Advertisement Tenders

Advertisement Tenders

Municipality Of La Paz, Leyte Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 3 Million (USD 51.3 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of La Paz Office Of The Bids And Awards Committee Invitation To Bid (itb) – No. : 25 - 0003 Procuring Entity : Municipality Of La Paz, Leyte Title Of Project : Road Concreting (district Iii – Tarugan Road) Approved Budget Of The Contract (abc) : Php 3,000,000.00 Address : Brgy. Tarugan, La Paz, Leyte Description: The Municipal Government Of La Paz, Leyte Through The Bids And Awards Committee (bac) Invites Contractors For The Road Concreting (district Iii – Tarugan Road) With An Approved Budget For The Contract Amounting To Three Million Pesos (php3,000,000.00) Only. A.the Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As In The Preliminary Examination Of Bids. B.eligibility Documents In Four (4) Copies Duly Certified On Each Page Must Be Submitted To The Office Of The Bac, G/f La Paz Town Hall, Lgu – La Paz Leyte. The Eligibility Documents Are The Following: 1.technical Component Envelope (first Envelope) Class “a” Documents A.legal Documents: A)valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or B)registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document; And C)mayor’s Of Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidders Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D)tax Clearance Per Executive Order 398, Series Of 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). B.technical Documents E)statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contracts To Bid; And F)statement Of The Bidders’ Single Largest Completed Contract (slcc) Similar To The Contract To Bid, Except Under Conditions Provided Under The Rules; And G)latest/valid Philippine Contractors Accreditation Board (pcab) License; Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And H)original Copy Of Notarized Bid Securing Declaration; And I)project Requirements, Which Shall Include The Following: A.organizational Chart For The Contract To Be Bid; B.list Of Contractor’s Personnel (e.g. Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; C.list Of Contractor’s Major Equipment Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And J)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 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. C.financial Documents K)the Prospective Bidder’s Audited Financial Statement, Showing Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And L)the Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents M)if Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. 2.financial Component Envelope (second Envelope) N)original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 O)original Of Duly Signed Bid Prices In The Bill Of Quantities; And P)duly Accomplished Detailed Estimated Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rental Used In Coming Up With The Bid; And Q)cash Flow By Quarter C.the Municipality Of La Paz, Leyte Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Significant Date & Time Of The Procurement Activities Are Shown Below: 1.advertising / Posting Of Itb : Jan. 15 – Feb. 4, 2025 @ 5:00 Pm 2.expression Of Interest / Submission Of Loi : Jan. 15 – 22, 2025 @ 5:00 Pm Note: •company Representative/agent Must Bring A Valid & Latest Company Id Duly Signed By The Owner/proprietor/manager •spa For The Representative/agent Given By The Owner/proprietor/manager Specific To The Particular Project. •submit Certified/authenticated True Copy Of Class “a” (legal Documents) For The Pre-qualification & Shortlisting. •site Inspection Shall Commence Only After The Submission Of Class “a” (legal Documents) As Scheduled By The Office Of The Municipal Engineer Is On Jan. 22, 2025 @ 1:00 Pm 3.issuance And Availability Of Bidding Docs. : Jan. 23 – Feb. 4, 2025 @ 5:00 Pm •amount Of Bidding Documents: Php 5,000.00 •issuance Of Bidding Documents Is From 9:00 Am To 4:00 Pm 4.pre-bid Conference : January 23, 2025 @ 10:00 Am Note: •only Pre-qualified & Short-listed Bidders Are Invited To Attend The Pre-bid Conference. 5.deadline For Submission Of Bids: February 4, 2025 At 5:00 Pm @ Bac Office Note: •only Pre-qualified & Short-listed Bidders Who Attended The Pre-bid Conference Are Allowed To Buy The Bidding Documents & Submit A Bid And Have Conducted A Site Inspection As Scheduled By The Office Of The Municipal Engineer. 6.opening Of Bids: February 5, 2025 @ 10:00 Am @ Bac Office Created By: Mrs. Jennifer M. Ramos Bac Secretary (sgd.) Marlon L. Eslopor Bac Chairperson

City Of Cape Town Tender

Textile, Apparel and Footwear
South Africa
Closing Date17 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Clothing, Ppe & Accessories Reference Number Ga12500412 Title Clothing Items Various Items Description 10 Each X Golf Shirt - Unisex - Small - Branded 10 Each X Golf Shirt - Unisex - Medium - Branded 5 Each X Golf Shirt - Unisex - Large - Branded 5 Each X Golf Shirt - Unisex -x Large - Branded 5 Each X Golf Shirt - Unisex - 2x Large - Branded 5 Each X Golf Shirt - Unisex - 4x Large - Branded Specification* Refer To Ga12500412 Kindly Supply And Deliver 10 X Golf Shirt - Unisex - Small - Branded Specifications Size Small Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping Name & Surname Raymein Classens E-mail Address Raymein.classens@capetown.gov.za Telephone No. 0812329107/0214003041 Delivery Address 200 On Main, Claremont, 7708, 3rd Floor Quotation Conditions Clause - 2.14.1 & 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier's Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. ",,wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" ",,nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. * Kindly Supply And Deliver 10 X Golf Shirt - Unisex - Medium - Branded Specifications Size Medium Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping * Kindly Supply And Deliver 5 X Golf Shirt - Unisex - Large - Branded Specifications Size Large Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping * Kindly Supply And Deliver 5 X Golf Shirt - Unisex - Extra Large - Branded Specifications Size Extra Large Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping * Kindly Supply And Deliver 5 X Golf Shirt - Unisex - 2x Large - Branded Specifications Size 2x Large Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping * Kindly Supply And Deliver 5 X Golf Shirt - Unisex - 4x Large - Branded Specifications Size 4x Large Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/02/27 Delivery Tosupport Services Suse Delivery Address1 200 On Main - 3rd Floor, Claremont Contact Personraymein Classens Telephone Number0214003041 Cell Number Closing Date2025/02/17 Closing Time03 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressga1.quotations@capetown.gov.za Buyer Detailsr.ross Buyer Phone0214009530 Attachments No Attachments Note On 1 November 2017 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.

Municipality Of La Paz, Leyte Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 3 Million (USD 51.3 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of La Paz Office Of The Bids And Awards Committee Invitation To Bid (itb) – No. : 25 - 0001 Procuring Entity : Municipality Of La Paz, Leyte Title Of Project : Road Concreting Of San Victoray – Bongtod – Quiong – Bagacay West Approved Budget Of The Contract (abc) : Php 3,000,000.00 Address : Brgy. San Victoray & Bongtod, La Paz, Leyte Description: The Municipal Government Of La Paz, Leyte Through The Bids And Awards Committee (bac) Invites Contractors For The Road Concreting Of San Victoray – Bongtod – Quiong – Bagacay West With An Approved Budget For The Contract Amounting To Three Million Pesos (php3,000,000.00) Only. A.the Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As In The Preliminary Examination Of Bids. B.eligibility Documents In Four (4) Copies Duly Certified On Each Page Must Be Submitted To The Office Of The Bac, G/f La Paz Town Hall, Lgu – La Paz Leyte. The Eligibility Documents Are The Following: 1.technical Component Envelope (first Envelope) Class “a” Documents A.legal Documents: A)valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or B)registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document; And C)mayor’s Of Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidders Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D)tax Clearance Per Executive Order 398, Series Of 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). B.technical Documents E)statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contracts To Bid; And F)statement Of The Bidders’ Single Largest Completed Contract (slcc) Similar To The Contract To Bid, Except Under Conditions Provided Under The Rules; And G)latest/valid Philippine Contractors Accreditation Board (pcab) License; Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And H)original Copy Of Notarized Bid Securing Declaration; And I)project Requirements, Which Shall Include The Following: A.organizational Chart For The Contract To Be Bid; B.list Of Contractor’s Personnel (e.g. Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; C.list Of Contractor’s Major Equipment Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And J)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 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. C.financial Documents K)the Prospective Bidder’s Audited Financial Statement, Showing Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And L)the Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents M)if Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. 2.financial Component Envelope (second Envelope) N)original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 O)original Of Duly Signed Bid Prices In The Bill Of Quantities; And P)duly Accomplished Detailed Estimated Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rental Used In Coming Up With The Bid; And Q)cash Flow By Quarter C.the Municipality Of La Paz, Leyte Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Significant Date & Time Of The Procurement Activities Are Shown Below: 1.advertising / Posting Of Itb : Jan. 15 – Feb. 4, 2025 @ 5:00 Pm 2.expression Of Interest / Submission Of Loi : Jan. 15 – 22, 2025 @ 5:00 Pm Note: •company Representative/agent Must Bring A Valid & Latest Company Id Duly Signed By The Owner/proprietor/manager •spa For The Representative/agent Given By The Owner/proprietor/manager Specific To The Particular Project. •submit Certified/authenticated True Copy Of Class “a” (legal Documents) For The Pre-qualification & Shortlisting. •site Inspection Shall Commence Only After The Submission Of Class “a” (legal Documents) As Scheduled By The Office Of The Municipal Engineer Is On Jan. 22, 2025 @ 1:00 Pm 3.issuance And Availability Of Bidding Docs. : Jan. 23 – Feb. 4, 2025 @ 5:00 Pm •amount Of Bidding Documents: Php 5,000.00 •issuance Of Bidding Documents Is From 9:00 Am To 4:00 Pm 4.pre-bid Conference : January 23, 2025 @ 9:00 Am Note: •only Pre-qualified & Short-listed Bidders Are Invited To Attend The Pre-bid Conference. 5.deadline For Submission Of Bids: February 4, 2025 At 5:00 Pm @ Bac Office Note: •only Pre-qualified & Short-listed Bidders Who Attended The Pre-bid Conference Are Allowed To Buy The Bidding Documents & Submit A Bid And Have Conducted A Site Inspection As Scheduled By The Office Of The Municipal Engineer. 6.opening Of Bids: February 5, 2025 @ 9:00 Am @ Bac Office Created By: Mrs. Jennifer M. Ramos Bac Secretary (sgd.) Marlon L. Eslopor Bac Chairperson

Province Of Eastern Samar Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 3.6 Million (USD 62.3 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Brgy. Hall Phase 1 Brgy. G, Borongan City, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Six Hundred Four Thousand Nine Hundred Eighty Two Pesos & 46/100 Only (php1,983,973.25) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-084 Construction Of Brgy. Hall Phase 1, Brgy. G, Borongan City, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1)- Occupational Safety And Health Program (5.65 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 800(1) – Clearing And Grubbing (100.00 Sq.m.), Item No. 803(1)a – Structure Excavation (common Soil) (21.60 Cu.m.), Item No. 803(3) – Foundation Fill (4.61 Cu.m.), Item No. 900(1) – Structural Concrete (52.50 Cu.m.), Item No. 902(1) – Reinforcing Steel, Grade 40 (12,513.27 Kg), Item No. 903(2) – Formworks And Falseworks (169.83 Sq.m.), Item No. 1046(2)a1 – 100mm Chb Non Load Bearing (including Reinforcing Steel) (81.65 Sq.m.), Item No. 1027(1) – Cement Plaster Finish (333.13 Sq.m.), Item No. 1003(15)c – Precast Moulding (concrete) (75.05 L.m.), Item No. 1018(1) – Glazed Tiles & Trim (81.73 Sq.m.), Item No. 1018(2) – Unglazed Tiles (14.00 Sq.m.), Item No. 1016(1)b – Water Proofing, Liquid (91.00 Sq.m.), Item No. 1032(1)a – Painting Works (masonry Painting) (333.13 Sq.m.), Item No. 1007(1)b – Aluminum Framed Glass Door (swing Type) (4.20 Sq.m.), Item No. 1010(2)a – Hollow Core Flush Door (3.78 Sq.m.), Item No. 1010(2)b – Wooden Panel Door (4.20 Sq.m.), Item No. 1008(1)c – Aluminum Glass Windows (awning Type) (9.72 Sq.m.), Item No. 1001(1)a3 – Pvc Pipes & Fittings (100mm Φ) (80.00 Li.m.), Item No. 1002(24) – Cold Water Lines (1.00 L.s.), Item No. 1100(30)a – Conduits, Boxes & Fittings (conduit Works) (1.00 L.s.), Item No. 1101(3) – Wires And Wiring Devices (1.00 L.s.), Item No. 1103(1) – Lighting Fixtures And Lamps (10.00 Set), Item No. 1002(7)a – Water Closet, Round Front, Complete (2.00 Set0, Item No. 1002(14)a – Lavatory, Wall Hung, Complete (2.00 Set), Item No. Spl-1 – Septic Tank (1.00 Lot), Completion Of The Works Is Required Within 170 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Three Thousand Pesos Only (php3,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On February 03, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 17, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman

Municipality Of La Paz, Leyte Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 3 Million (USD 51.6 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of La Paz Office Of The Bids And Awards Committee Invitation To Bid (itb) – No. : 25 - 0002 Procuring Entity : Municipality Of La Paz, Leyte Title Of Project : Road Concreting Of Brgy. Cagngaran – Canbañez Road Approved Budget Of The Contract (abc) : Php 3,000,000.00 Address : Brgy. Canbañez, La Paz, Leyte Description: The Municipal Government Of La Paz, Leyte Through The Bids And Awards Committee (bac) Invites Contractors For The Road Concreting Of Brgy. Cagngaran – Canbañez Road With An Approved Budget For The Contract Amounting To Three Million Pesos (php3,000,000.00) Only. A.the Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As In The Preliminary Examination Of Bids. B.eligibility Documents In Four (4) Copies Duly Certified On Each Page Must Be Submitted To The Office Of The Bac, G/f La Paz Town Hall, Lgu – La Paz Leyte. The Eligibility Documents Are The Following: 1.technical Component Envelope (first Envelope) Class “a” Documents A.legal Documents: A)valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or B)registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document; And C)mayor’s Of Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidders Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D)tax Clearance Per Executive Order 398, Series Of 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). B.technical Document E)statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contracts To Bid; And F)statement Of The Bidders’ Single Largest Completed Contract (slcc) Similar To The Contract To Bid, Except Under Conditions Provided Under The Rules; And G)latest/valid Philippine Contractors Accreditation Board (pcab) License; Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And H)original Copy Of Notarized Bid Securing Declaration; And I)project Requirements, Which Shall Include The Following: A.organizational Chart For The Contract To Be Bid; B.list Of Contractor’s Personnel (e.g. Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; C.list Of Contractor’s Major Equipment Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And J)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 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. C.financial Documents K)the Prospective Bidder’s Audited Financial Statement, Showing Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And L)the Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents M)if Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. 2.financial Component Envelope (second Envelope) N)original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 O)original Of Duly Signed Bid Prices In The Bill Of Quantities; And P)duly Accomplished Detailed Estimated Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rental Used In Coming Up With The Bid; And Q)cash Flow By Quarter C.the Municipality Of La Paz, Leyte Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Significant Date & Time Of The Procurement Activities Are Shown Below: 1.advertising / Posting Of Itb : Jan. 22 – Feb. 12, 2025 @ 5:00 Pm 2.expression Of Interest / Submission Of Loi : Jan. 22 – 30, 2025 @ 12:00 Pm Note: •company Representative/agent Must Bring A Valid & Latest Company Id Duly Signed By The Owner/proprietor/manager •spa For The Representative/agent Given By The Owner/proprietor/manager Specific To The Particular Project. •submit Certified/authenticated True Copy Of Class “a” (legal Documents) For The Pre-qualification & Shortlisting. •site Inspection Shall Commence Only After The Submission Of Class “a” (legal Documents) As Scheduled By The Office Of The Municipal Engineer On Jan. 30, 2025 @ 1:00 Pm 3.issuance And Availability Of Bidding Docs. : Jan. 31 – Feb. 12, 2025 @ 5:00 Pm •amount Of Bidding Documents: Php 5,000.00 •issuance Of Bidding Documents Is From 9:00 Am To 4:00 Pm 4.pre-bid Conference : January 31, 2025 @ 9:00 Am Note: •only Pre-qualified & Short-listed Bidders Are Invited To Attend The Pre-bid Conference. 5.deadline For Submission Of Bids: February 12, 2025 At 5:00 Pm @ Bac Office Note: •only Pre-qualified & Short-listed Bidders Who Attended The Pre-bid Conference Are Allowed To Buy The Bidding Documents & Submit A Bid And Have Conducted A Site Inspection As Scheduled By The Office Of The Municipal Engineer. 6.opening Of Bids: February 13, 2025 @ 9:00 Am @ Bac Office Created By: Mrs. Jennifer M. Ramos Bac Secretary (sgd.) Marlon L. Eslopor Bac Chairperson

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents 
Details: This Requirement Is Advertised As Sole Source. The Notice Is Published For Information Purposes Only And Is Not A Request For Competitive Proposals. This Acquisition Is Being Pursued On A Sole Source Basis Under The Statutory Authority Of Title 10, U.s.c. Section 2304(c) (1), As Implemented By Federal Acquisition Regulation (far) 6.302-1, "only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements." A Determination By The Government Not To Compete This Effort Is Solely Within The Discretion Of The Government. The Government Will Not Pay For Any Information Received. this Announcement Constitutes The Only Solicitation, And A Written Solicitation Will Not Be Issued. The Government Will Consider Other Bids. This Requirement Is Being Synopsized As A Small Business Set Aside Under The North American Industry Classification System (naics) Code 334220, And Psc Code 1680. ****note: The Required Fill-in Provisions 52.204-24 And 52.204-26 Attached To This Post Must Be Filled In And Returned With Your Quote To Be Considered For Award. **** the Naval Air Warfare Center- Aircraft Division (nawcad) At Patuxent River, Md Announces Its Intention To Procure, On A Sole Source (ss) Basis To Acutronic Usa, Inc., 700 Waterfront Drive, Pittsburgh, Pennsylvania 15222-4742. the Contractor Shall Provide: quantity Of One (1) Impulse™ Gl1™ One-axis Rate Table, Installation And Performance Verification. please See Attached Statement Of Work For Specifications. the Anticipated Delivery Is On Or Before One Hundred Eighty (180) Days After Receipt Of The Order (aro). delivery Address: attn: Mark Jordan vx23 Hangar 115, 22080 Elmer Road, Patuxent River, Md 20670. this Is A Firm-fixed Price Procurement; Therefore, The Offeror's Initial Offer Should Represent The Vendor's Best Quote In Terms Of Price And Acceptability. shipping Charges: Fob Destination. 20670. contracting Office Address: 21983 Bundy Road, Building 441 Patuxent River, Md 20670 technical Acceptability Will Be Determined Solely On The Content And Merit Of The Information Submitted In Response To This Synopsis/solicitation. Therefore, It Is Incumbent On The Offeror To Provide Sufficient Technical Literature, Documentation, Etc. For The Government To Make An Adequate Technical Assessment Of The Proposal. A Firm Fixed Price Contract Is Anticipated. The Provision At 52.212-1, Instructions To Offerors-commercial Items, (deviation 2018-o0018) Is Incorporated By Reference And Applies To This Acquisition. The Provision At 52.212-2 Evaluation – Commercial Items (oct 2014) Applies To This Acquisition. The Government Will Award In Accordance With Far Part 12 On A Lowest Priced, Technically Acceptable Basis. The Offeror Shall Provide Backup Information Verifying The Price Offered, E.g., A Copy Of Current Catalog, Invoices For The Same Equipment, Etc. Each Offeror Shall Include A Completed Copy Of The Provision At Far 52.212-3 Offeror Representations And Certifications – Commercial Items (mar 2020) With Its Quote. Far 52.247-34 F.o.b. Destination (nov 1991) Is Incorporated By Reference And Applies To This Acquisition. Far 52.212-4 Contract Terms And Conditions – Commercial Items (oct 2018) Is Incorporated By Reference And Applies To This Acquisition. The Clause At 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (deviation 2018-o0021) Is Incorporated By Reference. 52.204-27 Prohibition On A Bytedance Covered Application (jun 2023) (a) Definitions. As Used In This Clause-- covered Application Means The Social Networking Service Tiktok Or Any Successor Application Or Service Developed Or Provided By Bytedance Limited Or An Entity Owned By Bytedance Limited. information Technology, As Defined In 40 U.s.c. 11101(6)-- (1) Means Any Equipment Or Interconnected System Or Subsystem Of Equipment, Used In The Automatic Acquisition, Storage, Analysis, Evaluation, Manipulation, Management, Movement, Control, Display, Switching, Interchange, Transmission, Or Reception Of Data Or Information By The Executive Agency, If The Equipment Is Used By The Executive Agency Directly Or Is Used By A Contractor Under A Contract With The Executive Agency That Requires The Use- (i) Of That Equipment; Or (ii) Of That Equipment To A Significant Extent In The Performance Of A Service Or The Furnishing Of A Product; (2) Includes Computers, Ancillary Equipment (including Imaging Peripherals, Input, Output, And Storage Devices Necessary For Security And Surveillance), Peripheral Equipment Designed To Be Controlled By The Central Processing Unit Of A Computer, Software, Firmware And Similar Procedures, Services (including Support Services), And Related Resources; But (3) Does Not Include Any Equipment Acquired By A Federal Contractor Incidental To A Federal Contract. (b) Prohibition. Section 102 Of Division R Of The Consolidated Appropriations Act, 2023 (pub. L. 117-328), The No Tiktok On Government Devices Act, And Its Implementing Guidance Under Office Of Management And Budget (omb) Memorandum M-23-13, Dated February 27, 2023, "no Tiktok On Government Devices" Implementation Guidance, Collectively Prohibit The Presence Or Use Of A Covered Application On Executive Agency Information Technology, Including Certain Equipment Used By Federal Contractors. The Contractor Is Prohibited From Having Or Using A Covered Application On Any Information Technology Owned Or Managed By The Government, Or On Any Information Technology Used Or Provided By The Contractor Under This Contract, Including Equipment Provided By The Contractor's Employees; However, This Prohibition Does Not Apply If The Contracting Officer Provides Written Notification To The Contractor That An Exception Has Been Granted In Accordance With Omb Memorandum M-23-13. (c) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (c), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Products Or Commercial Services. (end Of Clause). quotes Are Due To Shannon Canada, Purchasing Agent, At Shannon.m.canada.civ@us.navy.mil. please Provide The Following Information With Your Quote: cage Code: uei #: payment Terms Of Net 30. pricing - Are These Items On A Commercial Published, On-line, Or Internal Price List. if Available On A Price List Provide A Copy. All Price Listings Will Be Kept Confidential. if Not Available On A Price List Please Provide Information On How Pricing Is Determined (example: Item Cost+ %, Labor Rate And Materials, Etc.) estimated Delivery Date Or Period Of Performance: invoicing And Payment Will Be Made Thru Wide Area Workflow (wawf), Terms: Net 30. As Of October 1, 2007, It Became Mandatory To Be Registered To Process Any Government Procurement. If You Are Not Registered, Please Take A Moment To Do So At Https://wawf.eb.mil/.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents 
Details: This Requirement Is Advertised As Sole Source. The Notice Is Published For Information Purposes Only And Is Not A Request For Competitive Proposals. This Acquisition Is Being Pursued On A Sole Source Basis Under The Statutory Authority Of Title 10, U.s.c. Section 2304(c) (1), As Implemented By Federal Acquisition Regulation (far) 6.302-1, "only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements." A Determination By The Government Not To Compete This Effort Is Solely Within The Discretion Of The Government. The Government Will Not Pay For Any Information Received. this Announcement Constitutes The Only Solicitation, And A Written Solicitation Will Not Be Issued. The Government Will Consider Other Bids. This Requirement Is Being Synopsized As A Small Business Set Aside Under The North American Industry Classification System (naics) Code 611512, And Psc Code U099. ****note: The Required Fill-in Provisions 52.204-24 And 52.204-26 Attached To This Post Must Be Filled In And Returned With Your Quote To Be Considered For Award. **** the Naval Air Warfare Center- Aircraft Division (nawcad) At Patuxent River, Md Announces Its Intention To Procure, On A Sole Source (ss) Basis To Aurora Flight Science Corporation, 9950 Wakeman Drive, Manassas, Virginia 20110-2702. In Support The U.s. Naval Test Pilot School Qualitative Evaluation Program. the Contractor Shall Provide: 1. Flight Hours In The Centaur Aircraft, Qty 5 please See Attached Statement Of Work. the Anticipated Period Of Performance Is 03 March 2025 Through 31 March 2025. this Is A Firm-fixed Price Procurement; Therefore, The Offeror's Initial Offer Should Represent The Vendor's Best Quote In Terms Of Price And Acceptability. shipping Charges: Does Not Apply. contracting Office Address: 21983 Bundy Road, Building 441 Patuxent River, Md 20670 technical Acceptability Will Be Determined Solely On The Content And Merit Of The Information Submitted In Response To This Synopsis/solicitation. Therefore, It Is Incumbent On The Offeror To Provide Sufficient Technical Literature, Documentation, Etc. For The Government To Make An Adequate Technical Assessment Of The Proposal. A Firm Fixed Price Contract Is Anticipated. The Provision At 52.212-1, Instructions To Offerors-commercial Items, (deviation 2018-o0018) Is Incorporated By Reference And Applies To This Acquisition. The Provision At 52.212-2 Evaluation – Commercial Items (oct 2014) Applies To This Acquisition. The Government Will Award In Accordance With Far Part 12 On A Lowest Priced, Technically Acceptable Basis. The Offeror Shall Provide Backup Information Verifying The Price Offered, E.g., A Copy Of Current Catalog, Invoices For The Same Equipment, Etc. Each Offeror Shall Include A Completed Copy Of The Provision At Far 52.212-3 Offeror Representations And Certifications – Commercial Items (mar 2020) With Its Quote. Far 52.247-34 F.o.b. Destination (nov 1991) Is Incorporated By Reference And Applies To This Acquisition. Far 52.212-4 Contract Terms And Conditions – Commercial Items (oct 2018) Is Incorporated By Reference And Applies To This Acquisition. The Clause At 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (deviation 2018-o0021) Is Incorporated By Reference. 52.204-27 Prohibition On A Bytedance Covered Application (jun 2023) (a) Definitions. As Used In This Clause-- covered Application Means The Social Networking Service Tiktok Or Any Successor Application Or Service Developed Or Provided By Bytedance Limited Or An Entity Owned By Bytedance Limited. information Technology, As Defined In 40 U.s.c. 11101(6)-- (1) Means Any Equipment Or Interconnected System Or Subsystem Of Equipment, Used In The Automatic Acquisition, Storage, Analysis, Evaluation, Manipulation, Management, Movement, Control, Display, Switching, Interchange, Transmission, Or Reception Of Data Or Information By The Executive Agency, If The Equipment Is Used By The Executive Agency Directly Or Is Used By A Contractor Under A Contract With The Executive Agency That Requires The Use- (i) Of That Equipment; Or (ii) Of That Equipment To A Significant Extent In The Performance Of A Service Or The Furnishing Of A Product; (2) Includes Computers, Ancillary Equipment (including Imaging Peripherals, Input, Output, And Storage Devices Necessary For Security And Surveillance), Peripheral Equipment Designed To Be Controlled By The Central Processing Unit Of A Computer, Software, Firmware And Similar Procedures, Services (including Support Services), And Related Resources; But (3) Does Not Include Any Equipment Acquired By A Federal Contractor Incidental To A Federal Contract. (b) Prohibition. Section 102 Of Division R Of The Consolidated Appropriations Act, 2023 (pub. L. 117-328), The No Tiktok On Government Devices Act, And Its Implementing Guidance Under Office Of Management And Budget (omb) Memorandum M-23-13, Dated February 27, 2023, "no Tiktok On Government Devices" Implementation Guidance, Collectively Prohibit The Presence Or Use Of A Covered Application On Executive Agency Information Technology, Including Certain Equipment Used By Federal Contractors. The Contractor Is Prohibited From Having Or Using A Covered Application On Any Information Technology Owned Or Managed By The Government, Or On Any Information Technology Used Or Provided By The Contractor Under This Contract, Including Equipment Provided By The Contractor's Employees; However, This Prohibition Does Not Apply If The Contracting Officer Provides Written Notification To The Contractor That An Exception Has Been Granted In Accordance With Omb Memorandum M-23-13. (c) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (c), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Products Or Commercial Services. (end Of Clause). quotes Are Due To Shannon Canada, Purchasing Agent, At Shannon.m.canada.civ@us.navy.mil. please Provide The Following Information With Your Quote: cage Code: uei #: payment Terms Of Net 30. pricing - Are These Items On A Commercial Published, On-line, Or Internal Price List. if Available On A Price List Provide A Copy. All Price Listings Will Be Kept Confidential. if Not Available On A Price List Please Provide Information On How Pricing Is Determined (example: Item Cost+ %, Labor Rate And Materials, Etc.) estimated Period Of Performance: 03 March 2025 Through 31 March 2025 invoicing And Payment Will Be Made Thru Wide Area Workflow (wawf), Terms: Net 30. As Of October 1, 2007, It Became Mandatory To Be Registered To Process Any Government Procurement. If You Are Not Registered, Please Take A Moment To Do So At Https://wawf.eb.mil/.

DEPT OF THE ARMY USA Tender

Civil And Construction...+3Excavation, Consultancy Services, Civil And Architectural Services
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice For hatteras Ferry-rollinson Channel And Big Foot Slough Channel-silver Lake Harbor 2025 Subsurface Investigation And Geotechnical Laboratory Testing Dare And Hyde Counties, North Carolina this Is A Sources Sought/request For Information Only. This Is Not A Solicitation Announcement, Nor Is It A Request For Proposal. This Request Does Not Obligate The Government In Any Contract Award. the U.s. Army Corps Of Engineers, Wilmington District, Is Conducting Research To Determine The Market Capabilities Of Potential Contractors To Perform Subsurface Investigation And Geotechnical Laboratory Testing For The Government. description Of Work: the Contractor Shall Furnish All Services, Labor, Equipment, Supplies, Tools And Incidentals Necessary To Perform Vibracore Sampling, Development Of Drilling Logs, Laboratory Testing Of Soils, And Other Services As Specified Herein. A Total Of 71 X Vibracores Are To Be Drilled For Two Navigation Channel Projects, Hatteras Ferry-rollinson Channel Located In Dare County, Nc And Big Foot Slough-silver Lake Harbor In Hyde County, Nc. a Total Of 36 X Vibracore Are To Be Drilled Within Proposed Navigation Corridors Located In The Vicinity Of Hatteras Ferry Channel And Rollinson Channel (figures 1, 3, And 4). Within The Investigation Area, The Bathymetry Ranges From About 0 Ft. To -15 Ft. Mllw And Greater. a Total Of 35 X Vibracore Are To Be Drilled Within Proposed Navigation Corridors Located In The Vicinity Of Silver Lake Harbor And Big Foot Slough Channel (figures 2, 5, And 6). Within The Investigation Area, The Bathymetry Ranges From About 0 Ft. To -15 Ft. Mllw And Greater. the Vibracores Shall Be Drilled In 10- And 20-foot Lengths. The Maximum Project Depth For The Proposed Navigation Corridors Is -14 Feet Mllw. If The Vibracores Penetrate Deeper Than -14 Mllw, The Cored Sediments Will Still Be Visually Classified, Photographed, And May Be Tested. The Results From This Subsurface Investigation Will Be Utilized To Identify The Material Characteristics To Gain Environmental Clearance For Modification Of The Navigation Corridor. Characterization Of The Shoals Is Required To Identify The Most Appropriate Dredged Material Disposal Strategy all Interested Firms With Naics 541360 – Geophysical Surveying And Mapping Services, As An Approved Naics Code Have Until 19 February 2025 At 1500 Est To Submit The Following Information: general Information: name & Address Of Your Firm point Of Contact (name/phone/e-mail) sam Unique Entity Id. (the Unique Entity Id Is A 12-character Alphanumeric Id Assigned To An Entity By Sam.gov) business Size, To Include Designation As Hubzone, 8(a), Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Business, And Large Business. note: Any Supporting Documentation That Confirms Your Socio-economic Status Should Be Provided, I.e., Letter Of Certification From Va Confirming Sdvosb Status. The Government Must Be Able To Verify Sba Certification Of Hubzone And 8(a) Via Sam, And Va Certification Of Vosb And Sdvosb’s Through The Vendor Information Pages At Https://vip.vetbiz.va.gov. please Submit Your Interest And Capability To Perform Subsurface Investigation And Geotechnical Laboratory Testing. 3. Information On Teaming Arrangement (if Applicable). Although We Are Not Looking For Formal Signed Agreements At This Time, If You Intend To "team" With Another Firm, Formally Or Informally, You Must Submit Information, Not More, Than One (1) Page, About Your Team's Involvement. More Specifically, You Must Submit Sufficient Information For The Government To Determine The Roles Each Team Member Will Play And What Your Socio-economic Status Is Or Will Be Considering The Proposed Arrangement. Therefore, Included In Your One (1) Page If You Are A Small Business And You Intend To Mentor/protégé And/or Jv With A Large Business, Both Team Members Must Sign Agreeing That 40% Of The Labor Will Be Performed By The 8(a) Firm. Additionally, If The Team Is A Mentor/protégé Arrangement, Identify The Areas That Will Be Mentored. Any Supporting Documentation That Confirms Your Socio-economic Status As A Team Should Be Provided. note: The Government May Not Give Credit To Your Socio-economic Class If There Is Not Sufficient Documentation To Support It Or If The Government Cannot Verify Through Other Means That Your Business Is As Such. 4. Evidence Of Capabilities To Perform Comparable Work. Provide Project Info On A Minimum Of Two And No More Than 5 Projects That Demonstrate The Firm's Experience On Projects That Are Substantially Complete Or Completed Within The Last Seven (7) Years Which Are Similar To The Project In Size, Scope And Complexity. For Each Project Include: project Name And Contract Number. customer. summary Description Of The Key Elements/salient Work Features Of The Project. your Company's Level Of Involvement In The Project, I.e., Subcontractor (type), Prime, Gc, Etc. And Your Specific Role. location Where The Work/project Was Completed. contract Amount. brief Description Of How The Experience Relates To The General Work Description In This Notice. do Not Send Hard Copies Of Advertising Or Promotional Materials. Please Ensure That All Responses Are Comprehensive And Provide A Name And Point-of-contact For Your Firm For Follow-up By This Office Or The Procuring Contracting Officer. If You Have Responded To Any Previous Sources Sought Postings Or Had Other Communications With Our Office Regarding Preliminary Market Research For This Project, Please Be Advised That It Is Still Necessary For You To Respond To This Posting. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime Contractor And Work Accomplished By The Teaming Partner. to Protect The Procurement Integrity Of Any Future Procurement, If Any, That May Arise From This Announcement, Information Regarding The Technical Point Of Contact Will Not Be Given And No Appointment For Presentations Will Be Made. all Information Is To Be Provided On A Voluntary Basis At No Charge To The Government. There Is No Entitlement To Payment Of Direct Or Indirect Costs Related To Or Arising Out Of Responding To This Request For Information. All Information Provided Becomes Property Of The Government. There Is No Guarantee, Expressed Or Implied, That The Market Research For This Acquisition Will Result In Any Guarantee Of Award Or Acquisition Strategy. email The Requested Information, With Delivery And Read Receipt Requested To: sonny Smith At Sonny.z.smith@usace.army.mil rosalind M. Shoemaker At Rosalind.m.shoemaker@usace.army.mil the Email Should Be Titled: W912pm25qa001 – Subsurface Investigation And Geotechnical Laboratory Testing - [insert Company’s Name] if You Have Questions, Please Contact Ros Shoemaker At Rosalind.m.shoemaker@usace.army.mil

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents 
Details: Page 7 Of 7 department Of Veterans Affairs network Contracting Office 6 (nco 6) sources Sought Notice 36c24625q0411 in Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Additionally, The Government Reserves The Right To Revise The Performance Work Statement, Statement Of Work And/or Other Contract Requirements Before The Release Of Any Associated Solicitation. This Notice Is Not A Request For Proposals (rfp) Or Request For Quotes (rfq). Information Provided In This Notice Is Subject To Change Prior To Release Of A Solicitation. this Is A Sources Sought Notice And Is Intended For Market Research Purposes To Determine Responsive And Capable Sources. If Based Upon The Market Research Information The Government Deems A Solicitation Is Necessary A Solicitation Action Will Be Posted In Contract Opportunities On Www.sam.gov. small Business Requirements for Market Research Purposes, All Responses To This Notice Will Be Reviewed, Regardless Of Small Business/socioeconomic Category, Including Those Firms That Are Identified As Large Businesses. Review Of Responses To This Notice Will Support Later Determination Of Set-aside Requirements, If A Solicitation Becomes Available, Where The Rule Of Two Is Met Regarding A Set-aside, Including Set-asides Under 38 U.s.c. 8127 And 8128 For Service-disabled Veteran Owned Small Businesses (sdvosb) And/or Veteran Owned Small Businesses (vosb) Firms Registered In The Vendor Information Pages (vip) Database, In Accordance With Priorities Set By Regulation. naics Code: 541810 Advertising Agencies product Or Service Code (psc): 7690, Miscellaneous Printed Matter Includes: Decals; Printed Posters; Printed Labels instructions For Responding: interested Companies Can Respond, Via Email, To Monique.cordero@va.gov, With The Following Information: a.) Company Point Of Contact, Including Name, Title, Phone Number And Email Address. b.) Company Name, Duns Number, Small Business/socioeconomic Status Of The Company, And Address Of The Applicable Office. c.) Any Relevant Certifications And/or Licenses To Perform These Services. d.) Capabilities Statement additional Information May Be Requested By The Contracting Officer At A Later Time. point Of Contact: monique Cordero contracting Specialist network Contracting Office (nco) 6 veterans Health Administration u.s. Department Of Veterans Affairs monique.cordero@va.gov due Date For Responses: this Notice Will Close On Thursday, February 13, At 11:00 Am Eastern Standard Time. contractor Responsibility a Potential Source, For The Purposes Of This Notice, Is Considered To Be Any Company Meeting The Following Requirements. Some Of The Below Requirements May Be Modified Prior To Release Of Any Solicitation. 1. The Potential Source Would Meet The Requirements Of The Relevant Limitations On Subcontracting Clauses Of The Far. 2. The Potential Source Is Registered In The System For Award Management (sam) Database At Https://www.sam.gov, As Whichever Entity/office That Would Receive Award In The Event Of A Solicitation. 3. The Potential Source Is Registered In The Vendor Information Pages (vip) Database At Http://www.va.gov/osdbu, If Applicable. (this Is Only Applicable To Firms Meeting Small Business Administration (sba) And Va Requirements For Service-disabled Veteran-owned Small Business (sdvosb) Or Veteran-owned Small Business (vosb) Programs.) 4. The Potential Source Has Favorable (satisfactory) Past Performance Information For Federal Contracts, If Applicable, As Documented In Government Databases, Including The Federal Awardee Performance And Integrity Information System (fapiis) And Past Performance Information Retrieval System (ppirs), Where Applicable. below Is An Example Of The Performance Work Statement That Market Research Is Being Conducted For. performance Work Statement: Veteran Same Day Care Options Promotional Materials 1. Purpose. To Develop Same Day Care Promotional Materials Highlighting Same Day Care Services Available To Veterans And To Secure Professional Graphic Design Services For General Use In Promoting Veterans Health Services. 2. Mission. Reduce Community Care Emergency Room Costs And Guide Veterans To The Best Most Appropriate Care By Educating Veterans On Where They Should Go For Same Day Appointments, And Urgent Or Emergent Needs Based On The Types Of Symptoms They Are Experiencing. 3. Period Of Performance. Vendor Will Produce The Promotional Materials Based On The Design Specifications Provided By The Veterans Affairs (va) And Mail To Veterans No Later Than Two Months After The Contract Is In Place. Will Include Base Year And Three Option Years. Graphic Design Hours Will Be Accessible Until Fully Allocated To Meet The Needs Of Communication Projects Within The Contract Periods. 4. Background. Develop And Disseminate Informational Materials That Inform Veterans About Same Day Options That May Be More Convenient And Appropriate Than A Visit To A Community Emergency Room. Same Day Va Appointments Or Community Urgent Care Visits Can Take Care Of Routine Visits In A Cost-effective Manner And Produce The Same Results As If They Went To The Emergency Room. 5. Performance Objectives: Vendor Will Produce 4 X 10.75 Rack Card With Tearaway Wallet Card Prints 4/1 With Two Magnets 1 X 3 Attached On The Back Side Of The Rack Card, Including A 2-sided Letter, Inserted Into A #12 Envelope With The Va Logo Printed In The Upper Left Corner, And Inkjet Address Block, Mailed Presort First Class Sealed In The Quantities Requested On The Quote. 25 General Use Graphic Design Hours Will Be Included For Base Year And 25 Hours For Each Of Three Option Years. three Analytical Reports Will Be Produced For Base Year And Each Option Year. addressing And Mail Processing Included: proofs Produced By The Vendor Will Be Approved By The Va Prior To Production. vendor Will Use The Va Postage Meter From Each Veteran S Site Of Care. vendor Will Address And Mail The Materials To The Veteran Names And Addresses Provided By The Va. 6. Operating Constraints veteran Name And Addresses Will Be Provided To The Vendor Which Is Personally Identifiable Information (pii). vendor Will Not Have Access To Va Systems Or Medical Records, Only The Names And Addresses Of The Recipients Of The Materials Will Be Provided In A Secure Manner. personally Identifiable Information (pii) Provided Will Be Disposed Of After Production. the Contractor Must Complete The Required Training In Paragraph 8 Of The Va Information And Information System Security/privacy Language. the Contractor Must Provide A Secure Manner For The Transfer Of The Personally Identifiable Information.

City Of Cape Town Tender

Textile, Apparel and Footwear
South Africa
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Clothing, Ppe & Accessories Reference Number Ga12500363 Title Clothing Items : Overall Jackets Description 300 Each X Overall Jacket;cot;org;34/87cm;cct 300 Each X Overall Jacket;cot;org;38/97cm;cct 300 Each X Overall Jacket;cot;org;40/102cm;cct Specification* Refer To: Ga12500363 Overall Jacket - Material: 100%cotton J54 Fabric; Colour: Orange Cks 129 21 C; Size: 34/87cm; Branding: Cct To Be Embroidered On Back In Black Text With 40mm High Century Gothic Font; Specifications: With Collar And Lapels, Breast Pocket With Flap, Two Side Pockets. Zip Up Front, One Piece Back, One Piece Sleeves Set In With Plain Hemmed Cuffs, Full Length Style Jacket Without Waistband With Side Slits, Reflective Band 54 Mm Width Polyester Petersham Tape In Neon Yellow Colour, 25mm Width Silver Reflective Tape With Minimum Brightness Of 475-500 Candela (complying With Sans 50471 Standard) Stitched Around Chest And Sleeves; Unit Packaging: Garment To Be Individually Wrapped In A Clear Plastic Bag, Indicating The Size Of The Garment; Packaging: Garment To Be Wrapped In Bundles Of 10 Items Per Same Size, Supplied In Cardboard Boxes. Boxes Are To Be Identified/marked With Content Description, Size Of Garments, Quantity Of Items In The Box, Cct Material Code And The Cct Purchase Order Number; Fabric Standards: Manufactured To Sans 1387 Parts 1 And 2, Cotton Work Wear Fabric; Manufacturing Standards: Manufactured In Accordance With Sans 434 And Bearing The Mark; Origin: Made In South Africa; Guideline: Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By. 1. Nb: The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. * Refer To: Ga12500363 Overall Jacket - Material: 100%cotton J54 Fabric; Colour: Orange Cks 129 21 C; Size: 38/97cm; Branding: Cct To Be Embroidered On Back In Black Text With 40mm High Century Gothic Font; Specifications: With Collar And Lapels, Breast Pocket With Flap, Two Side Pockets. Zip Up Front, One Piece Back, One Piece Sleeves Set In With Plain Hemmed Cuffs, Full Length Style Jacket Without Waistband With Side Slits, Reflective Band 54 Mm Width Polyester Petersham Tape In Neon Yellow Colour, 25mm Width Silver Reflective Tape With Minimum Brightness Of 475-500 Candela (complying With Sans 50471 Standard) Stitched Around Chest And Sleeves; Unit Packaging: Garment To Be Individually Wrapped In A Clear Plastic Bag, Indicating The Size Of The Garment; Packaging: Garment To Be Wrapped In Bundles Of 10 Items Per Same Size, Supplied In Cardboard Boxes. Boxes Are To Be Identified/marked With Content Description, Size Of Garments, Quantity Of Items In The Box, Cct Material Code And The Cct Purchase Order Number; Fabric Standards: Manufactured To Sans 1387 Parts 1 And 2, Cotton Work Wear Fabric; Manufacturing Standards: Manufactured In Accordance With Sans 434 And Bearing The Mark; Origin: Made In South Africa; Guideline: Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By. * Refer To: Ga12500363 Overall Jacket - Material: 100%cotton J54 Fabric; Colour: Orange Cks 129 21 C; Size: 40/102cm; Branding: Cct To Be Embroidered On Back In Black Text With 40mm High Century Gothic Font; Specifications: With Collar And Lapels, Breast Pocket With Flap, Two Side Pockets. Zip Up Front, One Piece Back, One Piece Sleeves Set In With Plain Hemmed Cuffs, Full Length Style Jacket Without Waistband With Side Slits, Reflective Band 54 Mm Width Polyester Petersham Tape In Neon Yellow Colour, 25mm Width Silver Reflective Tape With Minimum Brightness Of 475-500 Candela (complying With Sans 50471 Standard) Stitched Around Chest And Sleeves; Unit Packaging: Garment To Be Individually Wrapped In A Clear Plastic Bag, Indicating The Size Of The Garment; Packaging: Garment To Be Wrapped In Bundles Of 10 Items Per Same Size, Supplied In Cardboard Boxes. Boxes Are To Be Identified/marked With Content Description, Size Of Garments, Quantity Of Items In The Box, Cct Material Code And The Cct Purchase Order Number; Fabric Standards: Manufactured To Sans 1387 Parts 1 And 2, Cotton Work Wear Fabric; Manufacturing Standards: Manufactured In Accordance With Sans 434 And Bearing The Mark; Origin: Made In South Africa; Guideline: Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By. Delivery Date2025/04/11 Delivery Tologistics - Ndabeni Store Materials Store / Ph: 444 5456 Delivery Address25 Oude Molen Road, Ndabeni Contact Personrasheed Erasmus Telephone Number0214004808 Cell Number Closing Date2025/01/28 Closing Time03:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressga1.quotations@capetown.gov.za Buyer Detailsr.ross Buyer Phone0214009530 Attachments No Attachments Note On 1 November 2017 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities: Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
5631-5640 of 5784 archived Tenders