted Colors, 100s/box 13 Box 50.00 650.00 128 Ring Binder, 1" 5 Pc 45.00 225.00 129 Ring Binder, 1/2 " 5 Pc 20.00 100.00 130 Rotary Pencil Sharpener 2 Pc 300.00 600.00 131 Rubber Band, Large Size 15 Box 150.00 2,250.00 132 Ruler Metal 12 Inch 9 Pc 50.00 450.00 133 Ruler Plastic 12 Inch 5 Pc 20.00 100.00 134 Scissors Heavy Duty Big 8" (stainless) 63 Pair 120.00 7,560.00 135 Screw Fastener 3" 438 Pc 10.00 4,380.00 136 Screw Fastener 4" 357 Pc 12.00 4,284.00 137 Sign Pen V5, Black 415 Pc 55.00 22,825.00 138 Sign Pen V5, Blue 387 Pc 55.00 21,285.00 139 Sign Pen V5, Green 55 Pc 55.00 3,025.00 140 Sign Pen, 1.0mm, Black 177 Pc 75.00 13,275.00 141 Sign Pen, 1.0mm, Blue 146 Pc 75.00 10,950.00 142 Sign Pen, Black Pentel Gel Type 0.5 539 Pc 95.00 51,205.00 143 Sign Pen, Blue Pentel Gel Type 0.5 400 Pc 95.00 38,000.00 144 Specialty Board, Cream, 8.5x11, 10pcs/pack (b-board) 673 Pack 35.00 23,555.00 145 Specialty Board, Cream, 8.5x13, 10pcs/pack (b-board) 648 Pack 40.00 25,920.00 146 Specialty Board, White, 8.5x11, 10pcs/pack (b-board) 225 Pack 35.00 7,875.00 147 Specialty Board, White, 8.5x13, 10pcs/pack (b-board) 408 Pack 40.00 16,320.00 148 Stamp Pad Ink Black 50ml 13 Pc 45.00 585.00 149 Stamp Pad Ink Red 50ml 4 Pc 45.00 180.00 150 Stamp Pad Ink Violet 50ml 23 Pc 45.00 1,035.00 151 Stamp Pad Standard Size Black 7 Pc 40.00 280.00 152 Stamp Pad Standard Size Violet 4 Pc 40.00 160.00 153 Staple Wire #35 297 Box 40.00 11,880.00 154 Stapler, #35 Heavy Duty With Staple Remover 57 Unit 400.00 22,800.00 155 Stapler, Long Reach Heavy Duty 3 Unit 500.00 1,500.00 156 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack) A4size 75 Pack 95.00 7,125.00 157 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack), Long 123 Pack 100.00 12,300.00 158 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack), Short 55 Pack 90.00 4,950.00 159 Sticky Notes (2"x1.5") 100 Sheets/pad 126 Pad 25.00 3,150.00 160 Sticky Notes (2"x2"), 100 Sheets/pad 141 Pad 30.00 4,230.00 161 Sticky Notes (3"x2"), 100 Sheets/pad 127 Pad 40.00 5,080.00 162 Sticky Notes (3"x3"), 100 Sheets/pad 222 Pad 40.00 8,880.00 163 Sticky Notes (3"x4), 100 Sheets/pad 158 Pad 50.00 7,900.00 164 Sticky Notes (3"x5"), 100 Sheets/pad 215 Pad 50.00 10,750.00 165 Super Glue / Shoe Glue 3 Grams 6 Pc 50.00 300.00 166 Super Permanent Marker, Fine Black (industrial) (sharpie) 35 Pc 90.00 3,150.00 167 Tape Dispenser, Heavy Duty (1") 9 Pc 150.00 1,350.00 168 Tape Double Sided Thin 24mm White 95 Pc 40.00 3,800.00 169 Tape Double Sided Adhesive W/ Foam Green, 2" 94 Roll 230.00 21,620.00 170 Tape Double Sided Adhesive W/ Foam Green, 1" 84 Roll 150.00 12,600.00 171 Tape Duct, Color Blue 2" 62 Roll 110.00 6,820.00 172 Tape Duct, Color Grey 2" 78 Roll 110.00 8,580.00 173 Tape, Masking, 1/2" 47 Roll 21.00 987.00 174 Tape, Masking, 24mm, 1", 100m 95 Roll 35.00 3,325.00 175 Tape, Masking, 48mm, 2", 100m 301 Roll 70.00 21,070.00 176 Tape, Packaging, 48mm, 2", 100m 88 Roll 55.00 4,840.00 177 Tape, Transparent, 24mm, 1", 100m 170 Roll 30.00 5,100.00 178 Tape, Transparent, 48mm, 2", 100m 126 Roll 52.00 6,552.00 179 Tracing Paper, Per Cut, 20x30, 8085 Thick 2 Pc 20.00 40.00 180 Whiteboard, 3ft X 4ft 7 Pc 2,000.00 14,000.00 181 Whiteboard, 5ft X 3ft 6 Pc 2,800.00 16,800.00 182 Air Freshener, 280ml (lemon Fresh) 163 Can 240.00 39,120.00 183 Air Freshener, Scented Gel, 180 Grams 98 Pc 220.00 21,560.00 184 Bathroom Cleaner (approx. 900ml) 29 Bot 300.00 8,700.00 185 Bathroom Soap, 90 Grams 16 Pc 50.00 800.00 186 Bleach Colored 1 Ltr 62 Bot 130.00 8,060.00 187 Bleach White 1 Ltr 63 Bot 100.00 6,300.00 188 Broom, Ceiling, Bamboo 23 Pc 170.00 3,910.00 189 Broom, Soft 5 Pc 170.00 850.00 190 Broom, Stick 14 Pc 40.00 560.00 191 Car Freshener 42 Grams, Organic Canister, Assorted Scent 63 Can 240.00 15,120.00 192 Detergent Bar, Long 12 Bar 80.00 960.00 193 Detergent Powder, W/ Fabric Conditioner 1kg 43 Pack 150.00 6,450.00 194 Dishwashing Liquid (250ml) 402 Bot 70.00 28,140.00 195 Disinfectant Spray, 170g 89 Can 280.00 24,920.00 196 Door Mat, Cloth Rectangle 105 Pc 60.00 6,300.00 197 Dust Pan, Plastic Big 2 Pc 80.00 160.00 198 Fabric Conditioner 800 Ml 14 Bot 250.00 3,500.00 199 Face Towel (cotton), Good Morning 159 Pc 30.00 4,770.00 200 Floor Mop With Bucket (360degrees Rotating Micro Fiber Head) 3 Set 1,500.00 4,500.00 201 Furniture Cleaner, 300ml 32 Can 300.00 9,600.00 202 Garbage Bag, Black, Gusseted Type Thick Plastic, 10's/roll, (small) 55 Roll 70.00 3,850.00 203 Garbage Bag, Black, Thick Plastic, 10's/pack, (large), Heavy Duty 145 Pack 100.00 14,500.00 204 Garbage Bag, Black, Thick Plastic, 10's/pack, (xl) Heavy Duty 37 Pack 130.00 4,810.00 205 Garbage Bag, Black, Thick Plastic, 10's/pack, (xxl) Heavy Duty 239 Pack 150.00 35,850.00 206 Garbage Bag, Black, Thick Platic, 10's/pack, (medium), Heavy Duty 168 Pack 80.00 13,440.00 207 Glass Cleaner, Big Sprayer Type 7 Bot 197.00 1,379.00 208 Glass Squeezer W/ Handle 1 Pc 125.00 125.00 209 Hand Sanitizing Gel, 60ml 15 Bot 60.00 900.00 210 Insecticide Spray (aerosol) 400ml 73 Can 350.00 25,550.00 211 Laundry Brush 4 Pc 30.00 120.00 212 Laundry Gloves (medium) 1 Pc 200.00 200.00 213 Liquid Handwash (antibacterial) 400ml 123 Bot 140.00 17,220.00 214 Microfiber, Cleaning Cloth 35cm X 35cm 47 Pc 60.00 2,820.00 215 Mop W/ Squeezer (squeez Mop) 26 Pc 350.00 9,100.00 216 Pail W/ Cover (16l) 18 Pc 200.00 3,600.00 217 Paper Towel, Interfold 144 Pack 120.00 17,280.00 218 Push Brush (floor Brush) 20 Pc 130.00 2,600.00 219 Scrub Sponge, Heavy Duty 116 Pc 60.00 6,960.00 220 Scrubbing Pads, Heavy Duty 25 Pc 40.00 1,000.00 221 Table Napkin, Pre Folded 13 Pack 100.00 1,300.00 222 Tissue Paper, 2-ply, 12 Rolls/pack 422 Pack 180.00 75,960.00 223 Tissue Paper, 3-ply, @ 4rolls/pack 213 Pack 160.00 34,080.00 224 Toilet Bowl Brush W/ Box 57 Pc 92.00 5,244.00 225 Toilet Bowl Pump 2 Pc 60.00 120.00 226 Toilet Deodorant Cake, 50 Grams 108 Pc 50.00 5,400.00 227 Trash Bin, Plastic W/ Cover, 11l Capacity 6 Pc 150.00 900.00 228 Trash Bin, Plastic W/ Cover, 25l Capacity 1 Pc 250.00 250.00 229 White Facial Tissue (200mmx200mm)2ply 210 Box 110.00 23,100.00 230 Cd Rewritable, 700mb 80min. W/ Case 603 Pc 50.00 30,150.00 231 Dvd-rewritable W/ Case 6 Pc 90.00 540.00 232 External Hard Drive (1 Tb) Usb 3.0 27 Unit 4,700.00 126,900.00 233 External Hard Drive, Ssd (1 Tb) Usb 3.0/type C 15 Unit 6,000.00 90,000.00 234 Flash Drive , Usb 16gb, Plug In Play 3 Pc 490.00 1,470.00 235 Flash Drive, 32gb Ultra Usb Driver (otg); Micro-usb & Usb Connectors 42 Pc 1,300.00 54,600.00 236 Flash Drive, Usb 32 Gb 31 Pc 1,000.00 31,000.00 237 Flash Drive, Usb 64 Gb 119 Pc 1,500.00 178,500.00 238 Hdmi Cable, 10m 5 Pc 600.00 3,000.00 239 Hdmi Cable, 5m 3 Pc 300.00 900.00 240 Keyboard, Usb Type 36 Pc 450.00 16,200.00 241 Keyboard, Wireless 5 Pc 600.00 3,000.00 242 Microsd Memory Card, 32gb 1 Pc 1,000.00 1,000.00 243 Microsd Memory Card, 64gb 2 Pc 1,800.00 3,600.00 244 Mouse Optical, (usb) 15 Pc 300.00 4,500.00 245 Mouse For Laptop, Optical 50 Pc 440.00 22,000.00 246 Mouse Optical, Wireless 21 Pc 630.00 13,230.00 247 Mouse Pad 119 Pc 30.00 3,570.00 248 Powerbank 10000mah 5 Pc 1,500.00 7,500.00 249 Powerbank 20000mah 50 Pc 2,500.00 125,000.00 250 Uninterruptible Power Supply (ups), 500va - 600va 12 Pc 4,500.00 54,000.00 251 Usb Hub, 3.0, 4 Port 5 Pc 500.00 2,500.00 252 Usb Lan Wireless Adapter 8 Unit 1,000.00 8,000.00 253 Wireless Usb Presenter 2 Unit 2,200.00 4,400.00 254 Ink Brother, Bt5000m, Magenta 36 Bottle 490.00 17,640.00 255 Ink Brother, Bt5000m, Yellow 36 Bottle 490.00 17,640.00 256 Ink Brother, Bt5000m, Cyan 41 Bottle 490.00 20,090.00 257 Ink Brother, Bt6000m, Black 30 Bottle 490.00 14,700.00 258 Ink Cartridge, Canon Cl-36, Colored (for Canon Mobile Printer) 13 Cart 1,600.00 20,800.00 259 Ink Cartridge, Canon Cl-811 Colored 3 Cart 2,000.00 6,000.00 260 Ink Cartridge, Canon Pg-35, Black (for Canon Mobile Printer) 10 Cart 1,100.00 11,000.00 261 Ink Cartridge, Canon Pg-810 (canon) 3 Cart 1,900.00 5,700.00 262 Ink Cartridge, Hp62, Black (hp Office Jet 200 Mobile Printer) 5 Cart 1,500.00 7,500.00 263 Ink Cartridge, Hp62, Tricolor (hp Office Jet 200 Mobile Printer) 5 Cart 1,800.00 9,000.00 264 Ink, Hp Gt 51 Black 2 Bottle 400.00 800.00 265 Ink, Hp Gt 52 Cyan 2 Bottle 400.00 800.00 266 Ink, Hp Gt 52 Magenta 2 Bottle 400.00 800.00 267 Ink, Hp Gt 52 Yellow 2 Bottle 400.00 800.00 268 Ink Epson T6731 Black (epson) 6 Bottle 800.00 4,800.00 269 Ink Epson T6732 Cyan (epson) 6 Bottle 800.00 4,800.00 270 Ink Epson T6733 Magenta (epson) 6 Bottle 800.00 4,800.00 271 Ink Epson T6734 Yellow (epson) 6 Bottle 800.00 4,800.00 272 Ink Epson T6735, Light Cyan (epson) 3 Bottle 800.00 2,400.00 273 Ink Epson T6736, Light Magenta (epson) 3 Bottle 800.00 2,400.00 274 Ink Epson, T6641, Black 70ml 22 Bottle 450.00 9,900.00 275 Ink Epson, T6642, Cyan 70ml 9 Bottle 450.00 4,050.00 276 Ink Epson, T6643, Magenta 70ml 13 Bottle 450.00 5,850.00 277 Ink Epson, T6644, Yellow 70ml 14 Bottle 450.00 6,300.00 278 Ink Epson, 001, Black 179 Bottle 700.00 125,300.00 279 Ink Epson, 001, Cyan 138 Bottle 600.00 82,800.00 280 Ink Epson, 001, Magenta 138 Bottle 600.00 82,800.00 281 Ink Epson, 001, Yellow 137 Bottle 600.00 82,200.00 282 Ink Epson, 003, Black 679 Bottle 500.00 339,500.00 283 Ink Epson, 003, Cyan 465 Bottle 500.00 232500 284 Ink Epson, 003, Magenta 483 Bottle 500.00 241,500.00 285 Ink Epson, 003, Yellow 451 Bottle 500.00 225500 286 Ink Epson, 008, Black 37 Bottle 1,200.00 44,400.00 287 Ink Epson, 008, Cyan 28 Bottle 900.00 25,200.00 288 Ink Epson, 008, Magenta 29 Bottle 900.00 26,100.00 289 Ink Epson, 008, Yellow 29 Bottle 900.00 26,100.00 290 Toner Cartridge, Fuji Xerox S1810/s2010/s2220/s2420 (ct201911) 3 Cart 5,400.00 16,200.00 291 Toner Cartridge, Fuji Xerox S2011/s2320/s2520 (ct202384) 1 Cart 5,400.00 5,400.00 292 Toner Cartridge, Hp Laserjet P1102, Ce285a (85a) 25 Cart 5,000.00 125,000.00 293 Toner Cartridge, Kyocera (tk 1175) Monochrome 4 Cart 9,500.00 38,000.00 294 Toner Cartridge, Sharp Ar-6026n (mx-238ft) 5 Cart 9,500.00 47,500.00 295 Toner Cartridge, Lexmark (mx321) 2 Cart 10,000.00 20,000.00 296 Hp Color Laserjet Toner 206a, Black 7 Cart 9,500.00 66,500.00 297 Hp Color Laserjet Toner 206a, Cyan 1 Cart 9,500.00 9,500.00 298 Hp Color Laserjet Toner 206a, Magenta 1 Cart 9,500.00 9,500.00 299 Hp Color Laserjet Toner 206a, Yellow 1 Cart 9,500.00 9,500.00 300 Ink Brother Btd60bk 8 Bottle 510.00 4,080.00 301 Certificate Holder, Legal Size W/ Plastic Cover 400 Pc 60.00 24,000.00 302 Specialty Board, Cream, A4 8.2x11.7, 10pcs/pack (b-board) 300 Pack 30.00 9,000.00 303 Specialty Board, White, A4 8.2x11.7, 10pcs/pack (b-board) 105 Pack 30.00 3,150.00 304 Ink Cartridge, Hp 682, Black 3 Cart 550.00 1,650.00 305 Ink Cartridge, Hp 682, Tri-color 3 Cart 550.00 1,650.00 306 Index Card (5"x8") 50s/pack 3 Pack 65.00 195.00 307 Screw Fastener 1" 200 Pc 7.00 1,400.00 308 Screw Fastener 2" 198 Pc 8.00 1,584.00 309 Plastic Fastener (5 Pcs/pack) Double Lock 220 Pack 25.00 5,500.00 310 Notebook, A6 Size, 200 Pages 115 Pc 60.00 6,900.00 311 Notebook, A7 Size, 200 Pages 100 Pc 50.00 5,000.00 312 Usb 3.1 Otg Flashdrive, Type C, 128 Gb 51 Pc 3,000.00 153,000.00 313 Notebook, A5 Size, Soft Leather Cover, 200 Sheets 80 Pc 200.00 16,000.00 314 Gel Ink Sign Pen, 0.4 100 Pc 90.00 9,000.00 315 Gel Ink Sign Pen, 0.3 100 Pc 90.00 9,000.00 316 Toner Cartridge, Fujifilm Apeos 2150 Nda 5 Cart 3,500.00 17,500.00 317 Whiteboard 2ft X 2 Ft 2 Piece 2,000.00 4,000.00 318 Clamp - Stapler Remover 5 Pcs 30.00 150.00 319 Portable Bluetooth/wireless Speaker With Trolley (free Microphone) 1 Unit 6,695.00 6,695.00 320 Dishwashing Liquid Diy Kit, Lemon Scent (for 15-16 Liters Output) 25 Set 400.00 10,000.00 321 Fabric Conditioner Diy Kit, Sunrise Fresh Scent (for 20 Liters Output) 25 Set 450.00 11,250.00 322 Liquid Handsoap Diy Kit, Antibac Scent (for 15-16 Liters Output) 25 Set 400.00 10,000.00 323 Sack For 50kls Capacity (size: 64cm X 104cm) 76 Pc 15.00 1,140.00 324 Printer Ribbon, Epson Lq 310 2 Cart 250.00 500.00 325 Stackable Storage Box With Cover And Wheels (155l) 3 Pcs 1,100.00 3,300.00 Total 6,294,122.50 Delivery Schedule: Delivery Schedule: Sixty (60) Working Days From Receipt Of Ntp Drop-off Point: Da-rfo 1, City Of San Fernando, La Union Delivery Of The Goods Is Required Within Sixty (60) Working Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 7-27, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 14 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 27 January 2025, 3:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 27 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 6, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-033
Closing Date27 Jan 2025
Tender AmountPHP 6.2 Million (USD 107.3 K)

Caraga Regional Hospital Tender

Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-02-26 (03) Supply And Delivery Of Various Medical Supplies For Surgery Use Under Single-year Framework Agreement Approved Budget For The Contract: Php 4,728,750.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Four Million Seven Hundred Twenty Eight Thousand Seven Hundred Fifty Pesos Only ( Php 4,728,750.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Medical Supplies For Surgery Use Under Single-year Framework Agreement (early Procurement Activity). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Partial Bid Or Line Item Bid. Line Item No. Description Qty Unit Of Measure Unit Cost Total Cost 1 Cautery Pencil Disposable/pc With Color Code Switch 1,800 Pcs 150.00 270,000.00 2 Water Proof Transparent Dressing With Absorbent Pad Post Operative, With A High Moisture Vapor Transmission Rate Film, 20cm X10 Cm 100 Pcs 300.00 30,000.00 3 Skin Stapler With Skin Remover (sterile) 800 Pcs 400.00 320,000.00 4 Surgical Scrub Brush With 4%chlorhexidine Solution Per Piece 2,200 Pcs 120.00 264,000.00 5 T-tube, Surgical Drain, Sterile Latex Fr14, 10's/box, Sterile With Ethylene Oxide;individually Blister Packed;smooth And Strong Wall 15 Box 2,750.00 41,250.00 6 T-tube, Surgical Drain, Sterile Latex Fr16, 10's/box Sterile With Ethylene Oxide;individually Blister Packed;smooth And Strong Wall 10 Pcs 2,750.00 27,500.00 7 Transparent Surgical Incise Drape 10.2 Cm X 25.4 Cm 100 Pcs 250.00 25,000.00 8 Transparent Surgical Incise Drape 28 Cm X 45 Cm 100 Pcs 250.00 25,000.00 9 Transparent Surgical Incise Drape 40cm X 42 Cm 100 Pcs 250 25,000.00 10 Water Proof Transparent Dressing With Absorbent Pad Post Operative 15.5cm X8.5 Cm, Sterile 26 Pcs 300 7,800.00 11 Water Proof Transparent Dressing With Absorbent Pad Post Operative 20cm X 10 Cm, Sterile 55 Pcs 300 16,500.00 12 Water Proof Transparent Dressing With Absorbent Pad Post Operative 25cm X 10 Cm, Sterile 150 Pcs 300 45,000.00 13 Water Proof Transparent Dressing With Absorbent Pad Post Operative 45cm X 28cm, Sterile 50 Pcs 300 15,000.00 14 Absorbable Hemostat (oxidized Regenerated Cellulose) 3 Inches X 4 Inches, Box Of 12 1 Doz 55,000.00 55,000.00 15 Water Sealed Drainage, 1600ml - 2000ml, Sterile With Connecting Tube 190 Bottle 1,400.00 266,000.00 16 Electrosurgical Grounding Pad Adult Made Of Polyhesive 2.3 To 2.8metre Cable, Disposable 80 Pcs 480 38,400.00 17 Electrosurgical Grounding Pad Pedia Made Of Polyhesive 2.3 To 2.8metre Cable, Disposable 10 Pcs 480 4,800.00 18 Wound Drainage Jp 200ml - 250ml 200 Pcs 1,600.00 320,000.00 19 Abdominal Binder, 10-15 Inches Width, Assorted Length, 5 Medium, 10 Large, 15 Extra Large 30 Pcs 300 9,000.00 20 Bag, Colostomy W/ 56-57mm Base Plate Hydrocolloid Adhesive Skin Protector & Locking System, Leak Proof, With Closed Drainable Integrated Laminar Filter Bag, Sterile; Visually Transparent Bag 132 Pcs 288 38,016.00 21 Lapsponge Surgical 12 X 12x12 Ply, 28x24 Mesh Latex Free ,pre Washed And De-linted For Problem Free Use, X Ray Detectable Absorbent 100% Cotton ;1 Pc/pack 2,000 Pcs 150 300,000.00 22 Lapsponge Surgical 8 X 36''x12plyx24 Mesh Latex Free ,pre Washed And De-linted For Problem Free Use, X Ray Detectable Absorbent 100% Cotton; 1 Pc /pack 500 Pcs 250 125,000.00 23 T-tube, Surgical Drain, Sterile Latex Fr18, 10's/box;sterile With Ethylene Oxide;individually Blister Packed;smooth And Strong Wall 20 Box 2,750.00 55,000.00 24 Surgical Blade No. 15;box Of 100 Pcs;sterilized By Gamma Radiation 2.5m Rads; Surgical Blade Stainless Steel ; Excellent Cutting Quality, Strength And Corrosion Resistant, Disposable Blades ; Individually Wrapped And Sealed In Aluminum Foil And Long Shelf-life ; With Edge’s Micron Sharpness. They Are The Finest Blades Available;excellent Quality Based On The Sample Evaluation Conducted By The End User 10 Box 500 5,000.00 25 Penrose Drain 1/2 Inch; Sterile Penrose Drain Individually Pack Per Piece ; With Lot Number, Manufacturing Date And Expiry Date Label 20 Pcs 95 1,900.00 26 Penrose Drain 1/4 Inch; Sterile Penrose Drain Individually Pack Per Piece ; With Lot Number, Manufacturing Date And Expiry Date Label 300 Pcs 95 28,500.00 27 Penrose Drain 3/4 Inch; Sterile Penrose Drain Individually Pack Per Piece ; With Lot Number, Manufacturing Date And Expiry Date Label 10 Pcs 95 950.00 28 Surgical Blade No. 12 Box Of 100 Pcs;sterilized By Gamma Radiation 2.5m Rads; Surgical Blade Stainless Steel ; Excellent Cutting Quality, Strength And Corrosion Resistant, Disposable Blades ; Individually Wrapped And Sealed In Aluminum Foil And Long Shelf-life ; With Edge’s Micron Sharpness. They Are The Finest Blades Available;excellent Quality Based On The Sample Evaluation Conducted By The End User 5 Box 500.00 2,500.00 29 Surgical Blade No.21 Box Of 100 Pcs;sterilized By Gamma Radiation 2.5m Rads; Surgical Blade Stainless Steel ; Excellent Cutting Quality, Strength And Corrosion Resistant, Disposable Blades ; Individually Wrapped And Sealed In Aluminum Foil And Long Shelf-life ; With Edge’s Micron Sharpness. They Are The Finest Blades Available;excellent Quality Based On The Sample Eval By End User;excellent Quality Based On The Sample Eval By End User 10 Box 500.00 5,000.00 30 Reinforced Adhesive Skin Closure Strips, 1/4" X 2", 10sheets/pack 200 Packs 80.00 16,000.00 31 Reinforced Adhesive Skin Closure Strips, 1/2" X 2" 200 Packs 80.00 16,000.00 32 Tourniquet Quick Slow Release ;plastic Buckle 50 Pcs 65.00 3,250.00 33 Wound Dressing Sterile Medicated Tulle-gras With White Soft Paraffin 10cm X 10cm 50 Pcs 200 10,000.00 34 Structural Aluminum Malleable Non- Toxic Medical Polymer Rolling First Aid Splint For Wrist Arm Thumb Fracture 3.33x35.4 Inch 250 Set 230 57,500.00 35 Surgical Scrub Brush Plain Sterile 1,089 Pcs 28 30,492.00 36 Cotton Gauze Impregnated With White Soft Paraffin Containing 0.5% Chlorhexidine Acetate 10cmx 10cm;10 Pcs/per Box 540 Box 350 189,000.00 37 Surgery Pack (4 Pcs Or Gown Large With Cotton Ribbings;1 Large Sheet 121"x 83 "with 16"x 16 "hole;2 Half Sheet 59"x86 "inches;5 Hand Towel 21"x 26 ";22mayo Cover Pillow Case Size;1 Leggings ,autoclavable Cloth- Does Not Shrink When Exposed To Heat;washable Reusable 100 Pcs 7,000.00 700,000.00 38 Surgical Blade No. 10 ;box Of 100 Pcs; Sterilized By Gamma Radiation 2.5m Rads; Surgical Blade Stainless Steel ; Excellent Cutting Quality, Strength And Corrosion Resistant, Disposable Blades ; Individually Wrapped And Sealed In Aluminum Foil And Long Shelf-life ; With Edge’s Micron Sharpness. They Are The Finest Blades Available ;excellent Quality Based On The Sample Evaluation Conducted By The End User 25 Box 500 12,500.00 39 Surgical Blade No. 11; Box Of 100 Pcs;sterilized By Gamma Radiation 2.5m Rads; Surgical Blade Stainless Steel ; Excellent Cutting Quality, Strength And Corrosion Resistant, Disposable Blades ; Individually Wrapped And Sealed In Aluminum Foil And Long Shelf-life ; With Edge’s Micron Sharpness. They Are The Finest Blades Available;excellent Quality Based On The Sample Evaluation Conducted By The End User 25 Box 500 12,500.00 40 Surgical Blade No.20 Box Of 100 Pcs;sterilized By Gamma Radiation 2.5m Rads; Surgical Blade Stainless Steel ; Excellent Cutting Quality, Strength And Corrosion Resistant, Disposable Blades ; Individually Wrapped And Sealed In Aluminum Foil And Long Shelf-life ; With Edge’s Micron Sharpness. They Are The Finest Blades Available;excellent Quality Based On The Sample Eval By End User;excellent Quality Based On The Sample Evaluation Conducted By The End User 25 Box 500 12,500.00 41 Surgical Blade No.22 Box Of 100 Pcs;sterilized By Gamma Radiation 2.5m Rads; Surgical Blade Stainless Steel ; Excellent Cutting Quality, Strength And Corrosion Resistant, Disposable Blades ; Individually Wrapped And Sealed In Aluminum Foil And Long Shelf-life ; With Edge’s Micron Sharpness. They Are The Finest Blades Available;excellent Quality Based On The Sample Evaluation Conducted By The End User 10 Box 500 5,000.00 42 Lapsheet For Or Use Cloth, Width 70 Inches X Length 125 Inches 150 Roll 420 63,000.00 43 Water Proof Transparent Dressing With Absorbent Pad Post Operative 10cm X10 Cm 100 Pcs 240 24,000.00 44 Water Proof Transparent Dressing With Absorbent Pad Post Operative 5cm X 5cm 100 Pcs 240 24,000.00 45 Absorbable Hemostat, Oxidized Regenerated Cellulose, Size 4inches X 4inches, 12 Pieces Per Box 1 Box 72,000.00 72,000.00 46 Bag, Colostomy W/ 32mm - 40mm Base Plate Hydrocolloid Adhesive Skin Protector & Locking System, Leak Proof, With Closed Drainable Integrated Laminar Filter Bag, Sterile; Visually Transparent Bag 70 Pcs 288 20,160.00 47 Water Proof Transparent Dressing With Absorbent Pad Post Operative 8cm X 8cm 100 Pcs 360 36,000.00 48 Transparent Dressing For I.v. 2 Inches X 2 1/4 Inches ( 1610) 100pcs Per Box;with Waterproof Film Coating;has A Stabilisation Border, Transparent Window, Pattern-coated Adhesive, Deep Notch And Tape Strip To Provide A Secure Hold, Site Visibility And Moisture Management For Central Line 1 Box 5,482.00 5,482.00 49 Trauma Pelvic Orthotic Devices,dimensions: 8.2"h X 9.1"" W X 0.8'', Weight: 12 Oz 5 Pcs 5,000.00 25,000.00 50 Tongue Depressor, Wooden, Sterile, 6", Non- Pyrogenic, Non- Toxic ,100/box 500 Box 360 180,000.00 51 Absorbable Hemostatic Gelatine Sponge Size 3 Inches X 4 Inches 110 Pcs 472 51,920.00 52 Sterile Rolled Gauze 2 X 10 Inches; Individually Pack 100 Roll 25 2,500.00 53 Sterile Rolled Gauze 4x10 Inches ; Individually Pack 100 Roll 40 4,000.00 54 Sterile Rolled Gauze 6x10 Inches; Individually Pack 300 Roll 50 15,000.00 55 Sterile Rolled Gauze 8x8 Inches; Individually Pack 50 Roll 65 3,250.00 56 Absorbable Hemostatic Gelatine Sponge Size 3 Inches X 4 Inches 110 Pcs 2,278.00 250,580.00 57 Universal Or Pack : Consist Of 1 Table Cover 140cm X 190 Cm (60x190cm); 1 Pc Mayo Stand Cover 76cm X 145cm ;4 Pcs Smms Reinforced Surgical Gown Xl Size 130cmx75cm With Adhesive; Side Drape , Absorbent Pp+pe+pp240x 150 Cm With Adhesive; 1 Pc Bottom Drape Absorbent Pp+pe+pp 180 X 150 Cm With Adhesive; 1 Pc Suture Bag 16x 28 Cm ; Tape Strip (op-tape) 10x50cm ;4 Pcs Hand Towel 30x 40cm 20 Packs 2,500.00 50,000.00 58 Laparotomy Pack ,eo Sterilized :1 Pc Table Cover 140 X 190 Cm (60x190cm); 2 Pcs Mayo Stand Cover 76x 145cm; 5 Pcs Reinforced Surgical Gowns Xl; 8 Pcs Hand Towels 30x 40cm; 1 Pcs Laparotmy Drape 200x 250 Cm; 4 Pcs Utility Drape With Adhesive 38x 66cm; 1 Suture Bag16x 28 Cm; 1 Protective Bottom Drape Layer For Lapsheet Support; With Certificate Of Medical Device Notification 20 Unit 3,500.00 70,000.00 59 Surgical Scrub Brush With Povidone 7.5% Solution Per Piece;excellent Quality Based On The Sample Evaluation Conducted By The End User 10,000 Pcs 40 400,000.00 Grand Total 4,728,750.00 Terms Of Reference Terms Of Delivery: 20 Calendar Days Upon Receipt Of Call-off Delivery Schedule: End-user’s Demand Through Call-off This Procurement Is Under Framework Agreement -single Year Framework Agreement Expiration: Minimum Of Two (2) Years Expiry Upon Delivery Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. This Procurement Is A Partial Bid Or Line Item Bid. Bid Evaluation/post-qualification During The Evaluation And Post – Qualification Stage, The Twg And Bac Shall Consider The Previous Findings From The Product Quality Assurance Evaluation Report. This Includes Incorporating Assessments Of Product Quality, Performance And Suitability. During The Actual Product Sampling Evaluation, The Bidder’s Representative Shall Be Present. The Product Presented Should Demonstrate “excellent” Performance, As Defined By The Twg And The End-user Based On The Pqae. This “excellent” Mark Signifies That The Product Meets The Needs And Expectations Of Both Medical Experts And The End-user, As Determined Through The Actual Product Samples And Previous Performance Evaluation. In Addition To The Evaluation Process, A Product Demo Or Sample Is Strongly Recommended Particularly For Products That Are New, Unfamiliar To The Twg And End-user. The Bidder Shall Comply The Post-qualification Requirements Set By The Procuring Entity Especially During Product Demonstration Or Requiring For A Product Sample On A Given Schedule. Failure To Comply Shall Be Ground For Post-disqualification. The Procuring Entity Shall Require The Bidder To Deliver A Product Sample Or Demo To Caraga Regional Hospital Vicinity. Additionally, The Procuring Entity May Have Preferences Regarding How This Hospital Can Find Reliable And Easily Accessible Procedures During The Post-qualification Phase. Consequently, During This Phase, The Bidder Must Always Be Ready To Comply With Any Requirements Or Standards Made By The Procuring Entity. Validity Of The Contract / Contract Termination Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Call-off. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent ( 25% ) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 To February 26, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference February 11, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/89018652406?pwd=rxrgx2unbw6b0zobo2lmolkmfzfre5.1 Meeting Id: 890 1865 2406 Passcode: 142810 Deadline Of Submission Of Bids February 26, 2024 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids February 26, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/81348230327?pwd=bfkzeodym0i8lapw8jsen9ug0tbsee.1 Meeting Id: 813 4823 0327 Passcode: 491644 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1ttqwf5rpbxvamwrzfeowz1mofaqzpssh?usp=sharing Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before February 26, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 26, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date26 Feb 2025
Tender AmountPHP 4.7 Million (USD 81.7 K)

Stadt Frankfurt Oder , Bereich Des Oberb Rgermeisters, Rechtsamt, Zentrale Vergabestelle Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Germany
Details: Planned planning services according to Hoai and freelance services of the city of Frankfurt (Oder), Department II - Urban Development, Construction and Environment - for the year 2025: Area 1 - Office 66 - Civil Engineering, Road Construction and Green Areas - Bridges, Road Construction, Waters, Others, Area 2 - Office 66 - Civil Engineering, Road Construction and Green Areas - Green Area 1 - Office 66 - Civil Engineering, Road Construction and Green Areas - Civil and Road Construction: 1. Bridges: - 1. Bridge inspections 8 pieces Carrying out simple and main and special inspections on bridges and engineering structures in accordance with DIN 1076, certificate according to Vfib or Bast required (required coverage amount for liability insurance: personal injury 1,500,000 EUR and other damage 1,500,000 EUR.) - 2. Bw 04, pedestrian bridge to Ziegenwerder over the Oder oxbow planning services repair Structural timber construction including fasteners and structural wood protection, from Lph 4 - 3. Bridge Bw 15, Grüner Weg bridge over the Klinge Planning services Maintenance planning Concrete repair and fall protection, (all performance phases) - 4. Planning of bridge repairs and culverts All planning services according to Hoai Static-structural tests of bridges Load-bearing capacity investigations for suitability for heavy load transport 2. Road construction (required coverage for liability insurance: personal injury 1,500,000 EUR and other damage 300,000 EUR.) - 1. Fundamental expansion of Rudolf-Frantz-Straße Planning according to Hoai (performance phases 1 - 7, subsoil investigations - 2. Closing the gap in the Gronenfelder Weg - Birnbaumsmühle cycle/pedestrian path Planning according to Hoai (performance phases 1 - 7), subsoil investigations - 3. Cycle path planning - Renovation and new construction of cycle path sections Planning of all Service phases according to Hoai, subsoil investigation - 4. Sidewalk planning - renovation of sidewalk sections Planning of all service phases according to Hoai, subsoil investigation 3. Water construction / water maintenance 5. Sludge investigations (declaration analyses) for the Sandfurtteich in Kliestow and the sand trap on Triftweg 4. Other planning services - 1. Subsoil investigations - 2. Contaminated site investigations and construction supervision - 3. Material and building material investigations - 4. Control tests - 5. Archaeological investigations - 6. Safety and health protection coordination - 7. Explosive ordnance clearance Area 2 - Office 66 - Civil engineering, road construction and green spaces - Green: 1. Subsoil investigation incl. Pollutant analysis for: - 1. Northern Lennépark area/ Topfmarkt - 3rd quarter 2025 - 2. Beckmannstrasse sports field - 2nd quarter 2025 - 3. Große Müllroser Straße/ Kleine Müllroser Straße - 2nd quarter 2025 - 4. Ziegenwerder - 3rd quarter 2025 2. Archaeology/archaeological investigations/construction supervision: Northern Lennépark area including Fließ - 3rd/4th quarter 2025 ff. 3. Carrying out tree inspections in accordance with the Fll tree inspection guidelines, all year round - Special evidence/certificates: Min. Fll-certified tree inspector or expert, proof of liability insurance: EUR 100,000 4. Preparation of reports on structural stability or tree value assessment (Koch method), all year round - special evidence/certificates: expert proof of liability insurance: EUR 100,000 Note: All information is non-binding and is subject to the securing of financing and the legal force of the budget of the city of Frankfurt (or). Some of these are planning phases that could possibly be continued later if necessary and if the corresponding financing is secured. Applicants in the competition have no legal entitlement to the award of a planning contract.
Closing Date7 Mar 2025
Tender AmountRefer Documents 

CARLOS HILADO MEMORIAL STATE UNIVERSITY Tender

Laboratory Equipment and Services
Philippines
Details: Description Republic Of The Philippines Carlos Hilado Memorial State University Talisay City, Negros Occidental Telephone: (0939) 929 6624 Bac.sec@chmsu.edu.ph Request For Quotation Page 1 Of 14 Date: February 27, 2025 Quotation No. 25-052 __________________________ __________________________ Please Quote Your Lowest Price On The Item/s Listed Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than ________________ In The Return Envelope Attached Herewith. Dr. Andrew Eusebio S.tan Bac Chairman Note: 1. All Entries Must Be Typewritten 2. Delivery Period Within __15____ Calendar Days 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of ______ Calendar Days 5. G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered Item Item & Description Qty. Unit Unit Price Total Price No. (pls. Indicate Brand Offered) Lot 1 1 Biochemistry/haniff/c24 Biochemistry/haniff/c24 1 Copy 2 Fish Parasites And Diseases/upadhyay/c23 Fish Parasites And Diseases/upadhyay/c23 1 Copy 3 Fisheries Digestive Physiology/singh/c22 Fisheries Digestive Physiology/singh/c22 1 Copy 4 Food Technology 4e/3g E-learning/c23 Food Technology 4e/3g E-learning/c23 1 Copy 5 Fluid Mechanics/mafdeline/c24 Fluid Mechanics/mafdeline/c24 1 Copy 6 Harvesting Aquatic Resources/joshi/c23 Harvesting Aquatic Resources/joshi/c23 1 Copy 7 Introduction To Information Technology/kumar/c24 Introduction To Information Technology/kumar/c24 1 Copy 8 Inorganic Chemistry/motola/c24 Inorganic Chemistry/motola/c24 1 Copy 9 Information Systems/qaiser/c24 Information Systems/qaiser/c24 1 Copy 10 Introduction To Physics/usemirnova/c24 Introduction To Physics/usemirnova/c24 1 Copy 11 Meteorology Today 13e: An Introduction To Weather, Climate And Meteorology Today 13e: An Introduction To Weather, Climate And The Environment/henson/c22 1 Copy The Environment/henson/c22 12 Multiculturalism, Crime And Criminal Justice/nikolic/c22 Multiculturalism, Crime And Criminal Justice/nikolic/c22 1 Copy 13 Never Stop Asking/lang-raad/c23 Never Stop Asking/lang-raad/c23 1 Copy 14 Organic Chemistry Ii For Dummies 2e/moore/c Organic Chemistry Ii For Dummies 2e/moore/c 1 Copy 15 Organic Chemistry 7e/smith/c24 Organic Chemistry 7e/smith/c24 1 Copy 16 Research Design 6e: Qualitative, Quantitative And Mixed Methods Research Design 6e: Qualitative, Quantitative And Mixed Methods Approaches/creswell/c23 1 Copy Approaches/creswell/c23 17 Small Business Management/alsaati/c24 Small Business Management/alsaati/c24 1 Copy 18 The Marine Environment And Biodiversity/kent/c22 The Marine Environment And Biodiversity/kent/c22 1 Copy Total Lot 2 19 Handbook Of Applied Language/ Handbook Of Applied Language/ 1 Copy 20 Introduksiyon Sa Pananaliksik Sa Wika At Panitikan/alvarado/c22 Introduksiyon Sa Pananaliksik Sa Wika At Panitikan/alvarado/c22 1 Copy 21 Kitchen Essentials And Basic Food Preparation/ Dinaga/ C21 Kitchen Essentials And Basic Food Preparation/ Dinaga/ C21 2 Copy 22 Kontekstwalisadong Komunikasyon Sa Filipino 2e/maranan/c23 Kontekstwalisadong Komunikasyon Sa Filipino 2e/maranan/c23 1 Copy 23 Let Reviewer Professional Education: Assessment In Learning/ Let Reviewer Professional Education: Assessment In Learning/corpuz/c23 1 Copy Corpuz/c23 24 Living In The Information Technology Era/abante/c23 Living In The Information Technology Era/abante/c23 1 Copy 25 Microbiology Basic Principles/hb/jaxon/c21 Microbiology Basic Principles/hb/jaxon/c21 1 Copy 26 Miscellaneous Questions On Forensic Ballistics 3e/peckley/c23 Miscellaneous Questions On Forensic Ballistics 3e/peckley/c23 1 Copy 27 Modern Concepts In Nano Technology/hb/cleveland/c22 Modern Concepts In Nano Technology/hb/cleveland/c22 1 Copy 28 Operations Management Conepts And Applications/jackson/c21 Operations Management Conepts And Applications/jackson/c21 1 Copy 29 Physical Activities Towardss Health And Fitness Pathfit-2/ Physical Activities Towardss Health And Fitness Pathfit-2/ballecer/c23 2 Copy Ballecer/c23 30 Physical Properties Of Foods/hb/kele/c22 Physical Properties Of Foods/hb/kele/c22 1 Copy 31 Principles Of Bioeconomics/hb/pande/c23 Principles Of Bioeconomics/hb/pande/c23 1 Copy 32 Principles Of Mobile Computing/duncan/c19 Principles Of Mobile Computing/duncan/c19 1 Copy 33 Principles Of Fermentation Technology/lang/c23 Principles Of Fermentation Technology/lang/c23 1 Copy 34 Professional Development: A Guide To Career Success/magalona/c23 Professional Development: A Guide To Career Success/magalona/c23 2 Copy 35 Questioned Documents Examination (an Instructional)/camara/c22 Questioned Documents Examination (an Instructional…)/camara/c22 1 Copy 36 Research Writing Made Easy/basilan/c22 Research Writing Made Easy/basilan/c22 1 Copy 37 Risk Management As Applied To Safety, Security, & Sanitation/ Risk Management As Applied To Safety, Security, & Sanitation/somoray/c23 2 Copy Somoray/c23 38 Seaweeds Cultivation And Utilization/hb/miranda/c23 Seaweeds Cultivation And Utilization/hb/miranda/c23 1 Copy 39 Studying English Literature A Practical Guide/ Studying English Literature A Practical Guide/ 1 Copy 40 Teaching Internship/borabo/c22 Teaching Internship/borabo/c22 3 Copy 41 The Teaching Profession/gallardo/c22 The Teaching Profession/gallardo/c22 1 Copy 42 The Teacher And The School Curriculum/fernando/c22 The Teacher And The School Curriculum/fernando/c22 1 Copy 43 Understanding The Self 2e/frando/c22 Understanding The Self 2e/frando/c22 1 Copy 44 Understanding Research Design And Methods: Basic /sini9gulan/c23 Understanding Research Design And Methods: Basic …/sini9gulan/c23 1 Copy 45 Workbook In Polygraphy: The Science Of Lie Detection/domingo/c22 Workbook In Polygraphy: The Science Of Lie Detection/domingo/c22 1 Copy Total Lot 3 46 Algorithms For Dummies 2e/mueller/c22 Algorithms For Dummies 2e/mueller/c22 1 Copy 47 Anatomy Physiology 10e/saladin/c24 Anatomy Physiology 10e/saladin/c24 1 Copy 48 Applications In Aquatic Ecotoxicology And Pathology/flint/c24 Applications In Aquatic Ecotoxicology And Pathology/flint/c24 1 Copy 49 Application Of Molecular And Genetic Tecchniques To Fisheries And Application Of Molecular And Genetic Tecchniques To Fisheries And Aquaculture/hb/sanudi/c24 1 Copy Aquaculture/hb/sanudi/c24 50 Comptia A+ Complete Study Guide/docter/c22 Comptia A+ Complete Study Guide/docter/c22 1 Copy 51 Aquatic Biodiversity/hb/hafeez/c23 Aquatic Biodiversity/hb/hafeez/c23 1 Copy 52 Business Communication And Character11e/newman/c23 Business Communication And Character11e/newman/c23 1 Copy 53 Computer Fundamentals/revano/c23 Computer Fundamentals/revano/c23 1 Copy 54 Consumer Behavior: Dynamics, Dimension & Model/mendoza/c19 Consumer Behavior: Dynamics, Dimension & Model/mendoza/c19 1 Copy 55 Corporate Social Responsibility/viernes/c22 Corporate Social Responsibility/viernes/c22 2 Copy 56 Credit Collection/flores/c23 Credit Collection/flores/c23 2 Copy 57 Exploring Childrens Literature To Enhance Literacy In The Elementary Exploring Childrens Literature To Enhance Literacy In The Elementary Grades/conjusta/c22 3 Copy Grades/conjusta/c22 58 Entrepreneurship/marcelo/c22 Entrepreneurship/marcelo/c22 2 Copy 59 Entrepreneurship/2022e/frias/c22 Entrepreneurship/2022e/frias/c22 1 Copy 60 Environmental Biology Of Fishes/hb/smulders/c23 Environmental Biology Of Fishes/hb/smulders/c23 1 Copy 61 Fisheries And Aquaculture Management Of Aquatic Resources/hb Fisheries And Aquaculture Management Of Aquatic Resources/hb/hudson/c 1 Copy /hudson/c 62 Fisheries And Fish Toxicology/hb/o'brien/c23 Fisheries And Fish Toxicology/hb/o'brien/c23 1 Copy 63 Fundamentals Of Food Service Operations/dela Cruz/c22 Fundamentals Of Food Service Operations/dela Cruz/c22 1 Copy 64 Gender And Society/martinez/c22 Gender And Society/martinez/c22 1 Copy 65 Inclusive Education In Early Childhood Setting/boholano/c24 Inclusive Education In Early Childhood Setting/boholano/c24 3 Copy 66 Information Assurance And Security Book 1/pomperada/c23 Information Assurance And Security Book 1/pomperada/c23 1 Copy 67 Instructional Material In Theories Of Crimes Causation/lamigat/c23 Instructional Material In Theories Of Crimes Causation/lamigat/c23 3 Copy 68 Information Assurance And Security Book 2/pomperada/c23 Information Assurance And Security Book 2/pomperada/c23 1 Copy 69 Introduction To Fish Genetics And Breeding/hb/bennett/c24 Introduction To Fish Genetics And Breeding/hb/bennett/c24 1 Copy 70 Introduction To Project Management/abante/c23 2 Copy 71 Introduction To Application Development And Emerging Technologies Introduction To Application Development And Emerging Technologies/pomperada/c23 1 Copy /pomperada/c23 72 Introduction To Go Programming/pomperada/c22 Introduction To Go Programming/pomperada/c22 1 Copy 73 Introduction To Cybersecurity/pomperada/c23 Introduction To Cybersecurity/pomperada/c23 1 Copy 74 Investment Management/hb/elliott/c22 Investment Management/hb/elliott/c22 1 Copy 75 Investigating Oceanography 3e/sverdrup/c20 Investigating Oceanography 3e/sverdrup/c20 1 Copy 76 Kontekstwalisadong Komunikasyon Sa Filipino/maranan/c23 Kontekstwalisadong Komunikasyon Sa Filipino/maranan/c23 1 Copy 77 Management Of Fis Pond Culture Development/hb/c24 Management Of Fis Pond Culture Development/hb/c24 1 Copy 78 Mathematics In The Modern World: Ached General Education Mathematics In The Modern World: Ached General Education Curriculum 1 Copy Curriculum Compliant/sirug/c23 Compliant/sirug/c23 79 Microeconomics 14e/arnold/c23 Microeconomics 14e/arnold/c23 1 Copy 80 Microeconomics: Theories And Application 2e/marcelo/c23 Microeconomics: Theories And Application 2e/marcelo/c23 3 Copy 81 Outcomes-based Practical Guide To Thesis And Capstone Project Outcomes-based Practical Guide To Thesis And Capstone Project Writing 2 Copy Writing In Computing/laviña/c22 In Computing/laviña/c22 82 Panimulang Lingguwistika (pandalubhasaan)/ariaso/c21 Panimulang Lingguwistika (pandalubhasaan)/ariaso/c21 2 Copy 83 Pagbasa At Pagsusuri Sa Iba't Ibang Teksto Tungo Sa Pananaliksik Pagbasa At Pagsusuri Sa Iba't Ibang Teksto Tungo Sa Pananaliksik/sanchez/c23 3 Copy /sanchez/c23 84 Philippine Politics And Governance With Philippine Constitution/ Philippine Politics And Governance With Philippine Constitution/sanchez/c23 2 Copy Sanchez/c23 85 Physical Activity Towards Health And Fitness (path-fit 4 Sports) Physical Activity Towards Health And Fitness (path-fit 4 Sports)/bulato/c23 1 Copy /bulato/c23 86 Practical Research 1/maranan/c23 Practical Research 1/maranan/c23 1 Copy 87 Practical Research 2/maranan/c23 Practical Research 2/maranan/c23 1 Copy 88 Purposive Communication/zoleta/c23 Purposive Communication/zoleta/c23 1 Copy Total Lot 4 89 A Guide To Environmental Chemistry/fiscal/c23 A Guide To Environmental Chemistry/fiscal/c23 1 Copy 90 An Introduction To Counselling & Psychotherapy/3e/reeves/c22 An Introduction To Counselling & Psychotherapy/3e/reeves/c22 1 Copy 91 Anatomy And Physiology/co/c23 Anatomy And Physiology/co/c23 1 Copy 92 Business Economics/2e/3g E-learning/c23 Business Economics/2e/3g E-learning/c23 1 Copy 93 Basic Computer Coding: Java Script 2e/3g E-learning/c22 Basic Computer Coding: Java Script 2e/3g E-learning/c22 1 Copy 94 Biochemistry/chaudhary/c22 Biochemistry/chaudhary/c22 1 Copy 95 Cute Amigurumi Animals/eleonore And Maurice/c20 Cute Amigurumi Animals/eleonore And Maurice/c20 1 Copy 96 Computer Software Languages And Graphic Design/verma/c23 Computer Software Languages And Graphic Design/verma/c23 1 Copy 97 Computer Systems Application/3g E-learning/c23 Computer Systems Application/3g E-learning/c23 1 Copy 98 Craniofacial Anatomy And Forensic Identification/nusse/c23 Craniofacial Anatomy And Forensic Identification/nusse/c23 1 Copy 99 Criminal Profiling:an Intro To Behavioral Evidence Analysis/5e/turvey/c23 Criminal Profiling:an Intro To Behavioral Evidence Analysis/5e/turvey/c23 1 Copy 100 Criminological Research/singh/c23 Criminological Research/singh/c23 1 Copy 101 Criminology/8e/siegel/c23 Criminology/8e/siegel/c23 1 Copy 102 Cyber Intelligence-driven Risk/moore Iii/c21 Cyber Intelligence-driven Risk/moore Iii/c21 1 Copy 103 Cutnell & Johnson Physics 12e/young/c22 Cutnell & Johnson Physics 12e/young/c22 1 Copy 104 Dessert Making Beginner's Guide: Step-by-step Instructions/ Dessert Making Beginner's Guide: Step-by-step Instructions/powell/c23 1 Copy Powell/c23 105 Dewey Decimal Classifiction 2023e, Vols. 1-4 (1 Set) Dewey Decimal Classifiction 2023e, Vols. 1-4 (1 Set) 1 Copy 106 Dispute Resolution And Crises Incident Management/kumar/c22 Dispute Resolution And Crises Incident Management/kumar/c22 1 Copy 107 Earth Systems And Environment/pandey/c23 Earth Systems And Environment/pandey/c23 1 Copy 108 Earth Science: World Edition/3g E-learning/c23 Earth Science: World Edition/3g E-learning/c23 1 Copy 109 Entrepreneurship Success In Small And Medium Enterprises/ Entrepreneurship Success In Small And Medium Enterprises/verma/c23 1 Copy Verma/c23 110 Essentials Of Business Communication/3g E-learning/c22 Essentials Of Business Communication/3g E-learning/c22 1 Copy 111 Essentials Of Educational Technology/kumari/c22 Essentials Of Educational Technology/kumari/c22 1 Copy 112 Essentials Of Research Methods In Education/bucker/c23 Essentials Of Research Methods In Education/bucker/c23 1 Copy 113 Essentials Of Human Resource Managment/simpson/c23 Essentials Of Human Resource Managment/simpson/c23 1 Copy 114 Explorations: An Introduction To Astronomy 10e/arny/c24 Explorations: An Introduction To Astronomy 10e/arny/c24 1 Copy 115 Fluid Mechanics 2e/3g E-learning/c22 Fluid Mechanics 2e/3g E-learning/c22 1 Copy 116 Food Science And Nutrition:an Integrated Approach/burnett/c23 Food Science And Nutrition:an Integrated Approach/burnett/c23 1 Copy 117 Fundamentals Of Internet Programming/ahmad/c24 1 Copy 118 Fisheries: Resource Conservation/borges/c21 Fisheries: Resource Conservation/borges/c21 1 Copy Total Lot 5 119 Agriculture And Food Technology In Human Life/singh/c23 Agriculture And Food Technology In Human Life/singh/c23 1 Copy 120 Business Communication/locker/c23 Business Communication/locker/c23 1 Copy 121 Business Communication/lagare/c24 Business Communication/lagare/c24 1 Copy 122 Consumer Psychology/huang/c23 Consumer Psychology/huang/c23 1 Copy 123 Criminology/8e/siegel/c23 Criminology/8e/siegel/c23 1 Copy 124 Data Structure And Algorithms/gupta/c24 Data Structure And Algorithms/gupta/c24 1 Copy 125 Data Analysis For Business/annansingh/c22 Data Analysis For Business/annansingh/c22 1 Copy 126 Entrepreneurial Finance/4e/rogers/c20 Entrepreneurial Finance/4e/rogers/c20 1 Copy 127 Freshwater Fish Farming/carlson/c23 Freshwater Fish Farming/carlson/c23 1 Copy 128 Fundamentals Of Accounting/3g E-learning/c23 Fundamentals Of Accounting/3g E-learning/c23 1 Copy 129 Fish Genetics And Biodiversity Conservation/foster/c23 Fish Genetics And Biodiversity Conservation/foster/c23 1 Copy 130 Handbook On Moving Corrections And Sentencing Forward/khan/c21 Handbook On Moving Corrections And Sentencing Forward/khan/c21 1 Copy 131 Human Resource Management/grayson/c23 Human Resource Management/grayson/c23 1 Copy 132 Introduction To Tailoring With Dvd/3g E-learning/c23 Introduction To Tailoring With Dvd/3g E-learning/c23 1 Copy 133 Illustrated Handbook Of Software Design/3g E-learning/c22 Illustrated Handbook Of Software Design/3g E-learning/c22 1 Copy 134 Introduction To Computer Programming And Web Designing/3g 1 Copy E-learning/c23 135 Introduction To Postharvest Management/simmons/c23 Introduction To Postharvest Management/simmons/c23 1 Copy 136 Introduction To Public Administration/bean/c23 Introduction To Public Administration/bean/c23 1 Copy 137 Moral Issues In Business/shaw/c2021 Moral Issues In Business/shaw/c2021 1 Copy 138 Prevention Of Post-harvest Food Losses/joshi/c22 Prevention Of Post-harvest Food Losses/joshi/c22 1 Copy 139 Python Machine Learning Project/vora/c23 Python Machine Learning Project/vora/c23 1 Copy 140 Phython Networking Solutions Guide/koca/c23 Phython Networking Solutions Guide/koca/c23 1 Copy 141 Quantitative Tools Of Project Management/olson/c20 Quantitative Tools Of Project Management/olson/c20 1 Copy 142 Role Of Vacational Education/williams/c23 Role Of Vacational Education/williams/c23 1 Copy 143 Reproductive System In Fishes/bling/c23 Reproductive System In Fishes/bling/c23 1 Copy 144 Service Management/montgomery/c23 Service Management/montgomery/c23 1 Copy 145 Sports And Physical Education/elinor/c24 Sports And Physical Education/elinor/c24 1 Copy 146 Teaching Grammar, Punctuation And Spelling In Primary Schools/ Teaching Grammar, Punctuation And Spelling In Primary Schools/4e/waugh/c22 1 Copy 4e/waugh/c22 147 The Fundamentals Of Business Process Management/jain/c23 The Fundamentals Of Business Process Management/jain/c23 1 Copy 148 Theories Of Crime And Hacking/rekha/c22 Theories Of Crime And Hacking/rekha/c22 1 Copy 149 Wireless And Mobile Network Architectures/lautner/c23 Wireless And Mobile Network Architectures/lautner/c23 1 Copy 150 Zoology Study Of The Animal Kingdom/parter/c23 Zoology Study Of The Animal Kingdom/parter/c23 1 Copy Total Lot 6 151 A Problem Solving Approach To Aquatic Chemitry/2e/jensen/c23 A Problem Solving Approach To Aquatic Chemitry/2e/jensen/c23 1 Copy 152 An Introduction To Crime Scene Investigation/dutelli/c22 An Introduction To Crime Scene Investigation/dutelli/c22 1 Copy 153 Aquaculture Principles And Practice/walter/c23 Aquaculture Principles And Practice/walter/c23 1 Copy 154 Advanced Mandarin Language Course/go/c22 Advanced Mandarin Language Course/go/c22 2 Copy 155 Applied Busniess Tools And Technologies In Tourism Hospitality/ Applied Busniess Tools And Technologies In Tourism Hospitality/rodolfa Jr./c22 1 Copy Rodolfa Jr./c22 156 Analysis Of Financial Management/higgins/c23 Analysis Of Financial Management/higgins/c23 1 Copy 157 A Textbook Of Energy And Enivironment And Ecology/srivasta/c22 A Textbook Of Energy And Enivironment And Ecology/srivasta/c22 1 Copy 158 Bacteriology The Study Of Bacteria/clifford/c22 Bacteriology The Study Of Bacteria/clifford/c22 1 Copy 159 Basic Financial Management In The Philippines Setting/martin/c22 2 Copy 160 Biology Of Fishes Theory And Practice/mckenzie/c22 Biology Of Fishes Theory And Practice/mckenzie/c22 1 Copy 161 Computer Forensic And Biometrics/alford/c22 Computer Forensic And Biometrics/alford/c22 1 Copy 162 Computer And Information Science: An Interdisciplinary Approach Computer And Information Science: An Interdisciplinary Approach/clark/c23 1 Copy /clark/c23 163 Corporate Social Responsibility/viernes/c22 Corporate Social Responsibility/viernes/c22 2 Copy 164 Computer Networks With Lan+networking/gupta/c22 Computer Networks With Lan+networking/gupta/c22 1 Copy 165 Commercial Baking With Entrepreneurship/dinaga/c22 Commercial Baking With Entrepreneurship/dinaga/c22 1 Copy 166 Collection Management Of Information Resources/kumar/c23 Collection Management Of Information Resources/kumar/c23 1 Copy 167 Criminal Law And Jurisprudence For Criminologist/guevara/c21 Criminal Law And Jurisprudence For Criminologist/guevara/c21 1 Copy 168 Criminal Administration/lamror/c22 Criminal Administration/lamror/c22 1 Copy 169 Dna Fingerprinting Technology/snow/c22 Dna Fingerprinting Technology/snow/c22 1 Copy 170 Environmental Science/tolentino/c23 Environmental Science/tolentino/c23 5 Copy 171 English Grammar(all-in-one)/woods/23 1 Copy 172 Earth Science/reyes/c23 Earth Science/reyes/c23 2 Copy 173 E-commerce/silva/23 E-commerce/silva/23 1 Copy 174 E-commerce/3g-elearning/c23 E-commerce/3g-elearning/c23 1 Copy 175 Forensic Science An Introduction/massey/c22 Forensic Science An Introduction/massey/c22 1 Copy 176 Fundamentals Of Water Pollution/de/c22 Fundamentals Of Water Pollution/de/c22 1 Copy 177 Fundamentals Of Computer Netrwoks/sharma Fundamentals Of Computer Netrwoks/sharma 1 Copy 178 Great Books Selected Masterpiece Of The World Literature/ Great Books Selected Masterpiece Of The World Literature/medrano/c23 3 Copy Medrano/c23 179 Hajimemashou, Learn Basic Japanese/dafun/c22 Hajimemashou, Learn Basic Japanese/dafun/c22 1 Copy 180 Hydraulics And Neumatics/upadhyay/c22 Hydraulics And Neumatics/upadhyay/c22 1 Copy 181 Introduction To Criminal Justice/17e/siegel/c22 Introduction To Criminal Justice/17e/siegel/c22 1 Copy 182 Law Enforement (police) Operations And Planning/florendo/c23 Law Enforement (police) Operations And Planning/florendo/c23 1 Copy 183 Labor Laws And Social Legislation/peñaflor/c23 Labor Laws And Social Legislation/peñaflor/c23 1 Copy 184 Management Of The Human Behavior In An Oragnization/camilar/c22 Management Of The Human Behavior In An Oragnization/camilar/c22 1 Copy 185 Microeconomics/cawartney/c22 Microeconomics/cawartney/c22 1 Copy 186 Methods Of Research In Business Education/flores/c23 Methods Of Research In Business Education/flores/c23 1 Copy 187 Object Oriented Programming Using C++/garett/c22 Object Oriented Programming Using C++/garett/c22 1 Copy 188 Project Management/singal/c22 Project Management/singal/c22 1 Copy 189 Personal Development/camillar/c22 Personal Development/camillar/c22 1 Copy 190 Purposive Communication For The 1st Century/vitasa/c22 Purposive Communication For The 1st Century/vitasa/c22 5 Copy 191 Qualitative Research/camillar/c21 Qualitative Research/camillar/c21 1 Copy 192 Re-reading Rizal/cabigan/c19 Re-reading Rizal/cabigan/c19 1 Copy 193 Research Writing Made Easy: Coping Strategies/cabana/c22 Research Writing Made Easy: Coping Strategies/cabana/c22 2 Copy 194 Re-reading Philippine History/thaddeus/c19 Re-reading Philippine History/thaddeus/c19 2 Copy 195 Science Technology And Society/cabrera/c20 Science Technology And Society/cabrera/c20 1 Copy 196 Technical English Investigate Report Writing For Criminology/zaspa/c22 Technical English Investigate Report Writing For Criminology/zaspa/c22 3 Copy 197 Technology For Teaching And Learning 1/ballado/c23 Technology For Teaching And Learning 1/ballado/c23 1 Copy 198 The Mythology Of Crime And Criminal Justic/17e/kappeler/c22 The Mythology Of Crime And Criminal Justic/17e/kappeler/c22 1 Copy 199 Understanding The Self: An Outcomes-based/faustino/c23 Understanding The Self: An Outcomes-based/faustino/c23 5 Copy 200 Understanding Research Design And Methods/molines/c23 Understanding Research Design And Methods/molines/c23 1 Copy Total Lot 7 201 A Course Module For Teaching Physical Education And Health In A Course Module For Teaching Physical Education And Health In Elementary Grades/rosario/c21 2 Copy Elementary Grades/rosario/c21 202 A Course Module For Teaching Social Studies In The Elementary A Course Module For Teaching Social Studies In The Elementary Grades 2 Copy Grades (philippine History And Government)/andres/c20 (philippine History And Government)/andres/c20 203 A Course Module For Foundations Of Early Childhood Education A Course Module For Foundations Of Early Childhood Education/macan/c21 2 Copy /macan/c21 204 A Course Module For Teaching Strategies For Elementary Science 2 Copy (physical And Earth Science) 205 Basic Microeconomics/baumol/c22 Basic Microeconomics/baumol/c22 2 Copy 206 Criminal Law Book Ii (the Revise Penal Code)/domingo/c22 Criminal Law Book Ii (the Revise Penal Code)/domingo/c22 2 Copy 207 Essentials Of Markmanship And Combat Shooting/guinayen/c22 Essentials Of Markmanship And Combat Shooting/guinayen/c22 2 Copy 208 Fundamentals In Food Service Operations/yao/c22 Fundamentals In Food Service Operations/yao/c22 2 Copy 209 Good Governance And Social Responsibility/delos Santos/c21 Good Governance And Social Responsibility/delos Santos/c21 2 Copy 210 Income Taxation/banggawan/c23 Income Taxation/banggawan/c23 2 Copy 211 International Business And Trade/mariano/c23 International Business And Trade/mariano/c23 2 Copy 212 Technology For Teaching And Learning 1/ballado/c23 Technology For Teaching And Learning 1/ballado/c23 2 Copy 213 Textbook In The Philippine Constitution/de Leon/c19 Textbook In The Philippine Constitution/de Leon/c19 2 Copy 214 The Fundamentals Of Taxation/de Leon/c22 The Fundamentals Of Taxation/de Leon/c22 2 Copy 215 Transport Management/donesa/c22 Transport Management/donesa/c22 2 Copy 216 The Law On Income Taxation/de Leon Sr./c22 The Law On Income Taxation/de Leon Sr./c22 2 Copy Total ***************nothing Follows****************** Lot 1 = Php 98,391.00 Lot 2 = Php 72,970.00 Lot 3 = Php 130,823.00 Lot 4 = Php 232,975.00 Lot 5 = Php 193,354.00 Lot 6 = Php 161,266.00 Lot 7 = Php 16,128.00 Total Abc = Php 905,907.00 Procurement Of References And Textbook For Learning Resources Requested By The Faculty For The Copc And Aaccup Compliance- Binalbagan Campus/l. Balili Pr# 25-079-0213 02-13-25 Income 45-164-25-02 02-14-25
Closing Date10 Mar 2025
Tender AmountPHP 905.9 K (USD 15.7 K)

U S COAST GUARD USA Tender

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

U S COAST GUARD USA Tender

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

AGRICULTURAL TRAINING INSTITUTE REGION XI Tender

Agriculture or Forestry Works
Philippines
Details: Description The Agricultural Training Institute Region Xi Invites Interested And Eligible Suppliers To Participate In The Procurement Of Training Supplies For The 1st Semester Of Fy 2025 Under The Coconut Farmers And Industry Development Plan (cfidp) And Regular Program Through Competitive Bidding. Approved Budget For The Contract (abc): Regular Program: Php 1,307,049.00 Cfidp: Php 628,600.00 Total Abc: Php 1,935,649.00 The Procurement Process Will Be Conducted In Accordance With Ra 9184 And Its Revised Implementing Rules And Regulations (irr). Pre-bid Conference: February 27, 2025, At 2:00 Pm Submission And Opening Of Bids: March 13, 2025, At 10:00 Am Eligibility Requirement: Prospective Bidders Must Have Completed A Single Largest Completed Contract (slcc) Equivalent To At Least 25% Of The Approved Budget For The Contract (abc) To Qualify For The Bidding Process. Philippine Bidding Documents Supply And Delivery Of Office And Training Supplies For The 1st Semester Of Fy 2025 Under Cfidp And The Regular Program Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A.all The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B.specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C.this Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D.the Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E.modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F.for Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...10 1. Scope Of Bid ………………………………………………………………………. 11 2. Funding Information………………………………………………………………. 11 3. Bidding Requirements ……………………………………………………………. 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices………………………….. 11 5. Eligible Bidders…………………………………………………………………… 11 6. Origin Of Goods ………………………………………………………………….. 12 7. Subcontracts ……………………………………………………………………… 12 8. Pre-bid Conference ………………………………………………………………. 13 9. Clarification And Amendment Of Bidding Documents …………………………… 13 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 13 11. Documents Comprising The Bid: Financial Component …………………………... 13 12. Bid Prices …………………………………………………………………………. 14 13. Bid And Payment Currencies ……………………………………………………… 14 14. Bid Security ………………………………………………………………………. 15 15. Sealing And Marking Of Bids ……………………………………………………… 15 16. Deadline For Submission Of Bids …………………………………………………. 15 17. Opening And Preliminary Examination Of Bids ………………………………….. 15 18. Domestic Preference ……………………………………………………………… 16 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 16 20. Post-qualification ………………………………………………………………… 16 21. Signing Of The Contract …………………………………………………………… 17 Section Iii. Bid Data Sheet …………………………………………………..18 Section Iv. General Conditions Of Contract ……………………...………..20 1. Scope Of Contract ………………………………………………………………… 21 2. Advance Payment And Terms Of Payment ……………………………………….. 21 3. Performance Security ……………………………………………………………. 21 4. Inspection And Tests ……………………………………………………………… 22 5. Warranty …………………………………………………………………………. 22 6. Liability Of The Supplier ………………………………………………………….. 22 Section V. Special Conditions Of Contract ………………………………….23 Section Vi. Schedule Of Requirements ……………………………………....27 Section Vii. Technical Specifications …………………………………………37 Section Viii. Checklist Of Technical And Financial Documents …………..40 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A.the Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B.the Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C.the Deadline For The Submission And Receipt Of Bids; And D.any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Supply And Delivery Of Office And Training Supplies For The 1st Semester Of Fy 2025 Under Cfidp And The Regular Program 1.the Agricultural Training Institute- Region Xi, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of One Million Nine Hundred Thirty-five Thousand Six Hundred Forty-nine Pesos Only (1,935,649.00) Being The Abc To Payments Under The Contract For Office And Training Supplies For Fy 2025 1st Semester Under Regular And Cfdip Program With Purchase Request Nos. 250240 And 250241 . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Agricultural Training Institute- Region Xi Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4.prospective Bidders May Obtain Further Information From Agricultural Training Institute-region Xi Office And Inspect The Bidding Documents At The Address Ati-rtc-xi, Brgy. Datu Abdul, Panabo City, Davao Del Norte During Monday-friday At 8:00 Am-5:00 Pm. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 21, 2025 At 8:00 Am From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of ₱5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Issued By The Agricultural Training Institute – Region Xi Cashier. 6.the Agricultural Training Institute- Region Xi Will Hold A Pre-bid Conference[ ] On February 27, 2025, 2:00 Pm At Agricultural Training Institute-region Xi Function Hall, Datu Abdul, Panabo City, Davao Del Norte Which Shall Be Open To Prospective Bidders. 7.bid Opening Shall Be On March 13, 2025 At 10:00 Am At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8.bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address On Or Before March 13, 2025 At 8:30 Am. Late Bids Shall Not Be Accepted. 9.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10.the Agricultural Training Institute- Region Xi Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Ms. Ma. Cristin Rosan T. Besario Bids And Awards Committee Secretary Agricultural Training Institute Region Xi Datu Abdul Dadia, Panabo City, Davao Del Norte 084-217-3433, 8105 0917-321-6134 Ati11bacsec@gmail.com February 20, 2025 Lucille B. Camarines Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Agricultural Training Institute- Region Xi Wishes To Receive Bids For Office And Training Supplies For Fy 2025 1st Semester Under Regular And Cfidp Program With Purchase Request Nos. 250240 And 250241 The Procurement Project Is Composed Of 3 Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of One Million Nine Hundred Thirty-five Thousand Six Hundred Forty-nine Pesos Only (₱1,935,649.00). 2.2.the Source Of Funding Is: A.nga, The General Appropriations Act Or Special Appropriations. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A.for Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: I.completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii.the Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Allowed. The Portions Of Project And The Maximum Percentage Allowed To Be Subcontracted Are Indicated In The Bds, Which Shall Not Exceed Twenty Percent (20%) Of The Contracted Goods. 7.2.the Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.3.the Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.4.subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address Agricultural Training Institute- Region Xi Function Hall, Datu Abdul Dadia, Panabo City, Davao Del Norte As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2.the Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Prior To The Deadline For The Submission And Receipt Of Bids. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2.if The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I.the Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii.the Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii.the Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv.the Price Of Other (incidental) Services, If Any, Listed In The Bds. B.for Goods Offered From Abroad: I.unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii.the Price Of Other (incidental) Services, If Any, As Listed In The Bds. 13.bid And Payment Currencies 13.1.for Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2.payment Of The Contract Price Shall Be Made In: A.philippine Peso 14.bid Security 14.1.the Bidder Shall Submit A Bid Securing Declaration[.] Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2.the Bid And Bid Security Shall Be Valid Until August 10, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 8 Of The Ib. 17.opening And Preliminary Examination Of Bids 17.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. A.in The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; 19.2.if The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3.the Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4.except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20.post-qualification 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, Or In The Case Of Multi-year Framework Agreement, That It Is One Of The Eligible Bidders Who Have Submitted Bids That Are Found To Be Technically And Financially Compliant, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. If Framework Agreement Will Be Used: 21.2. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Framework Agreement Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 21.3. Within Ten (10) Calendar Days From Receipt Of The Notice To Execute Framework Agreement With The Procuring Entity, The Successful Bidder Or Its Duly Authorized Representative Shall Formally Enter Into A Framework Agreement With The Procuring Entity For An Amount Of One Peso To Be Paid To The Procuring Entity As A Consideration For The Option Granted By The Procuring Entity To Procure The Items In The Framework Agreement List When The Need Arises. 21.4. The Procuring Entity Shall Enter Into A Framework Agreement With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 21.5. The Following Documents Shall Form Part Of The Framework Agreement: A.framework Agreement Form; B.bidding Documents; C.call-offs; D.winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; E.performance Security Or Performance Securing Declaration, As The Case May Be; F.notice To Execute Framework Agreement; And G. Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A.information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B.amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A.supply And Delivery Of Commonly Used Supplies B.completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids, A Contract Similar To The Project. 8 The Procuring Entity Will Hold A Pre-bid Conference On February 24, 2025, 2:00 Pm At Ati-rtc Xi Function Hall, Which Shall Be Open To Prospective Bidders. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than Thirty-eight Thousand Seven Hundred Twelve & 98/100 Pesos Only (₱38,712.98) [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B.the Amount Of Not Less Than Ninety-six Thousand Seven Hundred Eighty-two & 45/100 Pesos Only (₱96,782.45) [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 15 Each Bidder Shall Submit One (1) Original And Two (2) Duplicate Hard Copies Of The First And Second Components Of Its Bid. Bidder/s Shall Provide Ear-tag Codes Or Index Tabs On Both The Original Copy And Duplicate Copies. 16 Deadline Of Submission Of Bid Is On Or Before March 13, 2025 - 8:30 Am Only. 19.3 Not Applicable 20.2 Not Applicable 21.2 Not Applicable Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1.scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Affectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2.advance Payment And Terms Of Payment 2.1.advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2.the Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. [include The Following Clauses If Framework Agreement Will Be Used:] 2.3.for A Single-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier In Its Bid. 2.4.for Multi-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier During Conduct Of Mini-competition. 3.performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184.{[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, The Bidder May Opt To Furnish The Performance Security Or A Performance Securing Declaration As Defined Under The Guidelines On The Use Of Framework Agreement.} 4.inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project {[include If Framework Agreement Will Be Used:] Or Framework Agreement} Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5.warranty 5.1in Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2the Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6.liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A.information That Complements Provisions Of The Gcc Must Be Incorporated. B.amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: For Goods Supplied From Abroad: The Delivery Terms Applicable To The Contract Are Ddp Delivered Agricultural Training Institute- Region Xi, Datu Abdul, Panabo City, Davao Del Norte. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines: The Delivery Terms Applicable To This Contract Are Delivered Agricultural Training Institute- Region Xi, Datu Abdul, Panabo City, Davao Del Norte. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Includes Ms. Ruby Jane P. Bentiroso, Mr. Ernie L. Malazarte, And Ms. Chonna Vae A. Cañete Who Serve As Inspectors. Additionally, The Project Officers Are Ms. Pauline Joy J. Reyes, Ms. Lucille B. Camarines, Ma. Cristin Rosan T. Besario, Ms. Ruby Jane P. Bentiroso, Mr. Omarbliss B. Dalam, Mr. Ariel D. Abastillas, Ms. Lynn A. Leopoldo, Ms. Ofelia A. Sanchez, Mr. Richel E. Zamora, Ms. Assel M. Mapayo, Mr. Ernie L. Malazarte, Mr. Rolls M. Rubis, Ms.chonna Vae A. Cañete, Ms. Olivia D. Gatus, Mr. Jerry C. Carpentero. Incidental Services The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A.performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B.training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 The Terms Of Payment Shall Be: Progress Billing Every Month. It Shall Correspond To The Value Of Goods Delivered/rendered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. 4 The Inspections And Tests That Will Be Conducted Are: -supply And Delivery Of Office And Training Supplies For The 1st Semester Of Fy 2025 Under Cfidp Regular Program Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Office And Training Supplies For Fy 2025 1st Semester Under Regular Program Item Number Unit Description Quantity Total 1 Ream Bond Paper, A4 427 93,940.00 2 Pcs Id Card Jacket With Elastic Sling 2,613 47,034.00 3 Ream Laid Paper,a4, Creamy White, 500pcs 3 3,300.00 4 Rolls Masking Tape 1 123 2,460.00 5 Pcs Archfile Long, Black 235 39,950.00 6 Pack Construction Paper Assorted Color, A4 84 25,200.00 7 Boxes Permanent Marker, 12s, Broad, Black 111 16,650.00 8 Boxes White Board Marker, 12's, Broad, Black 121 61,710.00 9 Bottles Epson (l5290) Printer Ink (yellow) 17 6,800.00 10 Bottles Epson (l5290) Printer Ink (cyan) 17 6,800.00 11 Bottles Epson (l5290) Printer Ink (magenta) 17 6,800.00 12 Bottles Epson (l5290) Printer Ink (black) 17 6,800.00 13 Cartridge Hp Deskjet 2337 Printer Ink (680) Black 17 15,300.00 14 Cartridge Hp Deskjet 2337 Printer Ink (680) Color, Mcy) 17 15,300.00 15 Cartridge Hp Deskjet Printer Ink (682) Black 40 36,000.00 16 Cartridge Hp Deskjeyt Printer Ink (682) Color, Cmy 40 36,000.00 17 Pcs Stapler, Medium, White 3 1,800.00 18 Pcs Stapler, Heavy Duty, Large 16 20,800.00 19 Boxes Stapler Wire #35 62 2,170.00 20 Pcs Scissor, Heavy Duty 37 9,250.00 21 Pcs Ruler 3 150.00 22 Pcs Cutter, Heavy Duty 27 2,700.00 23 Pcs Cutting Map Pad 2 400.00 24 Pcs Puncher 8 1,360.00 25 Boxes Paper Clips 50mm 72 2,160.00 26 Boxes Paper Clip 2 Inch 74 2,220.00 27 Boxes Paper Binder Clip 1 Inch 39 1,170.00 28 Pcs Storage Plastic Box, 150 L 50 75,000.00 29 Pcs Paper Glue (250 Ml) 10 1,000.00 30 Packs Photo Paper, A4 24 2,400.00 31 Rolls Scotch Tape 1 Inch Width 162 2,430.00 32 Pcs Manila Paper 1,659 16,590.00 33 Pcs Logbook (100 Leaves) 135 12,150.00 34 Rolls Tissue , 2 Ply 93 3,720.00 35 Boxes Facemask 17 1,360.00 36 Pcs Hairnet 25 1,250.00 37 Pcs Alcohol, 70% Isophrophyl, 1 Liter 132 33,000.00 38 Ream Bond Paper, Long 86 19,780.00 39 Boxes Canon Laid Paper, Cream A4 17 18,700.00 40 Ream Construction Paper , Long 10 2,500.00 41 Pcs Correction Tape 40 3,200.00 42 Box Crayons (big) 72 13,320.00 43 Box Crayons (medium) 21 2,100.00 44 Pcs Elmer's Glue 30 1,200.00 45 Psc Expanding Envelope , Long 50 5,000.00 46 Set Highlighter (assorted Color) 4 1,680.00 47 Box Paper Clip 25mm 20 300.00 48 Boxes Paper Fastener 17 680.00 49 Box Pencil 52 3,640.00 50 Box Pentel Pen, Black Fine 10 1,800.00 51 Pcs Plastic Envelope Long 150 2,250.00 52 Pcs Post It Page Marker 84 3,360.00 53 Pcs Meter Stick (wood) 5 550.00 54 Boxes Sign Pen, Size 0.5 Mm Blue 31 4,650.00 55 Boxes Calculator 14 6,300.00 56 Boxes Paper Binder Clip 0.5 Inch 25 500.00 57 Box Push Pin (small) 21 630.00 58 Box Push Pin (medium) 11 550.00 59 Pcs Clearbook (legal) 5 300.00 60 Pack Aa Battery (rechargeable) 6 1,200.00 61 Pack Triple Aaa, Battery 15 3,000.00 62 Boxes Wireless Presentation Remote 10 25,000.00 63 Pcs Epson Printer Ink (3110) Black 10 3,200.00 64 Pcs Epson Printer Ink (3110)(magenta) 10 3,000.00 65 Pcs Epson Printer Ink (3110)(cyan) 10 3,000.00 66 Pcs Epson Printer Ink (3110)(yellow) 10 3,000.00 67 Boxes Book Paper , A4 6 5,850.00 68 Boxes Book Paper, Long 6 6,600.00 69 Pcs Steel Rack , 4 Layers 8 40,000.00 70 Box Ballpen (boxes) 50's 6 1,800.00 71 Boxes Bond Paper Long, Sub 20 (box) 1 1,125.00 72 Pcs Certificate Holder, A4 15 900.00 73 Pcs Epson Ink L3210, Black 20 7,000.00 74 Pcs Epson Ink L3210, Cyan 7 2,450.00 75 Pcs Epson Ink L3210, Yellow 7 2,450.00 76 Pcs Epson Ink L3210, Magenta 7 2,450.00 77 Boxes Sign Pen, Size 0.5 Mm Black 15 2,250.00 78 Pcs Double Sided Tape 1 Inch 109 3,270.00 79 Rolls Binding Tape 81 16,200.00 80 Pcs Usb Flash Drive (64gb) 2 700.00 81 Boxes Bond Paper , A4 (box), Sub 20 30 29,400.00 82 Boxes Certificate Paper, Long, Cream 4 5,200.00 83 Pcs Ink 680 Colored 30 27,000.00 84 Pcs Ink 680 Black 30 27,000.00 85 Pcs Triple Aaa, Rechargeable , With Charger 4 12,000.00 86 Pcs Storage Box , White/transparent, 60 L) 40 20,000.00 87 Pcs White Board (4x8) 2 5,000.00 88 Ream Certificate Paper, A4 Size, Cream 17 17,850.00 89 Pcs Ink Pad 5 750.00 90 Rolls Laminating Film - 250 Mic 5 1,900.00 91 Box Heavy Duty Tool Box 10 400.00 92 Pcs Room Deodizer 10 2,500.00 93 Pcs Staple With Remover 6 2,100.00 94 Pcs Binder Clip Big 10 3,400.00 95 Pack Folder Long 100's, Cream 100 48,000.00 96 Pcs Folder Long , Cream 50 1,250.00 97 Pads Sticky Note, Assorted Color (1/2 Inch) Lengthwise 30 3,900.00 98 Pads Sticky Note, Assorted Color (1/8 Size) 30 4,350.00 99 Pcs Archfile A4 Size 41 10,250.00 100 Pcs Brother Dcp-t710w, Black 5 2,250.00 101 Pcs Brother Dcp-t710w, Cyan 5 2,250.00 102 Pcs Brother Dcp-t710w, Yellow 5 2,250.00 103 Pcs Brother Dcp-t710w, Magenta 5 2,250.00 104 Ream Bond Paper Short 4 840.00 105 Boxes Sign Pen, Size 0.7, Blue 5 900.00 106 Boxes Sign Pen, Size 0.7, Black 5 900.00 107 Boxes Sign Pen, S2500, Blue, 0.5 5 750.00 108 Boxes Ballpen (red), 50's 5 1,500.00 109 Pcs Optical Mouse, Small Wireless 5 3,000.00 110 Pcs Mouse Pad, Small 5 400.00 111 Pcs Extension (wheel) Wire, 15 Mm 5 5,500.00 112 Pcs Extension Wire, 10mm 2 1,600.00 113 Pcs Extension Wire, 5mm 1 600.00 114 Pcs Extension Wire, 3mm 1 500.00 115 Pcs Extented Mouse Pad (70cmx30cm) 5 2,000.00 116 Pcs Wall Clock 1 700.00 117 Pcs External Hard Drive, 1 Tb 6 21,000.00 118 Pcs Folder , A4, Cream 50 1,000.00 119 Pcs Expanding Envelope, A4 50 750.00 120 Pcs Wet Wipes 12 1,800.00 121 Packs Sticky Note Medium 20 1,400.00 122 Pcs Epson Lq 310, Ribbon Cartridge , Black 5 3,500.00 123 Unit Transistor Radio, W/ Am/fm , Rechargeable And Battery Operated 500 175,000.00 124 Pcs Transparent Envelope, Without Handle, Short 500 5,000.00 125 Pack Vellum Board Paper, Legal, White, 90gsm, 10 Pcs Per Pack 10 600.00 126 Ream Certificate Paper, (parchment Paper, Legal, Size, White 2 2,000.00 127 Pcs Paper Cutter (metal, With Size Indicator And Paper Adjuster, Can Cut A4 And Legal Size Paper) 1 2,500.00 128 Pcs Meter Stick (metal) 10 1,500.00 Office And Training Supplies For Fy 2025 1st Semester Under Cfidp Program Item Number Unit Description Quantity Total 1 Ream Bond Paper, A4 77 16,940.00 2 Pcs Id Card Jacket With Elastic Sling 645 11,610.00 3 Ream Laid Paper,a4, Creamy White, 500pcs 7 7,700.00 4 Rolls Masking Tape 1 106 2,120.00 5 Pcs Archfile Long, Black 137 23,290.00 6 Pack Construction Paper Assorted Color, A4 29 8,700.00 7 Boxes Permanent Marker, 12s, Broad, Black 57 8,550.00 8 Boxes White Board Marker, 12's, Broad, Black 25 12,750.00 9 Pcs Stapler, Medium, White 5 3,000.00 10 Pcs Stapler, Heavy Duty, Large 3 3,900.00 11 Boxes Stapler Wire #35 45 1,575.00 12 Pcs Scissor, Heavy Duty 8 2,000.00 13 Pcs Transparent Ruler (12”) 3 150.00 14 Pcs Cutter, Heavy Duty 3 300.00 15 Pcs Cutting Map Pad 3 600.00 16 Pcs Puncher 4 680.00 17 Boxes Paper Clip 2 Inch 45 1,350.00 18 Boxes Paper Binder Clip 1 Inch 45 1,350.00 19 Pcs Storage Plastic Box, 150 L 3 4,500.00 20 Pcs Paper Glue (250 Ml) 31 3,100.00 21 Packs Photo Paper, A4 40 4,000.00 22 Pcs Manila Paper 100 1,000.00 23 Pcs Logbook (100 Leaves) 1 90.00 24 Rolls Tissue , 2 Ply 30 1,200.00 25 Pcs Alcohol, 70% Isophrophyl, 1 Liter 22 5,500.00 26 Boxes Canon Laid Paper, Cream A4 8 8,800.00 27 Ream Construction Paper , Long 10 2,500.00 28 Pcs Correction Tape 10 800.00 29 Box Crayons (big) 32 5,920.00 30 Box Crayons (medium) 20 2,000.00 31 Psc Expanding Envelope , Long 50 5,000.00 32 Set Highlighter (assorted Color) 5 2,100.00 33 Box Pentel Pen, Black Fine 10 1,800.00 34 Boxes Sign Pen, Size 0.5 Mm Blue 10 1,500.00 35 Box Push Pin (medium) 10 500.00 36 Pcs Steel Rack , 4 Layers 3 15,000.00 37 Box Ballpen (boxes) 50's 10 3,000.00 38 Packs Battery Aa, 4's 10 2,000.00 39 Boxes Bond Paper Long, Sub 20 (box) 5 5,625.00 40 Pcs Certificate Holder, A4 100 6,000.00 41 Packs Construction Paper, Short 10 2,300.00 42 Pcs Epson Ink L3210, Black 65 22,750.00 43 Pcs Epson Ink L3210, Cyan 65 22,750.00 44 Pcs Epson Ink L3210, Yellow 65 22,750.00 45 Pcs Epson Ink L3210, Magenta 65 22,750.00 46 Boxes Sign Pen, Size 0.5 Mm Black 10 1,500.00 47 Pcs Double Sided Tape 1 Inch 10 300.00 48 Pcs Clearbook (a4) 20 1,000.00 49 Pcs Storage File Box (12x16) 2 3,000.00 50 Rolls Binding Tape 5 1,000.00 51 Rolls Duct Tape 5 500.00 52 Bottles Brother (dcp-yy20w) Printer Ink (bt5000-cyan) 45 20,250.00 53 Bottles Brother (dcp-yy20w) Printer Ink (bt5000-yellow) 45 20,250.00 54 Bottles Brother (dcp-yy20w) Printer Ink (bt5000-magenta ) 45 20,250.00 55 Bottles Brother (dcp-yy20w) Printer Ink (bt5000-black ) 45 20,250.00 56 Pcs Mesh File Organizer, 4 Layers 20 20,000.00 57 Pcs Usb Flash Drive (64gb) 165 57,750.00 58 Pcs Storage Box , White/transparent, 60 L) 1 500.00 59 Pcs Archfile A4 Size 1 250.00 60 Unit Transistor Radio, W/ Am/fm , Rechargeable And Battery Operated 500 175,000.00 61 Pcs Transparent Envelope, Without Handle, Short 500 5,000.00 Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness, And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. In Case Of Renewal Of Regular And Recurring Services, The Procuring Entity Must Indicate Here The Technical Requirements For The Service Provider, Which Must Include The Set Criteria In The Conduct Of Its Performance Evaluation. Technical Specifications Item Specification Statement Of Compliance 1 General Requirements: all Items Must Be Brand New, Unused, And Of High Quality. products Must Have At Least 6 Months To 1-year Warranty. the Supplier Must Be Philgeps Platinum-registered And Provide The Following: mayor’s/business Permit audited Financial Statements income/business Tax Returns omnibus Sworn Statement philgeps Certificate Of Registration And Membership [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 2 Delivery Terms: first Delivery (50%) – On Or Before 20 Calendar Days From The Notice To Proceed (ntp). final Delivery (50%) – On Or Before 40 Calendar Days From The Ntp. items Will Be Inspected And Accepted By The Designated Committee Before Final Acceptance. the Payment Shall Be Processed On A Progressive Billing Basis, Subject To The Completion Of Each Delivery And Compliance With All Documentary Requirements late Deliveries Will Be Subject To A Penalty Of 1% Per Day Of Delay, Based On The Cost Of The Undelivered Items, Up To A Maximum Of 10% Of The Contract Price. the Supplier Must Notify The Procuring Entity At Least 3 Days Before Each Delivery For Inspection Scheduling all Deliverables Shall Be Delivered To Agricultural Training Institute Region 11, Datu Abdul Dadia, Panabo City, Davao Del Norte 3 Other Conditions: the Supplier Must Have Completed A Single Largest Completed Contract (slcc) Equivalent To At Least 25% Of The Abc. the Contract Price Is Inclusive Of Delivery Costs, Taxes, And Other Charges. defective, Substandard, Or Incorrect Items Must Be Replaced Within 7 Days At No Additional Cost. Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A.gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B.any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I.technical Component Envelope Class “a” Documents Legal Documents ⬜ (a)valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b)statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c)statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d)original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e)conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f)original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g)the Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h)if Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii.financial Component Envelope ⬜ (i)original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j)original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k)[for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (l)certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date6 Mar 2025
Tender AmountPHP 1.9 Million (USD 33.3 K)

National Farming Promotion Tender

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

BARANGAY STA ROSA, BALANGIGA EASTERN SAMAR Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description S P E C I F I C A T I O N S B.5 Project Billboard The Contractor Shall Install One (1) Billboard Measuring 8 Ft. X 8 Ft. Tarpaulin, In Front Of The Project Site. Project Billboard Shall Be Installed For Government Information Projects To Inform The Public Of The Implementation Of The Project And To Advise The Road Users Of The On-going Construction. Upon Completion Of The Work, All Signs Installed Shall Be Removed From The Site. 102(1) Roadway Excavation Removal Of Unsuitable Material Where The Plans Show The Top Portion Of The Roadbed To Be Selected Topping, All Unsuitable Materials Shall Be Excavated To The Depth Necessary For Replacement Of The Selected Topping To The Required Compacted Thickness. Where Excavation To The Finished Graded Section Results In A Subgrade Or Slopes Of Unsuitable Soil, The Engineer May Require The Contractor To Remove The Unsuitable Material And Backfill To The Finished Graded Section With Approved Material. The Contractor Shall Conduct His Operations In Such A Way That The Engineer Can Take The Necessary Cross-sectional Measurements Before The Backfill Is Placed. The Excavation Of Muck Shall Be Handled In A Manner That Will Not Permit The Entrapment Of Muck Within The Backfill. The Material Used For Backfilling Up To The Ground Line Or Water Level, Whichever Is Higher, Shall Be Rock Or Other Suitable Granular Material Selected From The Roadway Excavation, If Available. If Not Available, Suitable Material Shall Be Obtained From Other Approved Sources. Unsuitable Material Removed Shall Be Disposed Off In Designated Areas Shown On The Plans Or Approved By The Engineer. Item 201 – Aggregate Base Course 201.1 Description This Item Shall Consist Of Furnishing, Placing And Compacting An Aggregate Base Course On A Prepared Sub-grade/sub-base In Accordance With This Specification And The Lines, Grades, Thickness And Typical Cross-sections Shown On The Plans, Or As Established By The Lgu Project Engineer. 201.2 Material Requirements Aggregate For Base Course Shall Consist Of Hard, Durable Particles Or Fragments Of Crushed Stone, Crushed Slag Or Crushed Or Natural Gravel And Filler Of Natural Or Crushed Sand Or Other Finely Divided Mineral Matter. The Composite Material Shall Be Free From Vegetable Matter And Lumps Or Balls Of Clay, And Shall Be Of Such Nature That It Can Be Compacted Readily To Form A Firm, Stable Base. In Some Areas Where The Conventional Base Course Materials Are Scarce Or Non-available, The Use Of 40% Weathered Limestone Blended With 60% Crushed Stones Or Gravel Shall Be Allowed, Provided That The Blended Materials Meet The Requirements Of This Item. The Base Course Material Shall Conform To Table 201.1, Whichever Is Called For In The Bill Of Quantities Table 201.1 – Grading Requirements Sieve Designation Mass Percent Passing Standard, Mm Alternate Us Standard Grading A Grading B 50 2” 100 37.5 1-1/2” - 100 25.0 1” 60 – 85 - 19.0 ¾” - 60 – 85 12.5 ½” 35 – 65 - 4.75 No. 4 20 – 50 30 – 55 0.425 No. 40 5 – 20 8 – 25 0.075 No. 200 0 – 12 2 – 14 The Fraction Passing The 0.075 Mm (no. 200) Sieve Shall Not Be Greater Than 0.66 (two Thirds) Of The Fraction Passing The 0.425 Mm (no. 40) Sieve. The Fraction Passing The 0.425 Mm (no. 40) Sieve Shall Have A Liquid Limit Not Greater Than 25 And Plasticity Index Not Greater Than 6 As Determined By Aashto T 89 And T 90, Respectively. The Coarse Portion, Retained On A 2.00 Mm (no. 10) Sieve Shall Have A Mass Percent Of Wear Not Exceeding 50 By The Los Angeles Abrasion Test Determined By Aashto T 96. The Material Passing The 19 Mm (3/4 Inch) Sieve Shall Have A Soaked Cbr Value Of Not Less Than 80% As Determined By Aashto T 193. The Cbr Value Shall Be Obtained At The Maximum Dry Density (mdd) As Determined By Aashto T 180, Method D. If Filler, In Addition To That Naturally Present, Is Necessary For Meeting The Grading Requirements Or For Satisfactory Bonding, It Shall Be Uniformly Blended With The Base Course Material On The Road Or In A Pug Mill Unless Otherwise Specified Or Approved. Filler Shall Be Taken From Sources Approved By The Lgu Project Engineer, Shall Be Free From Hard Lumps And Shall Not Contain More Than 15 Percent Of Material Retained On The 4.75 Mm (no. 4) Sieve. 201.3 Construction Requirements 201.3.1 Preparation Of Existing Surface The Existing Surface Shall Be Graded And Finished As Provided Under Item 105, Sub-grade Preparation, Before Placing The Base Material. 201.3.2 Placing It Shall Be In Accordance With All The Requirements Of Subsection 200.3.2, Placing. 201.3.3 Spreading And Compacting It Shall Be In Accordance With All The Requirements Of Subsection 200.3.3, Spreading And Compacting. 201.3.4 Additional Filler Additional Filler, When Required And When Not Added At The Screening Plant, Shall Be Spread In A Uniform Layer Over The Loosely Spread Base Material As Specified By The Lgu Project Engineer, Scarified By Appropriate Heavy Equipment And Then Watered And Mixed As Described Above. These Materials Are Incidental To The Work And No Payment Shall Be Made By The Project To The Contractor. 201.3.5 Trial Sections Trial Sections Shall Conform In All Respects To The Requirements Specified In Subsection 200.3.4. 201.3.6 Tolerances The Aggregate Base Course Shall Be Laid To The Designed Level And Transverse Slopes Shown On The Plans. The Allowable Tolerances Shall Be In Accordance With Following: Permitted Variation From Design Thickness Of Layer ± 10 Mm Permitted Variation From Design Level Of Surface + 5 Mm -10 Mm Permitted Surface Irregularity Measured By 3-m Straight-edge 5 Mm Permitted Variation From Design Crossfall Or Camber ± 0.2% Permitted Variation From Design Longitudinal Grade Over 25 M In Length ± 0.1% 201.4 Environmental Measures During The Course Of Hauling Operations, The Contractor Must At All Times Provide The Necessary Cover For The Dump Body Of The Hauling Equipment To Prevent Accidental Spoilage Of Earth Materials That Will Injure The Travelling Public Or People Living Near By. The Travel Route Of The Hauling Equipment’s Must Always Be Moist To Prevent Blowing Up Of Dusts Particles. Likewise, The Contractor Must Always Observe The Noise Level Of The Exhaust Mufflers Of The Heavy Equipment’s To Be At Minimum. Otherwise, Exhaust Muffler Must Be Provided With Silencers To Reduce Noise Levels Of The Hauling Equipment’s. Travelling Speed Of All Hauling Equipment’s Must Be Reduce When Passing Populated Areas Or At The School Site During School Days. Item 311 – Portland Cement Concrete Pavement 311.1 Description This Item Shall Consist Of Pavement Of Portland Cement Concrete, With Or Without Reinforcement, Constructed On The Prepared Base In Accordance With This Specification And In Conformity With Lines, Grades, Thickness And Typical Cross-section Shown On The Plans. 311.2 Material Requirements 311.2.1 Portland Cement Only Type I Portland Cement Shall Be Used Unless Otherwise Provided For In The Special Provisions. Different Brands Or The Same Brands From Different Mills Shall Not Be Mixed Nor Shall They Be Used Alternately Unless The Mix Is Approved By The Lgu Project Engineer. Cement Which For Any Reason Has Become Partially Set Or Which Contains Lumps Of Caked Cement Will Be Rejected. Cement Salvaged From Discarded Or Used Bags Shall Not Be Used. Samples Of Cement Shall Be Obtained In Accordance With Aashto T 127. 311.2.2 Fine Aggregate It Shall Consist Of Natural Sand, Stone Screenings Or Other Inert Materials With Similar Characteristics, Or Combinations Thereof, Having Hard, Strong And Durable Particles. Fine Aggregate From Different Sources Of Supply Shall Not Be Mixed Or Stored In The Same Pile Nor Used Alternately In The Same Class Of Concrete Without The Approval Of The Lgu Project Engineer. It Shall Not Contain More Than Three (3) Mass Percent Of Material Passing The 0.075 Mm (no. 200 Sieve) By Washing Nor More Than One (1) Mass Percent Each Of Clay Lumps Or Shale. The Use Of Beach Sand Will Not Be Allowed Without The Approval Of The Lgu Project Engineer. If The Fine Aggregate Is Subjected To Five (5) Cycles Of The Sodium Sulfate Soundness Test, The Weighted Loss Shall Not Exceed 10 Mass Percent. The Fine Aggregate Shall Be Free From Injurious Amounts Of Organic Impurities. If Subjected To The Colorimetric Test For Organic Impurities And A Color Darker Than The Standard Is Produced, It Shall Be Rejected. However, When Tested For The Effect Of Organic Impurities Of Strength Of Mortar By Aashto T 71, The Fine Aggregate May Be Used If The Relative Strength At 7 And 28 Days Is Not Less Than 95 Mass Percent. The Fine Aggregate Shall Be Well-graded From Coarse To Fine And Shall Conform To Table 311.1 Table 311.1 – Grading Requirements For Fine Aggregate Sieve Designation Mass Percent Passing 9.5 Mm (3/8 In) 100 4.75 Mm (no. 4) 95 – 100 2.36 Mm (no. 8) - 1.18 Mm (no. 16) 45 – 80 0.600 Mm (no. 30) - 0.300 Mm (no. 50) 5 – 30 0.150 Mm (no. 100) 0 – 10 311.2.3 Coarse Aggregate It Shall Consist Of Crushed Stone, Gravel, Blast Furnace Slag, Or Other Approved Inert Materials Of Similar Characteristics, Or Combinations Thereof, Having Hard, Strong, Durable Pieces And Free From Any Adherent Coatings. It Shall Contain Not More Than One (1) Mass Percent Of Material Passing The 0.075 Mm (no. 200) Sieve, Not More Than 0.25 Mass Percent Of Clay Lumps, Nor More Than 3.5 Mass Percent Of Soft Fragments. If The Coarse Aggregate Is Subjected To Five (5) Cycles Of The Sodium Sulfate Soundness Test, The Weighted Loss Shall Not Exceed 12 Mass Percent. It Shall Have A Mass Percent Of Wear Not Exceeding 40 When Tested By Aashto T 96. If The Slag Is Used, Its Density Shall Not Be Less Than 1120 Kg/m3 (70 Lb./cu. Ft.). The Gradation Of The Coarse Aggregate Shall Conform To Table 311.2. Only One Grading Specification Shall Be Used From Any One Source. Table 311.2 – Grading Requirement For Coarse Aggregate Sieve Designation Mass Percent Passing Standard Mm Alternate U. S. Standard Grading A Grading B Grading C 75.00 3 In. 100 - - 63.00 2-1/2 In. 90-100 100 100 50.00 2 In. - 90-100 95-100 37.5 1-1/2 In. 25-60 35-70 - 25.0 1 In. - 0-15 35-70 19.0 ¾ In. 0-10 - - 12.5 ½ In. 0-5 0-5 10-30 4.75 No. 4 - - 0-5 311.2.4 Water Water Used In Mixing, Curing Or Other Designated Application Shall Be Reasonably Clean And Free Of Oil, Salt, Acid, Alkali, Grass Or Other Substances Injurious To The Finished Product. Water Will Be Tested In Accordance With And Shall Meet The Requirements Of Item 714, Water. Water Which Is Drinkable May Be Used Without Test. Where The Source Of Water Is Shallow, The Intake Shall Be So Enclosed As To Exclude Silt, Mud, Grass Or Other Foreign Materials. 311.2.5 Reinforcing Steel It Shall Conform To The Requirements Of Item 404, Reinforcing Steel. Dowels And Tie Bars Shall Conform To The Requirements Of Aashto M 31 Or M 42, Except That Rail Steel Shall Not Be Used For Tie Bars That Are To Be Bent And Re-straightened During Construction. Tie Bars Shall Be Deformed Bars. Dowels Shall Be Plain Round Bars. Before Delivery To The Site Of Work, One-half Of The Length Of Each Dowel Shall Be Painted With One Coat Of Approved Lead Or Tar Paint. The Sleeves For Dowel Bars Shall Be Metal Of Approved Design To Cover 50 Mm ( 2 Inches), Plus Or Minus 5 Mm (1/4 Inch) Of The Dowel, With A Closed End, And With A Suitable Stop To Hold The End Of The Sleeve At Least 25 Mm (1 Inch) From The End Of The Dowel. Sleeves Shall Be Of Such Design That They Do Not Collapse During Construction. 311.2.6 Joint Fillers Poured Joint Fillers Shall Be Mixed Asphalt And Mineral Or Rubber Filler. Preformed Joint Filler Shall Conform To The Applicable Requirements. It Shall Be Punched To Admit The Dowels Where Called For In The Plans. The Filler For Each Joint Shall Be Furnished In A Single Piece For The Full Depth And Width Required For The Joint. 311.2.7 Admixtures Air-entraining Admixture Shall Conform To The Requirements Of Aashto M 154. Chemical Admixtures, If Specified Or Permitted, Shall Conform To The Requirements Of Aashto M 194. Fly Ash, If Specified Or Permitted As A Mineral Admixture And As 20% Partial Replacement Of Portland Cement In Concrete Mix Shall Conform To The Requirements Of Astm C 618. Admixture Should Be Added Only To The Concrete Mix To Produce Some Desired Modifications To The Properties Of Concrete Where Necessary, But Not As Partial Replacement Of Cement. 311.2.8 Curing Materials Curing Materials Shall Conform To The Following Requirements As Specified; A) Burlap Cloth - Aashto M 182 B) Liquid Membrane Forming Compounds - Aashto M 148 C) Sheeting (film) Materials - Aashto M 171 Cotton Mats And Water-proof Paper Can Be Used. 311.2.9 Calcium Chloride/calcium Nitrate It Shall Conform To Aashto M 144, If Specified Or Permitted By The Lgu Project Engineer, As Accelerator. 311.2.10 Storage Of Cement And Aggregate All Cement Shall Be Stored, Immediately Upon Delivery At The Site, In Weatherproof Building Which Will Protect The Cement From Dampness. The Floor Shall Be Raised From The Ground. The Buildings Shall Be Placed In Locations Approved By The Lgu Project Engineer. Provisions For Storage Shall Be Ample, And The Shipments Of Cement As Received Shall Be Separately Stored In Such A Manner As To Allow The Earliest Deliveries To Be Used First And To Provide Easy Access For Identification And Inspection Of Each Shipment. Storage Buildings Shall Have Capacity For Storage Of A Sufficient Quantity Of Cement To Allow Sampling At Least Twelve (12) Days Before The Cement Is To Be Used. Bulk Cement, If Used, Shall Be Transferred To Elevated Air Tight And Weatherproof Bins. Stored Cement Shall Meet The Test Requirements At Any Time After Storage When Retest Is Ordered By The Lgu Project Engineer. At The Time Of Use, All Cement Shall Be Free-flowing And Free Of Lumps. The Handling And Storing Of Concrete Aggregates Shall Be Such As To Prevent Segregation Or The Inclusion Of Foreign Materials. The Lgu Project Engineer May Require That Aggregates Be Stored On Separate Platforms At Satisfactory Locations. In Order To Secure Greater Uniformity Of Concrete Mix, The Lgu Project Engineer May Require That The Coarse Aggregate Be Separated Into Two Or More Sizes. Different Sizes Of Aggregate Shall Be Stored In Separate Bins Or In Separate Stockpiles Sufficiently Removed From Each Other To Prevent The Material At The Edges Of The Piles From Becoming Intermixed. 311.2.11 Proportioning, Consistency And Strength Of Concrete The Contractor Shall Prepare The Design Mix Based On The Absolute Volume Method As Outlined In The American Concrete Institute (aci) Standard 211.1, “recommended Practice For Selecting Proportions For Normal And Heavyweight Concrete”. It Is The Intent Of This Specification To Require At Least 364 Kg Of Cement Per Cubic Meter Of Concrete To Meet The Minimum Strength Requirements. The Lgu Project Engineer Shall Determine From Laboratory Tests Of The Materials To Be Used, The Cement Content And The Proportions Of Aggregate And Water That Will Produce Workable Concrete Having A Slump Of Between 40 And 75 Mm (1-1/2 And 3 Inches) If Not Vibrated Or Between 10 And 40 Mm (1/2 And 1-1/2 Inches) If Vibrated, And A Flexural Strength Of Not Less Than 3.8 Mpa (550 Psi) When Tested By The Third-point Method Or 4.5 Mps (650 Psi) When Tested By The Mid-point Method At Fourteen (14) Days In Accordance With Aashto T97 And T177, Respectively; Or A Compressive Strength Of 24.1 Mps (3500 Psi) For Cores Taken At Fourteen (14) Days And Tested In Accordance With Aashto T24. Slump Shall Be Determined Using Aashto T 119. The Designer Shall Consider The Use Of Lean Concrete (econcrete) Mixtures Using Local Materials Or Specifically Modified Conventional Concrete Mixes In Base Course And In The Lower Course Composite, Monolithic Concrete Pavements Using A Minimum Of 75 Mm (3 Inches) Of Conventional Concrete As The Surface Course. The Mix Design Shall Be Submitted To The Lgu Project Engineer For Approval And Shall Be Accompanied With Certified Test Data From An Approved Laboratory Demonstrating The Adequacy Of The Mix Design. A Change In The Source Of Materials During The Progress Of Work May Necessitate A New Design Mix. 311.3 Construction Requirements 311.3.1 Quality Control Of Concrete 1. General The Contractor Shall Be Responsible For The Quality Control Of All Materials During The Handling, Blending, And Mixing And Placement Operations. 2. Quality Control Plan The Contractor Shall Furnish The Lgu Project Engineer A Quality Control Plan Detailing His Production Control Procedures And The Type And Frequency Of Sampling And Testing To Insure That The Concrete Produces Complies With The Specifications. The Lgu Project Engineer Shall Be Provided Free Access To Recent Plant Production Records, And If Requested, Informational Copies Of Mix Design, Materials Certifications And Sampling And Testing Reports. 3. Qualification Of Workmen Experienced And Qualified Personnel Shall Perform All Batching Or Mixing Operation For The Concrete Mix, And Shall Be Present At The Plant And Job Site To Control The Concrete Productions Whenever The Plant Is In Operation. They Shall Be Identified And Duties Defined As Follows: A. Concrete Batcher. The Person Performing The Batching Or Mixing Operation Shall Be Capable Of Accurately Conducting Aggregate Surface Moisture Determination And Establishing Correct Scale Weights For Concrete Materials. He Shall Be Capable Of Assuring That The Proportioned Batch Weights Of Materials Are In Accordance With The Mix Design. B. Concrete Technician. The Person Responsible For Concrete Production Control And Sampling And Testing For Quality Control Shall Be Proficient In Concrete Technology And Shall Have A Sound Knowledge Of The Specifications As They Relate To Concrete Production. He Shall Be Capable Of Conducting Tests On Concrete And Concrete Materials In Accordance With These Specifications. He Shall Be Capable Of Adjusting Concrete Mix Designs For Improving Workability And Specification Compliance And Preparing Trial Mix Designs. He Shall Be Qualified To Act As The Concrete Batcher In The Batcher’s Absence. 4. Quality Control Testing The Contractor Shall Perform All Sampling, Testing And Inspection Necessary To Assure Quality Control Of The Component Materials And The Concrete. The Contractor Shall Be Responsible For Determining The Gradation Of Fine And Coarse Aggregates And For Testing The Concrete Mixture For Slump, Air Content, Water-cement Ratio And Temperature. He Shall Conduct His Operations So As To Produce A Mix Conforming To The Approved Mix Design. 5. Documentation The Contractor Shall Maintain Adequate Records Of All Inspections And Tests. The Records Shall Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And Rejected, And Nature Of Any Corrective Action Taken. The Lgu Project Engineer May Take Independent Assurance Samples At Random Location For Acceptance Purposes As He Deems Necessary. 311.3.2 Equipment Equipment And Tools Necessary For Handling Materials And Performing All Parts Of The Work Shall Be Approved By The Lgu Project Engineer As To Design, Capacity And Mechanical Condition. The Equipment Shall Be At The Jobsite Sufficiently Ahead Of The Start Of Construction Operations To Be Examined Thoroughly And Approved. 1. Batching Plant And Equipment A. General. The Batching Shall Include Bins, Weighing Hoppers, And Scales For The Fine Aggregate And For Each Size Of Coarse Aggregate. If Cement Is Used In Bulk, A Bin, A Hopper, And Separate Scale For Cement Shall Be Included. The Weighing Hopper Shall Be Properly Sealed And Vented To Preclude Dusting Operation. The Batch Plant Shall Be Equipped With A Suitable Non-resettable Batch Counter Which Will Correctly Indicate The Number Of Batches Proportioned. B. Bins And Hoppers. Bins With Adequate Separate Compartments For Fine Aggregate And For Each Size Of Coarse Aggregate Shall Be Provided In The Batching Plant. C. Scales. Scales For Weighing Aggregates And Cement Shall Be Of Either The Beam Type Or The Spring-less-dial Type. They Shall Be Accurate Within One-half Percent (0.5%) Throughout The Range Of Use. Poises Shall Be Designed To Be Locked In Any Position And To Prevent Unauthorized Change. Scales Shall Be Inspected And Sealed As Often As The Lgu Project Engineer May Deem Necessary To Assure Their Continued Accuracy. D. Automatic Weighing Devices. Unless Otherwise Allowed On The Contract, Batching Plants Shall Be Equipped With Automatic Weighing Devices Of An Approved Type To Proportion Aggregates And Bulk Cement. 2. Mixers. A. General. Concrete May Be Mixed At The Site Of Construction Or At A Central Plant, Or Wholly Or In Part In Truck Mixers. Each Mixer Shall Have A Manufacturer’s Plate Attached In A Prominent Place Showing The Capacity Of The Drum In Terms Of Volume Of Mixed Concrete And The Speed Of Rotation Of The Mixing Drum Or Blades. B. Mixers At Site Of Construction. Mixing Shall Be Done In An Approved Mixer Capable Of Combining The Aggregates, Cement And Water Into A Thoroughly Mixed And Uniform Mass Within The Specified Mixing Period And Discharging And Distributing The Mixture Without Segregation On The Prepared Grade. The Mixer Shall Be Equipped With An Approved Timing Device Which Will Automatically Lock The Discharge Lever When The Drum Has Been Charged And Released It At The End Of The Mixing Period. In Case Of Failure Of The Timing Device, The Mixer May Be Used For The Balance Of The Day While It Is Being Repaired, Provided That Each Batch Is Mixed 90 Seconds. The Mixer Shall Be Equipped With A Suitable Non-resettable Batch Counter Which Shall Correctly Indicate The Number Of The Batches Mixed. C. Truck Mixer And Truck Agitators. Truck Mixers Used For Mixing And Hauling Concrete, And Truck Agitators Used For Hauling Central-mixed Concrete, Shall Conform To The Requirements Of Aashto M 157. D. Non-agitator Truck. Bodies Of Non-agitating Hauling Equipment For Concrete Shall Be Smooth, Mortar-tight Metal Containers And Shall Be Capable Of Discharging The Concrete At A Satisfactory Controlled Rate Without Segregation. 3. Paving And Finishing Equipment The Concrete Shall Be Placed With An Approved Paver Designed To Spread, Consolidate, Screed And Float Finish The Freshly Placed Concrete In One Complete Pass Of The Machine In Such A Manner That A Minimum Of Hand Finishing Will Be Necessary To Provide A Dense And Homogeneous Pavement In Conformance With The Plans And Specifications. The Finishing Machine Shall Be Equipped With At Least Two (2) Oscillating Type Transverse Screed. Vibrators Shall Operate At A Frequency Of 8,300 To 9,600 Impulses Per Minute Under Load At A Maximum Spacing Of 60 Cm. 4. Concrete Saw The Contractor Shall Provide Sawing Equipment In Adequate Number Of Units And Power To Complete The Sawing With Water-cooled Diamond Edge Saw Blade Or An Abrasive Wheel To The Required Dimensions And At The Required Rate. He Shall Provide At Least One (1) Stand-by Saw In Good Working Condition And With An Ample Supply Of Saw Blades. 5. Forms Forms Shall Be Of Steel, Of An Approved Section, And Of Depth Equal To The Thickness Of The Pavement At The Edge. The Base Of The Forms Shall Be Of Sufficient Width To Provide Necessary Stability In All Directions. The Flange Braces Must Extend Outward On The Base To Not Less Than 2/3 The Height Of The Form. All Forms Shall Be Rigidly Supported On Bed Of Thoroughly Compacted Material During The Entire Operation Of Placing And Finishing The Concrete. Forms Shall Be Provided With Adequate Devices For Secure Setting So That When In Place, They Will Withstand, Without Visible Spring Or Settlement, The Impact And Vibration Of The Consolidation And Finishing Or Paving Equipment. 311.3.3 Preparation Of Grade After The Sub-grade Of Base Has Been Placed And Compacted To The Required Density, The Areas Which Will Support The Paving Machine And The Grade On Which The Pavement Is To Be Constructed Shall Be Trimmed To The Proper Elevation By Means Of A Properly Designed Machine Extending The Prepared Work Areas Compacted At Least 60 Cm Beyond Each Edge Of The Proposed Concrete Pavement. If Loss Of Density Results From The Trimming Operations, It Shall Be Restored By Additional Compaction Before Concrete Is Placed. If Any Traffic Is Allowed To Use The Prepared Sub-grade Or Base, The Surface Shall Be Checked And Corrected Immediately Ahead Of The Placing Concrete. The Sub-grade Or Base Shall Be Uniformly Moist When The Concrete Is Placed. 311.3.4 Setting Forms 1. Base Support. The Foundation Under The Forms Shall Be Hard And True To Grade So That The Form When Set Will Be Firmly In Contact For Its Whole Length And At The Specified Grade. (any Roadbed, Which At The Form Line Is Found Below Established Grade, Shall Be Filled With Approved Granular Materials To Grade In Lifts Of Three (3) Cm Or Less, And Thoroughly Re-rolled Or Tamped.) Imperfections Or Variations Above Grade Shall Be Corrected By Tamping Or By Cutting As Necessary. 2. Form Setting Forms Shall Be Set Sufficiently In Advance Of The Point Where Concrete Is Being Placed. After The Forms Have Been Set To Correct Grade, The Grade Shall Be Thoroughly Tamped, Mechanically Or By Hand, At Both The Inside And Outside Edges Of The Base Of The Forms. The Forms Shall Not Deviate From True Line Bv More Than One (1) Cm At Any Point. 3. Grade And Alignment The Alignment And Grade Elevations Of The Forms Shall Be Checked And Corrections Made By The Contractor Immediately Before Placing The Concrete. Testing As To Crown And Elevation, Prior To Placing Of Concrete Can Be Made By Means Of Holding An Approved Template In A Vertical Position And Moved Backward And Forward On The Forms. When Any Form Has Been Disturbed Or Any Grade Has Become Unstable, The Form Shall Be Reset And Rechecked. 311.3.5 Conditioning Of Sub-grade Or Base Course When Side Forms Have Been Securely Set To Grade, The Sub-grade Or Base Course Shall Be Brought To Proper Cross-section. High Areas Shall Be Trimmed To Proper Elevation. Low Areas Shall Be Filled And Compacted To A Condition Similar To That Of Surrounding Grade. The Finished Grade Shall Be Maintained In A Smooth And Compacted Condition Until The Pavement Is Placed. Unless Waterproof Sub-grade Or Base Course Cover Material Is Specified, The Sub-grade Or Base Course Shall Be Uniformly Moist When The Concrete Is Placed. If It Subsequently Becomes Too Dry, The Sub-grade Or Base Course Shall Be Sprinkled, But The Method Of Sprinkling Shall Not Be Such As To Form Mud Or Pools Of Water. 311.3.6 Handling, Measuring And Batching Materials The Batch Plant Site, Layout, Equipment And Provisions For Transporting Material Shall Be Such As To Assure A Continuous Supply Of Material To The Work. Stockpiles Shall Be Built Up In Layers Of Not More Than One (1) Meter In Thickness. Each Layer Shall Be Completely In Place Before Beginning The Next Which Shall Not Be Allowed To “cone” Down Over The Next Lower Layer. Aggregates From Different Sources And Of Different Grading Shall Not Be Stockpiled Together. All Washed Aggregates And Aggregates Produced Or Handled By Hydraulic Methods, Shall Be Stockpiled Or Binned For Draining At Least Twelve (12) Hours Before Being Batched. When Mixing Is Done At The Side Of The Work, Aggregates Shall Be Transported From The Batching Plant To The Mixer In Batch Boxes, Vehicle Bodies, Or Other Containers Of Adequate Capacity And Construction To Properly Carry The Volume Required. Partitions Separating Batches Shall Be Adequate And Effective To Prevent Spilling From One Compartment To Another While In Transit Or Being Dumped. When Bulk Cement Is Used, The Contractor Shall Use A Suitable Method Of Handling The Cement From Weighing Hopper To Transporting Container Or Into The Batch Itself For Transportation To The Mixer, With Chute, Boot Or Other Approved Device, To Prevent Loss Of Cement, And To Provide Positive Assurance Of The Actual Presence In Each Batch Of The Entire Cement Content Specified. Bulk Cement Shall Be Transported To The Mixer In Tight Compartments Carrying The Full Amount Of Cement Required For The Batch. However, If Allowed In The Special Provisions, It May Be Transported Between The Fine And Coarse Aggregate. When Cement Is Placed In Contact With The Aggregates, Batches May Be Rejected Unless Mixed Within 1-1/2 Hours Of Such Contact. Cement In Original Shipping Packages May Be Transported On Top Of The Aggregates, Each Batch Containing The Number Of Sacks Required By The Job Mix. The Mixer Shall Be Charged Without Loss Of Cement. Batching Shall Be So Conducted As To Result In The Weight To Each Material Required Within A Tolerance Of One (1) Percent For The Cement And Two (2) Percent For Aggregates. Water May Be Measured Either By Volume Or By Weight. The Accuracy Of Measuring The Water Shall Be Within A Range Of Error Of Not Over Than One (1) Percent. Unless The Water Is To Be Weighed, The Water-measuring Equipment Shall Include An Auxiliary Tank From Which The Measuring Tank Shall Be Equipped With An Outside Tap And Valve To Provide Checking The Setting, Unless Other Means Are Provided For Readily And Accurately Determining The Amount Of Water In The Tank. The Volume Of The Auxiliary Tank Shall Be At Least Equal To That Of The Measuring Tank. 311.3.7 Mixing Concrete The Concrete May Be Mixed At The Site Of The Work In A Central-mix Plant, Or In Truck Mixers. The Mixer Shall Be Of An Approved Type And Capacity. Mixing Time Will Be Measured From The Time All Materials, Except Water, Are In The Drum. Ready-mixed Concrete Shall Be Mixed And Delivered In Accordance With Requirements Of Aashto M 157, Except That The Minimum Required Revolutions At The Mixing Speed For Transit-mixed Concrete May Be Reduced To Not Less Than That Recommended By The Mixer Manufacturer. The Number Of Revolutions Recommended By The Mixer Manufacturer Shall Be Indicated On The Manufacturer’s Serial Plate Attached To The Mixer. The Contractor Shall Furnish Test Data Acceptable To The Lgu Project Engineer Verifying That The Make And Model Of The Mixer Will Produce Uniform Concrete Conforming To The Provision Of Aashto M 157 At The Reduced Number Of Revolutions Shown On The Serial Plate. When Mixed At The Site Or In A Central Mixing Plant, The Mixing Time Shall Not Be Less Than Fifty (50) Seconds Nor More Than Ninety (90) Seconds, Unless Mixer Performance Tests Prove Adequate Mixing Of The Concrete Is A Shorter Time Period. Four (4) Seconds Shall Be Added To The Specified Mixing Time If Timing Starts At The Instant The Skip Reaches Its Maximum Raised Positions. Mixing Time Ends When The Discharge Chute Opens. Transfer Time In Multiple Drum Mixers Is Included In Mixing Time. The Contents Of An Individual Mixer Drum Shall Be Removed Before A Succeeding Batch Is Emptied Therein. The Mixer Shall Be Operated At The Drum Speed As Shown On The Manufacturer’s Name Plate Attached On The Mixer. Any Concrete Mixed Less Than The Specified Time Shall Be Discarded And Disposed Off By The Contractor At His Expense. The Volume Of Concrete Mixed Per Batch Shall Not Exceed The Mixer’s Nominal Capacity In Cubic Metre, As Shown On The Manufacturer’s Standard Rating Plate On The Mixer, Except That An Overload Up To Ten (10) Percent Above The Mixer’s Nominal Capacity May Be Permitted Provided Concrete Test Data For Strength, Segregation, And Uniform Consistency Are Satisfactory, And Provided No Spillage Of Concrete Takes Place. The Batches Shall Be So Charged Into The Drum That A Portion Of The Mixing Water Shall Be Entered In Advance Of The Cement And Aggregates. The Flow Of Water Shall Be Uniform And All Water Shall Be In The Drum By The End Of The First Fifteen (15) Seconds Of The Mixing Period. The Throat Of The Drum Shall Be Kept Free Of Such Accumulations As May Restrict The Free Flow Of Materials Into The Drum. Mixed Concrete From The Central Mixing Plant Shall Be Transported In Truck Mixers, Truck Agitators Or Non-agitating Truck Specified In Subsection 311.3.2, Equipment. The Time Elapsed From The Time Water Is Added To The Mix Until The Concrete Is Deposited In Place At The Site Shall Not Exceed Forty Five (45) Minutes When The Concrete Is Hauled In Non-agitating Trucks, Nor Ninety (90) Minutes When Hauled In Truck Mixers Or Truck Agitators, Except That In Hot Weather Or Under Other Conditions Contributing To Quick Hardening Of The Concrete, The Maximum Allowable Time May Be Reduced By The Lgu Project Engineer. In Exceptional Cases And When Volumetric Measurements Are Authorized For Small Project Requiring Less Than 75 Cu.m. Of Concrete Per Day Of Pouring, The Weight Proportions Shall Be Converted To Equivalent Volumetric Proportions. In Such Cases, Suitable Allowance Shall Be Made For Variations In The Moisture Condition Of The Aggregates, Including The Bulking Effect In The Fine Aggregate. Batching And Mixing Shall Be In Accordance With Astm C 685, Section 6 Through 9. Concrete Mixing By Chute Is Allowed Provided That A Weighing Scale For Determining The Batch Weight Will Be Used. Retendering Concrete By Adding Water Or By Other Means Shall Not Be Permitted, Except That When Concrete Is Delivered In Truck Mixers, Additional Water May Be Added To The Batch Materials And Additional Mixing Performed To Increase The Slump To Meet The Specified Requirements, If Permitted By The Lgu Project Engineer, Provided All These Operations Are Performed Within Forty-five (45) Minutes After The Initial Mixing Operation And The Water-cement Ratio Is Not Exceeded. Concrete That Is Not Within The Specified Slump Limits At The Time Of Placement Shall Not Be Used. Admixtures For Increasing The Workability Or For Accelerating The Setting Of The Concrete Will Be Permitted Only When Specifically Approved By The Lgu Project Engineer. 311.3.8 Limitation Of Mixing No Concrete Shall Be Mixed, Placed Or Finished When Natural Light Is Insufficient, Unless An Adequate And Approved Artificial Lighting System Is Operated. During Hot Weather, The Lgu Project Engineer Shall Require That Steps Be Taken To Prevent The Temperature Of Mixed Concrete From Exceeding A Maximum Temperature Of (900f 320c). Concrete Not In Place Within Ninety (90) Minutes From The Time The Ingredients Were Charged Into The Mixing Drum Or That Has Developed Initial Set Shall Not Be Used. Retendering Of Concrete Or Mortar Which Has Partially Hardened, That Is Remixing With Or Without Additional Cement, Aggregate, Or Water, Shall Not Be Permitted. In Order That The Concrete May Be Properly Protected Against The Effects Of Rain Before The Concrete Is Sufficiently Hardened, The Contractor Will Be Required To Have Available At All Times Materials For The Protection Of The Edges And Surface Of The Unhardened Concrete. 311.3.9 Placing Concrete Concrete Shall Be Deposited In Such A Manner To Require Minimal Rehandling. Unless Truck Mixers Or Non-agitating Hauling Equipment Are Equipped With Means To Discharge Concrete Without Segregation Of The Materials, The Concrete Shall Be Unloaded Into An Approved Spreading Device And Mechanically Spread On The Grade In Such A Manner As To Prevent Segregation. Placing Shall Be Continuous Between Transverse Joints Without The Use Of Intermediate Bulkheads. Necessary Hand Spreading Shall Be Done With Shovels, Not Rakes. Workmen Shall Not Be Allowed To Walk In The Freshly Mixed Concrete With Boots Or Shoes Coated With Earth Or Foreign Substances. When Concrete Is To Be Placed Adjoining A Previously Constructed Lane And Mechanical Equipment Will Be Operated Upon The Existing Lane, That Previously Constructed Lane Shall Have Attained The Strength For Fourteen (14) Day Concrete. If Only Finishing Equipment Is Carried On The Existing Lane, Paving In Adjoining Lanes May Be Permitted After Three (3) Days. Concrete Shall Be Thoroughly Consolidated Against And Along The Faces Of All Forms And Along The Full Length And On Both Sides Of All Joint Assemblies, By Means Of Vibrators Inserted In The Concrete. Vibrators Shall Not Be Permitted To Come In Contact With A Joint Assembly, The Grade, Or A Side Form. In No Case Shall The Vibrator Be Operated Longer Than Fifteen (15) Seconds In Any One Location. Concrete Shall Be Deposited As Near As Possible To The Expansion And Contraction Joints Without Disturbing Them, But Shall Not Be Dumped From The Discharge Bucket Or Hopper Into A Joint Assembly Unless The Hopper Is Well Centered On The Joint Assembly. Should Any Concrete Material Fall On Or Be Worked Into The Surface Of A Complete Slab, It Shall Be Removed Immediately. 311.3.10 Test Specimens As Work Progresses, At Least One (1) Set Consisting Of Three (3) Concrete Beam Test Specimens, 150 Mm X 150 Mm X 525 Mm Or 900 Mm Shall Be Taken From Each 330 M2 Of Pavement, 230 Mm Depth, Or Fraction Thereof Placed Each Day. Test Specimens Shall Be Made Under The Supervision Of The Lgu Project Engineer, And The Contractor Shall Provide All Concrete And Other Facilities Necessary In Making The Test Specimens And Shall Protect Them From Damage By Construction Operations. Cylinder Samples Shall Not Be Used As Substitute For Determining The Adequacy Of The Strength Of Concrete. The Beams Shall Be Made, Cured, And Tested In Accordance With Aashto T 23 And T 97. 311.3.11 Strike-off Of Concrete And Placement Of Reinforcement Following The Placing Of The Concrete, It Shall Be Struck Off To Conform To The Cross-section Shown On The Plans And To An Elevation Such That When The Concrete Is Properly Consolidated And Finished, The Surface Of The Pavement Will Be At The Elevation Shown On The Plans. When Reinforced Concrete Pavement Is Placed In Two (2) Layers, The Bottom Layer Shall Be Struck Off And Consolidated To Such Length And Depth That The Sheet Of Fabric Or Bar Mat May Be Laid Full Length On The Concrete In Its Final Position Without Further Manipulation. The Reinforcement Shall Then Be Placed Directly Upon The Concrete, After Which The Top Layer Of The Concrete Shall Be Placed, Struck Off And Screened. Any Portion Of The Bottom Layer Of Concrete Which Has Been Placed More Than 30 Minutes Without Being Covered With The Top Layer Shall Be Removed And Replaced With Freshly Mixed Concrete At The Contractor’s Expense. When Reinforced Concrete Is Placed In One Layer, The Reinforcement May Be Firmly Positioned In Advance Of Concrete Placement Or It May Be Placed At The Depth Shown On The Plans In Plastic Concrete, After Spreading By Mechanical Or Vibratory Means. Reinforcing Steel Shall Be Free From Dirt, Oil, Paint, Grease, Mill Scale And Loose Or Thick Rust Which Could Impair Bond Of The Steel With The Concrete. 311.3.12 Joints Joints Shall Be Constructed Of The Type And Dimensions, And At The Locations Required By The Plans Or Special Provisions. All Joints Shall Be Protected From The Intrusion Of Injurious Foreign Material Until Sealed. 1. Longitudinal Joint Deformed Steel Tie Bars Of Specified Length, Size, Spacing And Materials Shall Be Placed Perpendicular To The Longitudinal Joints, They Shall Be Placed By Approved Mechanical Equipment Or Rigidly Secured By Chair Or Other Approved Supports To Prevent Displacement. Tie Bars Shall Not Be Painted Or Coated With Asphalt Or Other Materials Or Enclosed In Tubes Or Sleeves. When Shown On The Plans And When Adjacent Lanes Of Pavement Are Constructed Separately, Steel Side Forms Shall Be Used Which Will Form A Keyway Along The Construction Joint. Tie Bars, Except Those Made Of Rail Steel, May Be Bent At Right Angles Against The Form Of The First Lane Constructed And Straightened Into Final Position Before The Concrete Of The Adjacent Lane Is Placed, Or In Lieu Of Bent Tie Bars, Approved Two-piece Connectors May Be Used. Longitudinal Formed Joints Shall Consist Of A Groove Or Cleft, Extending Downward From And Normal To, The Surface Of The Pavement. These Joints Shall Be Effected Or Formed By An Approved Mechanically Or Manually Operated Device To The Dimensions And Line Indicated On The Plans And While The Concrete Is In A Plastic State. The Groove Or Cleft Shall Be Filled With Either A Premolded Strip Or Poured Material As Required. The Longitudinal Joints Shall Be Continuous, There Shall Be No Gaps In Either Transverse Or Longitudinal Joints At The Intersection Of The Joints. Longitudinal Sawed Joints Shall Be Cut By Means Of Approved Concrete Saws To The Depth, Width And Line Shown On The Plans. Suitable Guide Lines Or Devices Shall Be Used To Assure Cutting The Longitudinal Joint On The True Line. The Longitudinal Joint Shall Be Sawed Before The End Of The Curing Period Or Shortly Thereafter And Before Any Equipment Or Vehicles Are Allowed On The Pavement. The Sawed Area Shall Be Thoroughly Cleaned And, If Required, The Joint Shall Immediately Be Filled With Sealer. Longitudinal Pavement Insert Type Joints Shall Be Formed By Placing A Continuous Strip Of Plastic Materials Which Will Not React Adversely With The Chemical Constituent Of The Concrete. 2. Transverse Expansion Joint The Expansion Joint Filler Shall Be Continuous From Form To Form, Shaped To Sub-grade And To The Keyway Along The Form. Preformed Joint Filler Shall Be Furnished In Lengths Equal To The Pavement Width Or Equal To The Width Of One Lane. Damaged Or Repaired Joint Filler Shall Not Be Used. The Expansion Joint Filler Shall Be Held In A Vertical Position. An Approved Installing Bar, Or Other Device, Shall Be Used If Required To Secure Preformed Expansion Joint Filler At The Proper Grade And Alignment During Placing And Finishing Of The Concrete. Finished Joint Shall Not Deviate More Than 6 Mm From A Straight Line. If Joint Fillers Are Assembled In Sections, There Shall Be No Offsets Between Adjacent Units. No Plugs Of Concrete Shall Be Permitted Anywhere Within The Expansion Space. 3. Transverse Contraction Joint/weakened Joint When Shown On The Plans, It Shall Consist Of Planes Of Weakness Created By Forming Or Cutting Grooves In The Surface Of The Pavement And Shall Include Load Transfer Assemblies. The Depth Of The Weakened Plane Joint Should At All Times Not Be Less Than 50 Mm, While The Width Should Not Be More Than 6 Mm. A. Transverse Strip Contraction Joint. It Shall Be Formed By Installing A Parting Strip To Be Left In Place As Shown On The Plans. B. Formed Groove. It Shall Be Made By Depressing An Approved Tool Or Device Into The Plastic Concrete. The Tool Or Device Shall Remain In Place At Least Until The Concrete Has Attained Its Initial Set And Shall Then Be Removed Without Disturbing The Adjacent Concrete, Unless The Device Is Designed To Remain In The Joint. C. Sawed Contraction Joint. It Shall Be Created By Sawing Grooves In The Surface Of The Pavement Of The Width Not More Than 6 Mm, Depth Should At All Times Not Be Less Than 50 Mm, And At The Spacing And Lines Shown On The Plans, With An Approved Concrete Saw. After Each Joint Is Sawed, It Shall Be Thoroughly Cleaned Including The Adjacent Concrete Surface. Sawing Of The Joint Shall Commence As Soon As The Concrete Has Hardened Sufficiently To Permit Sawing Without Excessive Raveling, Usually 4 To 24 Hours. All Joints Shall Be Sawed Before Uncontrolled Shrinkage Cracking Takes Place. If Necessary, The Sawing Operations Shall Be Carried On During The Day Or Night, Regardless Of Weather Conditions. The Sawing Of Any Joint Shall Be Omitted If Crack Occurs At Or Near The Joint Location Prior To The Time Of Sawing. Sawing Shall Be Discounted When A Crack Develops Ahead Of The Saw. In General, All Joints Should Be Sawed In Sequence. If Extreme Condition Exist Which Make It Impractical To Prevent Erratic Cracking By Early Sawing, The Contraction Joint Groove Shall Be Formed Prior To Initial Set Of Concrete As Provided Above. 4. Transverse Construction Joint It Shall Be Constructed When There Is An Interruption Of More Than 30 Minutes In The Concreting Operations. No Transverse Joint Shall Be Constructed Within 1.50 M Of An Expansion Joint, Contraction Joint, Or Plane Of Weakness. If Sufficient Concrete Has Been Mixed At The Time Of Interruption To Form A Slab Of At Least 1.5 M Long, The Excess Concrete From The Last Preceding Joint Shall Be Removed And Disposed Off As Directed. 5. Load Transfer Device Dowel, When Used, Shall Be Held In Position Parallel To The Surface And Center Line Of The Slab By A Metal Device That Is Left In The Pavement. The Portion Of Each Dowel Painted With One Coat Of Lead Or Tar, In Conformance With The Requirements Of Item 404, Reinforcing Steel, Shall Be Thoroughly Coated With Approved Bituminous Materials, E.g., Mc-70, Or An Approved Lubricant, To Prevent The Concrete From Binding To That Portion Of The Dowel. The Sleeves For Dowels Shall Be Metal Designed To Cover 50 Mm Plus Or Minus 5 Mm (1/4 Inch), Of The Dowel, With A Watertight Closed End And With A Suitable Stop To Hold The End Of The Sleeves At Least 25 Mm (1 Inch) From The End Of The Dowel. In Lieu Of Using Dowel Assemblies At Contraction Joints, Dowel May Be Placed In The Full Thickness Of Pavement By A Mechanical Device Approved By The Lgu Project Engineer. 311.3.13 Final Strike-off (consolidation And Finishing) 1. Sequence The Sequence Of Operations Shall Be The Strike-off And Consolidation, Floating And Removal Of Laitance, Straight-edging And Final Surface Finish. Work Bridges Or Other Devices Necessary To Provide Access To The Pavement Surface For The Purpose Of Finishing Straight-edging, And Make Corrections As Hereinafter Specified, Shall Be Provided By The Contractor. In General, The Addition Of Water To The Surface Of The Concrete To Assist In Finishing Operations Will Not Be Permitted. If The Application Of Water To The Surface Is Permitted, It Shall Be Applied As Fog Spray By Means Of An Approve Spray Equipment. 2. Finishing Joints The Concrete Adjacent To Joints Shall Be Compacted Or Firmly Placed Without Voids Or Segregation Against The Joint Material Assembly, Also Under And Around All Load Transfer Devices, Joint Assembly Units, And Other Features Designed To Extend Into The Pavement. Concrete Adjacent To Joints Shall Be Mechanically Vibrated As Required In Subsection 311.3.9, Placing Concrete. After The Concrete Has Been Placed And Vibrated Adjacent To The Joints As Required In Subsection 311.3.9, The Finishing Machine Shall Be Brought Forward, Operating In A Manner To Avoid Damage Or Misalignment Of Joints. If Uninterrupted Operation Of The Finishing Machine, To Over And Beyond The Joints Causes Segregation Of Concrete, Damage To, Or Misalignment Of The Joints, The Finishing Machine Shall Be Stopped When The Front Screed Is Approximately 20 Cm (8 Inches) From The Joint. Segregated Concrete Shall Be Removed From In Front Of And Off The Joint. The Front Screed Shall Be Lifted And Set Directly On Top Of The Joint And The Forward Motion Of The Finishing Machine Resumed. When The Second Screed Is Close Enough To Permit The Excess Mortar In Front Of It To Flow Over The Joint, It Shall Be Lifted And Carried Over The Joint. Thereafter, The Finishing Machine May Be Run Over The Joint Without Lifting The Screeds, Provided There Is No Segregated Concrete Immediately Between The Joint And The Screed Or On Top Of The Joint. 3. Machine Finishing A. Non-vibratory Method. The Concrete Shall Be Distributed Or Spread As Soon As Placed. As Soon As The Concrete Has Been Placed, It Shall Be Struck Off And Screwed By An Approved Finishing Machine. The Machine Shall Go Over Each Area Of Pavement As Many Times And At Such Intervals As Necessary To Give The Proper Compaction And Leave A Surface Of Uniform Texture. Excessive Operation Over A Given Area Shall Be Avoided. The Tops Of The Forms Shall Be Kept Clean By An Effective Device Attached To The Machine And The Travel Of The Machine On The Forms Shall Be Maintained True Without Wobbling Or Other Variation Tending To Affect The Precision Finish. During The First Pass Of The Finishing Machine, A Uniform Ridge Of Concrete Shall Be Maintained Ahead Of The Front Screed In Its Entire Length. B. Vibratory Method. When Vibration Is Specified, Vibrators For Full Width Vibration Of Concrete Paving Slabs, Shall Meet The Requirements In Subsection 311.3.2, Equipment. If Uniform And Satisfactory Density Of The Concrete Is Not Obtained By The Vibratory Method At Joints, Along Forms, At Structures, And Throughout The Pavement, The Contractor Will Be Required To Furnish Equipment And Method Which Will Produce Pavement Conforming To The Specifications. All Provisions In Item (a) Above Not In Conflict With The Provisions For The Vibratory Method Shall Govern. 4. Hand Finishing Hand Finishing Methods May Only Be Used Under The Following Conditions: A. In The Event Of Breakdown Of The Mechanical Equipment, Hand Methods May Be Used To Finish The Concrete Already Deposited On The Grade. B. In Narrow Widths Or Areas Of Irregular Dimensions Where Operations Of The Mechanical Equipment Is Impractical, Hand Methods May Be Used. Concrete, As Soon As Placed, Shall Be Struck Off And Screeded. An Approved Portable Screed Shall Be Used. A Second Screed Shall Be Provided For Striking Off The Bottom Layer Of Concrete If Reinforcement Is Used. The Screed For The Surface Shall Be At Least 60 Cm (2 Feet) Longer Than The Maximum Width Of The Slab To Be Struck Off. It Shall Be Of Approved Design, Sufficiently Rigid To Retain Its Shape, And Constructed Either Of Metal Or Other Suitable Material Shod With Metal. Consolidation Shall Be Attained By The Use Of Suitable Vibrator Or Other Approved Equipment. In Operation, The Screed Shall Be Moved Forward On The Forms With A Combined Longitudinal And Transverse Shearing Motion, Moving Always In The Direction In Which The Work Is Progressing And So Manipulated That Neither End Is Raised From The Side Forms During The Striking Off Process. If Necessary, This Shall Be Repeated Until The Surface Is Of Uniform Texture, True To Grade And Cross-section, And Free From Porous Areas. 5. Floating After The Concrete Has Been Struck Off And Consolidated, It Shall Be Further Smoothed, Trued, And Consolidated By Means Of A Longitudinal Float, Either By Hand Or Mechanical Method. A. Hand Method. The Hand-operated Longitudinal Float Shall Be Not Less Than 365 Cm (12 Feet) In Length And 15 Cm (6 Inches) In Width, Properly Stiffened To Prevent Flexibility And Warping. The Longitudinal Float, Operated From Foot Bridges Resting On The Side Forms And Spanning But Not Touching The Concrete, Shall Be Worked With A Sawing Motion While Held In A Floating Position Parallel To The Road Center Line, And Moving Gradually From One Side Of The Pavement To The Other. Movement Ahead Along The Center Line Of The Pavement Shall Be In Successive Advances Of Not More Than One-half The Length Of The Float. Any Excess Water Or Soupy Material Shall Be Wasted Over The Side Forms On Each Pass. B. Mechanical Method. The Mechanical Longitudinal Float Shall Be Of A Design Approved By The Lgu Project Engineer, And Shall Be In Good Working Condition. The Tracks From Which The Float Operates Shall Be Accurately Adjusted To The Required Crown. The Float Shall Be Accurately Adjusted And Coordinated With The Adjustment Of The Transverse Finishing Machine So That A Small Amount Of Mortar Is Carried Ahead Of The Float At All Times. The Forward Screed Shall Be Adjusted So That The Float Will Lap The Distance Specified By The Lgu Project Engineer On Each Transverse Trip. The Float Shall Pass Over Each Areas Of Pavement At Least Two Times, But Excessive Operation Over A Given Area Will Not Be Permitted. Any Excess Water Or Soupy Material Shall Be Wasted Over The Side Forms On Each Pass. C. Alternative Mechanical Method. As An Alternative, The Contractor May Use A Machine Composed Of A Cutting And Smoothing Float Or Floats Suspended From And Guided By A Rigid Frame. The Frame Shall Be Carried By Four Or More Visible Wheels Riding On, And Constantly In Contact With The Side Forms. If Necessary, Following One Of The Preceding Method Of Floating, Long Handled Floats Having Blades Not Less Than 150 Cm (5 Feet) In Length And 15 Cm (6 Inches) In Width May Be Used To Smooth And Fill In Open-textured Areas In The Pavement. Long-handled Floats Shall Not Be Used To Float The Entire Surface Of The Pavement In Lieu Of, Or Supplementing, One Of The Preceding Methods Of Floating. When Strike Off And Consolidation Are Done By The Hand Method And The Crown Of The Pavement Will Not Permit The Use Of The Longitudinal Float, The Surface Shall Be Floated Transversely By Means Of The Long-handled Float. Care Shall Be Taken Not To Work The Crown Out Of The Pavement During The Operation. After Floating, Any Excess Water And Laitance Shall Be Removed From The Surface Of The Pavement By A 3-m Straight-edge Or More In Length. Successive Drags Shall Be Lapped One-half The Length Of The Blade. 6. Straight-edge Testing And Surface Correction After The Floating Has Been Completed And The Excess Water Removed, But While The Concrete Is Still Plastic, The Surface Of The Concrete Shall Be Tested For Trueness With A 300 Cm Long Straight-edge. For This Purpose, The Contractor Shall Furnish And Use An Accurate 300-cm Straight-edge Swung From Handles 100 Cm (3 Feet) Longer Than One-half The Width Of The Slab. The Straight-edge Shall Be Held In Contact With The Surface In Successive Positions Parallel To The Road Center Line And The Whole Area Gone Over From One Side Of The Slab To The Other As Necessary. Advances Along The Road Shall Be In Successive Stages Of Not More Than One-half The Length Of The Straight-edge. Any Depressions Found Shall Be Immediately Filled With Freshly Mixed Concrete, Struck Off, Consolidated And Refinished. High Areas Shall Be Cut Down And Refinished. Special Attention Shall Be Given To Assure That The Surface Across Joints Meets The Requirements For Smoothness. Straight-edge Testing And Surface Corrections Shall Continue Until The Entire Surface Is Found To Be Free From Observable Departures From The Straight-edge And The Slab Conforms To The Required Grade And Cross-section. 7. Final Finish If The Surface Texture Is Broom Finished, It Shall Applied When The Water Sheen Has Practically Disappeared. The Broom Shall Be Drawn From The Center To The Edge Of The Pavement With Adjacent Strokes Slightly Overlapping. The Brooming Operation Should Be So Executed That The Corrugations Produced In The Surface Shall Be Uniform In Appearance And Not More Than 1.5 Mm In Depth. Brooming Shall Be Completed Before The Concrete Is In Such Condition That The Surface Will Be Unduly Roughened By The Operation. The Surface Thus Finished Shall Be Free From Rough And Porous Areas, Irregularities, And Depressions Resulting From Improper Handling Of The Broom. Brooms Shall Be Of The Quality Size And Construction And Be Operated So As To Produce A Surface Finish Meeting The Approval Of The Lgu Project Engineer. Subject To Satisfactory Results Being Obtained And Approval Of The Lgu Project Engineer, The Contractor Will Be Permitted To Substitute Mechanical Brooming In Lieu Of The Manual Brooming Herein Described. If The Surface Texture Is Belt Finished, When Straight-edging Is Complete And Water Sheen Has Practically Disappeared And Just Before The Concrete Becomes Non-plastic, The Surface Shall Be Belted With 2-ply Canvass Belt Not Less Than 20 Cm Wide And At Least 100 Cm Longer Than The Pavement Width. Hand Belts Shall Have Suitable Handles To Permit Controlled, Uniform Manipulation. The Belt Shall Be Operated With Short Strokes Transverse To The Center Line And With A Rapid Advances Parallel To The Center Line. If The Surface Texture Is Drag Finished, A Drag Shall Be Used Which Consists Of A Seamless Strip Of Damp Burlap Or Cotton Fabric, Which Shall Produce A Uniform Of Gritty Texture After Dragging It Longitudinally Along The Full Width Of Pavement. For Pavement 5 M Or More In Width, The Drag Shall Be Mounted On A Bridge Which Travels On The Forms. The Dimensions Of The Drag Shall Be Such That A Strip Of Burlap Or Fabric At Least 100 Cm Wide Is In Contact With The Full Width Of Pavement Surface While The Drag Is Used. The Drag Shall Consist Of Not Less Than 2 Layers Of Burlap With The Bottom Layer Approximately 15 Cm Wider Than The Layer. The Drag Shall Be Maintained In Such Condition That The Resultant Surface Is Of Uniform Appearance And Reasonably Free From Grooves Over 1.5 Mm In Depth. Drag Shall Be Maintained Clean And Free From Encrusted Mortar. Drags That Cannot Be Cleaned Shall Be Discarded And New Drags Be Substituted. Regardless Of The Method Used For Final Finish, The Hardened Surface Of Pavement Shall Have A Coefficient Of Friction Of 0.25 Or More. Completed Pavement That Is Found To Have A Coefficient Of Friction Less Than 0.25 Shall Be Grounded Or Scored By The Contractor At His Expense To Provide The Required Coefficient Of Friction. 8. Edging At Forms And Joints After The Final Finish, But Before The Concrete Has Taken Its Initial Set, The Edges Of The Pavement Along Each Side Of Each Slab, And On Each Side Of Transverse Expansion Joints, Formed Joints, Transverse Construction Joints, And Emergency Construction Joints, Shall Be Worked With An Approved Tool And Rounded To The Radius Required By The Plans. A Well – Defined And Continuous Radius Shall Be Produced And A Smooth, Dense Mortar Finish Obtained. The Surface Of The Slab Shall Not Be Unduly Disturbed By Tilting The Tool During The Use. At All Joints, Any Tool Marks Appearing On The Slab Adjacent To The Joints Shall Be Eliminated By Brooming The Surface. In Doing This, The Rounding Of The Corner Of The Slab Shall Not Be Disturbed. All Concrete On Top Of The Joint Filler Shall Be Completely Removed. All Joints Shall Be Tested With A Straight-edge Before The Concrete Has Set And Correction Made If One Edge Of The Joint Is Higher Than The Other. 311.3.14 Surface Test As Soon As The Concrete Has Hardened Sufficiently, The Pavement Surface Shall Be Tested With A 3-m Straight-edge Or Other Specified Device. Areas Showing High Spots Of More Than 3 Mm But Not Exceeding 12 Mm In 3 M Shall Be Marked And Immediately Ground Down With An Approved Grinding Tool To An Elevation Where The Area Or Spot Will Not Show Surface Deviations In Excess Of 3 Mm When Tested With 3 M Straight-edge. Where The Departure From Correct Cross-section Exceeds 12 Mm, The Pavement Shall Be Removed And Replaced By And At The Expense Of The Contractor. Any Area Or Section So Removed Shall Be Not Less Than 1.5 M In Length And Not Less Than The Full Width Of The Lane Involved. When It Is Necessary To Remove And Replace A Section Of Pavement, Any Remaining Portion Of The Slab Adjacent To The Joints That Is Less Than 1.5 M In Length, Shall Also Be Removed And Replaced. 311.3.15 Curing Immediately After The Finishing Operations Have Been Completed And The Concrete Has Sufficiently Set, The Entire Surface Of The Newly Placed Concrete Shall Be Cured In Accordance With Either One Of The Methods Described Herein. Failure To Provide Sufficient Cover Material Of Whatever Kind The Contractor May Elect To Use, Or The Lack Of Water To Adequately Take Care Of Both Curing And Other Requirements, Shall Be A Cause For Immediate Suspension Of Concreting Operations. The Concrete Shall Not Be Left Exposed For More Than ½ Hour Between Stages Of Curing Or During The Curing Period. In All Congested Places, Concrete Works Should Be Designed So That The Designed Strength Is Attained. 1. Cotton Of Burlap Mats The Surface Of The Pavement Shall Be Entirely Covered With Mats. The Mats Used Shall Be Of Such Length (or Width) That As Laid They Will Extend At Least Twice The Thickness Of The Pavement Beyond The Edges Of The Slab. The Mat Shall Be Placed So That The Entire Surface And The Edges Of The Slab Are Completely Covered. Prior To Being Placed, The Mats Shall Be Saturated Thoroughly With Water. The Mat Shall Be So Placed And Weighted Down So As To Cause Them To Remain In Intimate Contact With The Covered Surface. The Mat Shall Be Maintained Fully Wetted And In Position For 72 Hours After The Concrete Has Been Placed Unless Otherwise Specified. 2. Waterproof Paper The Top Surface And Sides Of The Pavement Shall Be Entirely Covered With Waterproof Paper, The Units Shall Be Lapped At Least 45 Cm. The Paper Shall Be So Placed And Weighted Down So As To Cause It To Remain In Intimate Contact With The Surface Covered. The Paper Shall Have Such Dimension But Each Unit As Laid Will Extend Beyond The Edges Of The Slab At Least Twice The Thickness Of The Pavement, Or At Pavement Width And 60 Cm Strips Of Paper For The Edges. If Laid Longitudinally, Paper Not Manufactured In Sizes Which Will Provide This Width Shall Be Securely Sewed Or Cemented Together, The Joints Being Securely Sealed In Such A Manner That They Do Not Open Up Or Separate During The Curing Period. Unless Otherwise Specified, The Covering Shall Be Maintained In Place For 72 Hours After The Concrete Has Been Placed. The Surface Of The Pavement Shall Be Thoroughly Wetted Prior To The Placing Of The Paper. 3. Straw Curing When This Type Of Curing Is Used, The Pavement Shall Be Cured Initially With Burlap Or Cotton Mats, Until After Final Set Of The Concrete Or, In Any Case, For 12 Hours After Placing The Concrete. As Soon As The Mats Are Removed, The Surface And Sides Of The Pavement Shall Be Thoroughly Wetted And Covered With At Least 20 Cm Of Straw Or Hay, Thickness Of Which Is To Be Measured After Wetting. If The Straw Or Hay Covering Becomes Displaced During The Curing Period, It Shall Be Replaced To The Original Depth And Saturated. It Shall Be Kept Thoroughly Saturated With Water For 72 Hours And Thoroughly Wetted Down During The Morning Of The Fourth Day, And The Cover Shall Remain In Place Until The Concrete Has Attained The Required Strength. 4. Impervious Membrane Method The Entire Surface Of The Pavement Shall Be Sprayed Uniformly With White Pigmented Curing Compound Immediately After The Finishing Of The Surface And Before The Set Of The Concrete Has Taken Place, Or If The Pavement Is Cured Initially With Jute Or Cotton Mats, It May Be Applied Upon Removal Of The Mass. The Curing Compound Shall Not Be Applied During Rain. Curing Compound Shall Be Applied Under Pressure At The Rate 4 L To Not More Than 14 M2 By Mechanical Sprayers. The Spraying Equipment Shall Be Equipped With A Wind Guard. At The Time Of Use, The Compound Shall Be In A Thoroughly Mixed Condition With The Pigment Uniformly Dispersed Throughout The Vehicle. During Application, The Compound Shall Be Stirred Continuously By Effective Mechanical Means. Hand Spraying Of Odd Widths Or Shapes And Concrete Surface Exposed By The Removal Of Forms Will Be Permitted. Curing Compound Shall Not Be Applied To The Inside Faces Of Joints To Be Sealed, But Approved Means Shall Be Used To Insure Proper Curing At Least 72 Hours And To Prevent The Intrusion Of Foreign Material Into The Joint Before Sealing Has Been Completed. The Curing Compound Shall Be Of Such Character That The Film Will Harden Within 30 Minutes After Application. Should The Film Be Damaged From Any Cause Within The 72 Hour Curing Period, The Damaged Portions Shall Be Repaired Immediately With Additional Compound. 5. White Polyethylene Sheet The Top Surface And Sides Of The Pavement Shall Be Entirely Covered With Polyethylene Sheeting. The Units Used Shall Be Lapped At Least 45 Cm. The Sheeting Shall Be So Placed And Weighted Down So As To Cause It To Remain Intimate Contact With The Surface Covered. The Sheeting As Prepared For Use Shall Have Such Dimension That Each Unit As Laid Will Extend Beyond The Edges Of The Slab At Least Twice The Thickness Of The Pavement. Unless Otherwise Specified, The Covering Shall Be Maintained In Place For 72 Hours After The Concrete Has Been Placed. 311.3.16 Removal Of Forms After Forms For Concrete Shall Remain In Place Undisturbed For Not Less Than Twenty Four (24) Hours After Concrete Pouring. In The Removal Of Forms, Crowbars Should Be Used In Pulling Out Nails And Pins. Care Should Be Taken So As Not To Break The Edges Of The Pavement. In Case Portions Of The Concrete Are Spalled, They Shall Be Immediately Repaired With Fresh Mortar Mixed In The Proportion Of One Part Of Portland Cement And Two Parts Fine Aggregates. Major Honeycomb Areas Will Be Considered As Defective Work And Shall Be Removed And Replaced At The Expense Of The Contractor. Any Area Or Section So Removed Shall Not Be Less Than The Distance Between Weakened Plane Joint Nor Less Than The Full Width Of The Lane Involved. 311.3.17 Sealing Joints Joints Shall Be Sealed With Asphalt Sealant Soon After Completion Of The Curing Period And Before The Pavement Is Opened To Traffic, Including The Contractor’s Equipment. Just Prior To Sealing, Each Joint Shall Be Thoroughly Cleaned Of All Foreign Materials Including Membrane Curing Compound And The Joint Faces Shall Be Clean And Surface Dry When The Seal Is Applied. The Sealing Material Shall Be Applied To Each Joint Opening To Conform To The Details Shown On The Plans Or As Directed By The Lgu Project Engineer. Material For Seal Applied Hot Shall Be Stirred During Heating So That Localized Overheating Does Not Occur. The Pouring Shall Be Done In Such A Manner That The Material Will Not Be Spilled On The Exposed Surfaces Of The Concrete. The Use Of Sand Or Similar Material As A Cover For The Seal Will Not Be Permitted. Preformed Elastomeric Gaskets For Sealing Joints Shall Be Of The Cross-sectional Dimensions Shown On The Plans. Seals Shall Be Installed By Suitable Tools, Without Elongation And Secured In Placed With An Approved Lubricant Adhesive Which Shall Cover Both Sides Of The Concrete Joints. The Seals Shall Be Installed In A Compressive Condition And Shall At Time Of Placement Be Below The Level Of The Pavement Surface By Approximately 6 Mm. The Seals Shall Be In One Piece For The Full Width Of Each Transverse Joint. 311.3.18 Protection Of Pavement The Contractor Shall Protect The Pavement And Its Appurtenances Against Both Public Traffic And Traffic Caused By His Own Employees And Agents. This Shall Include Watchmen To Direct Traffic And The Erection Of And Maintenance Of Warning Signs, Lights, Pavement Bridges Or Cross-overs, Etc. The Plans Or Special Provisions Will Indicate The Location And Type Of Device Or Facility Required To Protect The Work And Provide Adequately For Traffic. All Boreholes After Thickness And/or Strength Determinations Of Newly Constructed Asphalt And Concrete Pavements Shall Be Immediately Filled/restored With The Prescribed Concrete/asphalt Mix After Completion Of The Drilling Works. Any Damage To The Pavement, Occurring Prior To Final Acceptance, Shall Be Repaired Or The Pavement Be Replaced. 311.3.19 Concrete Pavement – Slip Form Method If The Contract Calls For The Construction Of Pavement Without The Use Of Fixed Forms, The Following Provisions Shall Apply: 1. Grade After The Grade Or Base Has Been Placed And Compacted To The Required Density, The Areas Which Will Support The Paving Machine Shall Be Cut To The Proper Elevation By Means Of A Properly Designed Machine. The Grade On Which The Pavement Is To Be Constructed Shall Then Be Brought To The Proper Profile By Means Of Properly Designed Machine. If The Density Of The Base Is Disturbed By The Grading Operation, It Shall Be Corrected By Additional Compaction Before Concrete Is Placed. The Grade Should Be Constructed Sufficiently In Advance Of The Placing Of The Concrete. If Any Traffic Is Allowed To Use The Prepared Grade, The Grade Shall Be Checked And Corrected Immediately Before The Placing Of Concrete. 2. Placing Concrete The Concrete Shall Be Placed With An Approved Slip-form Paver Designed To Spread, Consolidate, Screed And Float-finish The Freshly Placed Concrete In One Complete Pass Of The Machine In Such A Manner That A Minimum Of Hand Finish Will Be Necessary To Provide A Dense And Homogenous Pavement In Conformance With The Plans And Specifications. The Machine Shall Vibrate The Concrete For The Full Width And Depth Of The Strip Of Pavement Being Placed. Such Vibration Shall Be Accompanied With Vibrating Tubes Or Arms Working In The Concrete Or With A Vibrating Screed Or Pan Operating On The Surface Of The Concrete. The Sliding Forms Shall Be Rigidly Held Together Laterally To Prevent Spreading Of The Forms. The Forms Shall Trail Behind The Paver For Such A Distance That No Appreciable Slumping Of The Concrete Will Occur, And That Necessary Final Finishing Can Be Accomplished While The Concrete Is Still Within The Forms. Any Edge Slump Of The Pavement, Exclusive Of Edge Rounding, In Excess Of 6 Mm Shall Be Corrected Before The Concrete Has Hardened. The Concrete Shall Be Held At A Uniform Consistency, Having A Slump Of Not More Than 40 Mm (1-12/ Inches). The Slip Form Paver Shall Be Operated With As Nearly As Possible A Continuous Forward Movement And That All Operations Of Mixing, Delivering And Spreading Concrete Shall Be Coordinated So As To Provide Uniform Progress With Stopping And Starting Of The Paver Held To A Minimum. If, For Any Reason, It Is Necessary To Stop The Forward Movement Of The Paver The Vibratory And Tamping Elements Shall Also Be Stopped Immediately. No Tractive Force Shall Be Applied To The Machine, Except That Which Is Controlled From The Machine. 3. Finishing The Surface Smoothness And Texture Shall Meet The Requirements Of Subsections 311.3.13 And 311.3.14. 4. Curing Unless Otherwise Specified, Curing Shall Be Done In Accordance With One Of The Methods Included In Subsection 311.3.15. The Curing Media Shall Be Applied At The Appropriate Time And Shall Be Applied Uniformly And Completely To All Surfaces And Edges Of The Pavement. 5. Joints All Joints Shall Be Constructed In Accordance With Subsection 311.3.12. 6. Protection Against Rain In Order That The Concrete May Be Properly Protected Against Rain Before The Concrete Is Sufficiently Hardened, The Contractor Will Be Required To Have Available At All Times, Materials For The Protection Of The Edges And Surface Of The Unhardened Concrete. Such Protective Materials Shall Consist Of Standard Metal Forms Or Wood Planks Having A Nominal Thickness Of Not Less Than 50 Mm (2 Inches) And A Nominal Width Of Not Less Than The Thickness Of The Pavement At Its Edge For The Protection Of The Pavement Edges, And Covering Material Such As Burlap Or Cotton Mats, Curing Paper Or Plastic Sheeting Materials For The Protection Of The Surface Of The Pavement. When Rain Appears Imminent, All Paving Operations Shall Stop And All Available Personnel Shall Begin Placing Forms Against The Sides Of The Pavement And Covering The Surface Of The Unhardened Concrete With The Protective Covering. 311.3.22 Acceptance Of Concrete The Strength Level Of The Concrete Will Be Considered Satisfactory If The Averages Of All Sets Of Three (3) Consecutive Strength Test Results Equal Or Exceed The Specified Strength, Fc’ And No Individual Strength Test Result Is Deficient By More Than 15% Of The Specified Strength, Fc’. Concrete Deemed To Be Not Acceptable Using The Above Criteria May Be Rejected Unless The Contractor Can Provide Evidence, By Means Of Core Tests, That The Quality Of Concrete Represented By Failed Test Results Is Acceptable In Place. At Least Three (3) Representative Cores Shall Be Taken From Each Member Or Area Of Concrete In Place That Is Considered Deficient. The Location Of Cores Shall Be Determined By The Engineer So That There Will Be At Least Impairment Of Strength Of The Structure. The Obtaining And Testing Of Drilled Cores Shall Be In Accordance With Aashto T 24. Concrete In The Area Represented By The Cores Will Be Considered Adequate If The Average Strength Of The Cores Is Equal To At Least 85% Of, And If No Single Core Is Less Than 75% Of, The Specified Strength, Fc’. If The Strength Of Control Specimens Does Not Meet The Requirements Of This Subsection, And It Is Not Feasible Or Not Advisable To Obtain Cores From The Structure Due To Structural Considerations, Payment Of The Concrete Will Be Made At An Adjusted Price Due To Strength Deficiency Of Concrete Specimens As Specified Hereunder: Deficiency In Strength Of Concrete Specimens, Percent (%) Percent (%) Of Contract Price Allowed Less Than 5 100 5 To Less Than 10 80 10 To Less Than 15 70 15 To Less Than 20 60 20 To Less Than 25 50 25 Or More 0 311.3.23 Opening To Traffic The Engineer Will Decide When The Pavement May Be Opened To Traffic. The Road Will Not Be Opened To Traffic Until Test Specimens Molded And Cured In Accordance With Aashto T 23 Have Attained The Minimum Strength Requirements In Subsection 311.2.11. If Such Tests Are Not Conducted Prior To The Specified Age The Pavement Shall Not Be Operated To Traffic Until 14 Days After The Concrete Was Placed. Before Opening To Traffic, The Pavement Shall Be Cleaned And Joint Sealing Completed. 311.3.24 Tolerance And Pavement Thickness 1. General The Thickness Of The Pavement Will Be Determined By Measurement Of Cores From The Completed Pavement In Accordance With Aashto T 148. The Completed Pavement Shall Be Accepted On A Lot Basis. A Lot Shall Be Considered As 1000 Linear Meters Of Pavement When A Single Traffic Lane Is Poured Or 500 Linear Meters When Two Lanes Are Poured Concurrently. The Last Unit In Each Slab Constitutes A Lot In Itself When Its Length Is At Least ½ Of The Normal Lot Length. If The Length Of The Last Unit Is Shorter Than ½ Of The Normal Lot Length, It Shall Be Included In The Previous Lot. Other Areas Such As Intersections, Entrances, Crossovers, Ramp, Etc., Will Be Grouped Together To Form A Lot. Small Irregular Areas May Be Included With Other Unit Areas To Form A Lot. Each Lot Will Be Divided Into Five (5) Equal Segments And One Core Will Be Obtained From Each Segment In Accordance With Aashto T 24. 2. Pavement Thickness It Is The Intent Of This Specification That The Pavement Has A Uniform Thickness As Called For On The Plans For The Average Of Each Lot As Defined. After The Pavement Has Met All Surface Smoothness Requirements, Cores For Thickness Measurements Will Be Taken. In Calculating The Average Thickness Of The Pavement, Individual Measurements Which Are In Excess Of The Specified Thickness By More Than 5 Mm Will Be Considered As The Specified Thickness Plus 5 Mm And Measurement Which Are Less Than The Specified Thickness By More Than 25 Mm Shall Not Be Included In The Average. When The Average Thickness For The Lot Is Deficient, The Contract Unit Price Will Be Adjusted For Thickness In Accordance With Paragraph (3 Below). Individual Areas Within A Segment Found Deficient In Thickness By More Than 25 Mm Shall Be Evaluated By The Lgu Project Engineer, And If In His Judgment, The Deficient Areas Warrant Removal, They Shall Be Removed And Replaced By The Contractor With Pavement Of The Specified Thickness At His Entire Expense. However, If The Evaluation Of The Lgu Project Engineer Is That The Deficient Area Should Not Be Removed And Replaced, Such Area Will Not Be Paid. When The Measurement Of Any Core Is Less Than The Specified Thickness By More Than 25 Mm, The Actual Thickness Of The Pavement In This Area Will Be Determined By Taking Additional Cores At No Less Than 5 M Intervals Parallel To The Center Line In Each Direction From The Affected Location Until A Core Is Found In Each Direction, Which Is Not Deficient In Thickness By More Than 25 Mm. The Area Of Slab For Which No Payment Will Be Made Shall Be The Product Of The Paving Width Multiplied By The Distance Along The Center Line Of The Road Between Transverse Sections Found Not Deficient In Thickness By More Than 25 Mm. The Thickness Of The Remainder Of The Segment To Be Used To Get The Average Thickness Of Each Lot Shall Be Determined By Taking The Average Thickness Of Additional Cores Which Are Not Deficient By More Than 25 Mm. 3. Adjustment For Thickness When The Average Thickness Of The Pavement Per Lot Is Deficient, Payment For The Lot Shall Be Adjusted As Follows: Deficiency In The Average Thickness Per Lot (mm) Percent (%) Of Contract Price Per Lot 0 – 5 100% Payment 6 – 10 95% Payment 11 – 15 85% Payment 16 – 20 70% Payment 21 – 25 50% Payment More Than 25 Remove And Replace/ No Payment No Acceptance And Final Payment Shall Be Made On Completed Pavement Unless Core Test For Thickness Determination Is Conducted 311.4 Environmental Measures In Loading Cement To The Truck And Unloading It To The Temporary Bodega, And From The Bodega To Batching Plant And During Concrete Work Operation Workers Doing This Job Shall Be Provided With Gears So As To Avoid Inhaling Cement Dust Particles That Could Affect Their Health. Workers In Construction Site Shall Be Provided With Working Gloves, Mask Boots And Clothing To Prevent Workers From Being Contaminated With Concrete Mix. The Contractor Shall See To It That The Noise Level Of The Exhaust Mufflers Of The Equipment Shall Be At The Minimum. Otherwise, The Contractor Must Replace All The Exhaust Mufflers Of The Equipment With A New One And Or Provide Muffler Silencers. All Roads Leading The Construction Site And Batching Plant Shall Be Moist During The Entire Works Operation To Prevent The Blowing Up Of Dust Particles. During Work Operation, Precautionary Signboards Shall Be Provided By The Contractor To Prevent Accidents And Damage To The Freshly Laid Concrete.
Closing Date12 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)

Provincial Police Headquarters In Krakow Tender

Others
Poland
Details: Provincial Police Headquarters in Krakow Materials and Technical Management Department Tel. (47) 835-46-00 Fax (47) 835-46-18 ∙ Email: Sekretariat.gmt@malopolska.policja.gov.pl Krakow, 13 February 2025 Price Inquiry For Supply of Sofa Beds/Folding Sofas With Sleeping Function For The District Police Headquarters In Zakopane. Case No.: 2025/gmt/23 The Proceeding Is Conducted In The Price Inquiry Mode On The Basis Of §3 Para. 2 Point 1 (Basic procedure) of the Regulations on Awarding Procurements at the Provincial Police Headquarters in Kraków, The Value of which Does Not Exceed PLN 130,000.00 Net, which is Annex No. 1 to Decision No. 58/2021 of 4 November 2021. The Proceedings Are Conducted in Polish on the Ordering Party's Electronic Purchasing Platform Eb2b Under the Name and Case Number of the Proceedings Indicated in the Title. I General Information: 1. Ordering Party: Provincial Police Headquarters in Kraków 31-571 Kraków, Ul. Mogilska 109 Nip: 675-000-55-94 Regon: 351081570 2. Definition of the Subject of the Order: The Subject of the Order Is the delivery, along with bringing in and setting up of sofa beds/folding sofas with sleeping function for the District Police Headquarters in Zakopane. The offer should be submitted in accordance with the Offer Form. Through the Eb2b.com.pl Shopping Platform Assortment Unit Quantity 1. Sofa bed/folding sofa with sleeping function with backrest and armrest cushions, e.g. Casey sofa bed Dimensions: Height - 87 cm Width - 198 cm Depth - 97 cm Dimensions of the sleeping surface 148x195 cm Backrest and armrest cushions made of foam. Loose cushions. Loose Armrests Seat And Backrest Made Of Foam And Bonell Springs, Bedding Container. Legs/feet: Metal Unfolding Method: Automatic Length Construction: Wood Plus Board. On the backrest, two cushions adapted to the width of the bed, matching the two cushions constituting the armrests. Upholstery fabric is resistant to abrasion and light. Colour: Grey Dimension tolerance +/- 2% Pcs. 6 The Ordering Party Specifies the Delivery Date Of The Order Within 21 Days From the Date Of Sending The Order, Execution Will Take Place On The Basis Of The Order (the approved Scan of the Order Will Be Sent To The Contractor's E-mail Address In The Offer). 3. Place of Order Execution: The Subject Of The Order Will Be Executed At The Place Indicated By The Ordering Party, I.e. District Police Headquarters In Zakopane 34-500 Zakopane, Ul. Jagiellońska 32 4. Contact Person for Contractors in the Substantive Scope: Magdalena Nawratil Tel. 47 83 54 618 E-mail: Magdalena.nawratil@malopolska.policja.gov.pl Department of Materials and Technical Management of the Provincial Police Headquarters in Krakow. 5. Deadline and place of submission of offers: The offer should be submitted by February 18, 2025, 10:00 AM Please submit offers via the Purchasing Platform: https://platforma.eb2b.com.pl/ Communication Between the Ordering Party and Contractors, Including All Questions, Declarations, Requests, Offers, Notices and Information, Please Submit in Electronic Form via the Purchasing Platform. Offer Validity Period 30 Days. Ii Material Conditions of the Order: 1. Payment Terms: The Contractor shall issue a VAT invoice indicating the Payer as: Provincial Police Headquarters in Krakow 31-571 Krakow, Ul. Mogilska 109 Tax Identification Number: 675-000-55-94 Regon: 351081570 The invoice should be sent to the following address: Provincial Police Headquarters in Krakow 31-571 Krakow, Ul. Mogilska 109 Materials and Technical Management Department Payment for the Order will be made by bank transfer to the account indicated by the Contractor and will be made within 30 Calendar Days from the date of receipt of a correctly issued invoice. 2. Warranty Conditions: The Contractor Must Guarantee That The Offered Assortment Must Be An Original, Technically Efficient, Brand New Product, Covered By A Warranty For A Minimum Period Of 24 Months, But Not Shorter Than The Manufacturer's Warranty. 3. Method Of Offer Preparation: The offer must be prepared according to the template specified in Appendix No. 1 to this Request for Offers. The form must be signed by a person authorized to represent the company in the submission of commercial offers and placed in electronic form (attached File) on the Purchasing Platform. Iii Additional Information Information Regarding Personal Data Protection: In accordance with Art. 13 Sec. 1 and 2 of Regulation (EU) 2016/679 of the European Parliament and of the Council of 27 April 2016 on the protection of natural persons with regard to the processing of personal data and on the free movement of such data and repealing Directive 95/46/EC (General Data Protection Regulation) (OJ EU L 119, 4.5.2016, p. 1), hereinafter referred to as "GDPR", I hereby inform you that: The administrator of your personal data is the Provincial Police Commander in Kraków, Ul. Mogilska 109, 31-571 Kraków, Tel: 47/ 83-54-618 The contact details of the Data Protection Supervisor are as follows: Iod.kwp@malopolska.policja.gov.pl; Your Personal Data Will Be Processed On The Basis Of Art. 6 Section 1 Letter C of the GDPR For The Purpose Of The Public Procurement Proceedings Conducted In The Price And Market Inquiry Mode Named Service Of Creating An Information Board With A Logo For The Police Station In Wojnicz Case No.: 2025/gmt/23 § The recipients of your Personal Data will be persons or entities to whom the Proceedings Documentation Will Be Made Available On The Basis Of The Provisions Of The Act Of 6 September 2001 On Access To Public Information (i.e. Journal of Laws Of 2016, item 1764); § Your Personal Data Will Be Stored For A Period Compliant With The Archiving Regulations; § With Respect to Your Personal Data, Decisions Will Not Be Made in an Automated Manner, Pursuant to Art. 22 of the GDPR; § You have: Under Art. 15 of the GDPR, the right to access your personal data; Under Art. 16 of the GDPR, the right to rectify your personal data; Under Art. 18 of the GDPR, the right to request that the controller restrict the processing of personal data, subject to the cases referred to in Art. 18 Sec. 2 of the GDPR; the right to lodge a complaint with the President of the Personal Data Protection Office if you consider that the processing of your personal data violates the provisions of the GDPR; § You are not entitled to: In connection with Art. 17 Sec. 3 Letters B, D or E of the GDPR, the right to have personal data deleted; The Right to Transfer Personal Data, as Referred to in Art. 20 of the GDPR; Under Art. 21 of the GDPR, the Right to Object to the Processing of Personal Data, Since the Legal Basis for the Processing of Your Personal Data Is Art. 6 Section 1 Letter CIE (ic) of the GDPR. The Ordering Party reserves the right to change the scope of the order in relation to the quantity of the order given in the offer in the event that these quantities are not fully covered by the current expenses of the Police in this respect, and to withdraw from the order at any stage of the proceedings without giving a reason. Note! The Ordering Party reserves the right to choose an offer that will guarantee the expenditure of funds in a purposeful, economical manner, while maintaining the principle of obtaining the best effects from the given expenditure. Enclosures to the Inquiry: No. 1 - Form - Offer No. 2 - Order Template with a Detailed Description of the Subject of the Order Enclosure No. 1 ………..……………………..…………………………………….. ………..……………………..…………………………………….. (Company stamp of the Contractor) (place, date) Provincial Police Headquarters in Kraków Ul. Mogilska 109 31 -571 Kraków Offer Form Concerns Request for Offer No. 2025/gmt/23 …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………… (full name of the Contractor) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………… (detailed address of the Contractor) Regon: ………………………………… Tax Identification Number: ………………………………… E-mail: ………………………………… Tel. Number: ………………………………… Fax: ………………………………… In Response to the Request for Offer: § We declare that we have become familiar with the requirements contained in the Request for Offer and do not have any reservations thereto, and that the Order will be carried out in accordance with all the requirements of the Ordering Party specified in the Request for Offer. § We declare that we accept the Payment Terms § If Our Offer is selected, we undertake to execute the Order on the terms contained in the Price Inquiry and at the place and time specified by the Ordering Party. Referring to the Announcement for the Supply of Assortment for Kwp in Krakow, we offer delivery of the Subject of the Order in accordance with the Requirements Specified in the Price Inquiry: Assortment Name Quantity Unit Price Gross Gross Value 1. Sofa bed / sofa bed with sleeping function with backrest and armrest cushions, e.g. ……………………………. Dimensions: Height - 87 cm Width - 198 cm Depth - 97 cm Dimensions of the sleeping surface 148x195 cm Backrest and armrest cushions made of foam. Loose cushions. Loose Armrests Seat And Backrest Made Of Foam And Bonell Springs, Bedding Container. Legs/feet: Metal Unfolding Method: Automatic Length Construction: Wood Plus Board. On the backrest, two cushions adapted to the width of the bed, matching the two cushions constituting the armrests. Upholstery fabric resistant to abrasion and light. Colour: Grey Dimension tolerance +/- 2% 6 pcs. Transport: Total: In words: ………………………………………………………………………………………………………… 1. We Offer A Warranty For The Offered Assortment: ……………………. Months (min. 24 Months) 2. The Offer Price Includes All Parts of Remuneration Due To Us Arising From the Preparation, Execution And Settlement of the Subject Of The Order. 3. We have obtained all the necessary information required to reliably calculate our offer. 4. We authorize the following persons to contact the Ordering Party within the scope related to this order: ......................................................................... Tel. …………………………… E-mail: ……………………. ......................................................................... Tel. ……………………………e-mail: …………………….. 5. I declare that I have fulfilled the information obligations provided for in Art. 13 or Art. 14 of the GDPR1) with regard to the natural persons from whom I directly or indirectly obtained personal data in order to apply for the award of a public contract in this procedure. The Following Documents Constitute an Integral Part of the Submitted Offer: ……………………………………………….…………….… …………………………………………….…………….… ……………………………….……………………… (signature and stamp of the person authorised to make declarations of intent on behalf of the contractor) Order Form Provincial Police Headquarters in Krakow Materials and Technical Management Department ∙ Ul. Mogilska 109 ∙ 31-571 Krakow ∙ Tel. ( 012)47 835-46-00 ∙ Fax (012) 47 835-46- 06∙ ∙ Email: Sekretariat.gmt@malopolska.policja.gov.pl∙ Date of Receipt Symb. Doc. Registration No. Shipping Address (recipient): Accommodation and Office Warehouse Provincial Police Headquarters in Krakow Ul. Mogilska 109 31-571 Krakow 8.00 – 14.00 Ordering Party: Provincial Police Headquarters in Krakow Ul. Mogilska 109 31-571 Krakow Addressee: Payment Terms: Transfer - 30 Days Payer, Bank Account: District Branch of NBP 29101012700055842230000000 Nip: 675-000-55-94 General Order With Boxes Statistical Number of the Ordering Party Gus (stamp): 351081570 Doc. Symb. Dated No. 13.06.2018 /2025 Ordering Party ID Recipient ID Payer ID Agreement No./assignment Regon Regon Regon In Connection with the Proceedings Conducted in the Price and Market Inquiry Mode, I am asking you to fulfill the subject order for the equipment listed in the table below in accordance with the submitted offer …………………………………………….of ………………………… Name of Assortment Quantity Gross Unit Price Gross Value 1. 6pcs. Transport: Total: In words: ………………………………………………………………………………………………….. Agreed Terms: Invoice Issued to: Provincial Police Headquarters in Kraków 31-571 Kraków, Ul. Mogilska 109 Tax Identification Number (NIP) 675-000-55-94 Warranty - …………………………………. Form of Payment: 30 Days From the Date of Receipt of a Correctly Issued Invoice Deadline for Order Completion: ………………………… Place of Delivery: Kwp In Kraków Ul. Mogilska 109 The Contractor Declares That It Has Fulfilled the Information Obligations Provided for in Art. 13 or Art. 14 of the GDPR Towards the Natural Persons from Whom It Directly or Indirectly Obtained Personal Data for the Purpose of Fulfilling This Order and Which It Has Made Available to the Ordering Party. The Ordering Party Declares That It Has Fulfilled the Information Obligations Provided for in Art. 13 or Art. 14 of the GDPR Towards the Natural Persons from Whom It Directly or Indirectly Obtained Personal Data for the Purpose of Fulfilling This Order and Which It Has Made Available to the Contractor.
Closing Date18 Feb 2025
Tender AmountRefer Documents 
8221-8230 of 8240 archived Tenders