Car Tenders

Car Tenders

Lafayette Consolidated Government Tender

Civil And Construction...+1Bridge Construction
United States
Details: Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Www.centralbidding.com Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 10:00 Am Central Time On The 7th Day Of February, 2025 For The Following: Switzerland Road Bridge Replacement And Will, Shortly Thereafter, Be Opened And Read Aloud In The Council Briefing Room Located At 705 West University Avenue, Lafayette, La. Bids Received After The Above Specified Time For Opening Shall Not Be Considered And Shall Be Returned Unopened To The Sender. Bidders Are Encouraged To Call Into The Bid Openings At The Following Phone Number 337-291-5100. Scope Of Services: The Work To Be Performed By The Contractor Includes But Is Not Limited To Removing The Existing Railroad Flat Car Superstructure And Timber Abutment And Installing A New Concrete Box Culvert Bridge With Associated Roadway Reconstruction, Subsurface Drainage Work, Channel Improvements, Etc. All Work To Be Completed Within One Hundred And Twenty (120) Working Days From Issuance Of Notice To Proceed. In Accordance With Louisiana Rs 38:2212 Electronic Bids May Be Submitted At Central Bidding (www.centralbidding.com).official Bid Documents Are Available At Central Bidding (www.centralbidding.com). For Questions Related To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Bidders May Request The Electronic Bid Package From Heather Kestler At Hkestler@lafayettela.gov. Bidders Wishing To Submit Their Bid Electronically Must First Be Registered Online With Lafayette Consolidated Government As A Potential Supplier At The Website Listed Above. Bidders Submitting Bids Electronically Are Required To Provide The Same Documents As Bidders Submitting Through The Mail As Soon As Available. Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. Bids Must Be Signed In Accordance With Lrs Title 38:2212(b)5. A Corporate Resolution Or Certificate Of Authority Authorizing The Person Signing The Bid Is Required To Be Submitted With Bid. Failure To Submit A Corporate Resolution Or Certificate Of Authority With The Bid Shall Be Cause For Rejection Of Bid. Copies Of The Bidding Documents Except For Section C – “standard Specifications For Roads, Drainage, Bridges And Other Infrastructure 2023 Edition” Are Available At The Office Of Purchasing Located At 705 West University Avenue, Lafayette, La 70502 Upon Payment Of $130.00 Per Set, Non-refundable. Note: No Cash Will Be Accepted - Only Checks Or Money Orders Made Payable To Lafayette Consolidated Government. Copies Of Section “c” Standard Specifications For Roads, Drainage, Bridges And Other Infrastructure” 2023 Edition Are Available From The Public Works Department At 1515 E University Avenue, Building A, Lafayette La 70501. Bid Documents Shall Be Available Until Twenty-four Hours Before The Bid Opening Date. Questions Relative To The Bidding Documents Shall Be Addressed To Heather Kestler At Hkestler@lafayettela.gov. Contractors Are Requested To Attend A Pre-bid Meeting, Which Will Be Held On January 22, 2025 At 10:30 Am In The Large Conference Room, Lafayette Consolidated Government, Public Works Administration Building Located At 1515 East University Avenue, Lafayette, La. Each Bid Shall Be Accompanied By A Certified Check, Cashier’s Check, Or Bid Bond Payable To The Lafayette Consolidated Government, The Amount Of Which Shall Be Five Percent (5%) Of The Base Bid Plus Additive Alternates. If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To Ten Percent (10%) Of Policyholders’ Surplus As Shown In The A.m. Best’s Key Rating Guide, Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Bid Bond Shall Be Issued By A Company Licensed To Do Business In Louisiana. The Certified Check, Cashier’s Check, Or Bid Bond Shall Be Given As A Guarantee That The Bidder Shall Execute The Contract, Should It Be Awarded To Him, In Conformity With The Contract Documents Within Ten (10) Days. No Contractor May Withdraw Its Bid Prior To The Deadline For Submission Of Bids. Withdrawal Of Bids Thereafter Shall Be Allowed Only Pursuant To La R.s. 38§2214.c. Otherwise, No Bidder May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Bid Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided Within The Specifications. The Successful Bidder Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. No Contractors May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided With The Specifications. The Successful Contractor Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. Bids Will Be Evaluated By The Purchaser Based On The Lowest Responsible And Responsive Bid Submitted Which Is Also In Compliance With The Bid Documents. The Lafayette Consolidated Government Reserves The Right To Reject Any And All Bids For Just Cause In Accordance With La R.s. 38§2214.b. Contractors Or Contracting Firms Submitting Bids In The Amount Of $50,000.00 Or More Shall Certify That They Are Licensed Contractors Under Chapter 24 Of Title 37 Of The Louisiana Revised Statutes Of 1950 And Show Their License Number On The Front Of The Sealed Envelope In Which Their Bid Is Enclosed. Contractors Shall Be Licensed For The Classification Of “highwaym Street And Bridge Construction Or Heavy Construction”. Bids In The Amounts Specified Above Which Have Not Bid In Accordance With The Requirements, Shall Be Rejected And Shall Not Be Read. Additional Information Relative To Licensing May Be Obtained From The Louisiana State Licensing Board For Contractors, Baton Rouge, Louisiana. The Lafayette Consolidated Government Strongly Encourages The Participation Of Dbes (disadvantaged Business Enterprises) In All Contracts Or Procurements Let By The Lafayette Consolidated Government For Goods And Services And Labor And Material. To That End, All Contractors And Suppliers Are Encouraged To Utilize Dbes Business Enterprises In The Purchase Or Sub-contracting Of Materials, Supplies, Services And Labor And Material In Which Disadvantaged Businesses Are Available. Assistance In Identifying Said Businesses May Be Obtained By Calling 291-8410. Purchasing Division Lafayette Consolidated Government Publish Dates: 1/8, 1/12, 1/19 Dpr 952779
Closing Date7 Feb 2025
Tender AmountRefer Documents 

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Others
United States
Details: This Is A Combined Synopsis / Solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 – Streamlined Procedures For Evaluation And Solicitation Of Commercial Items – As Supplemented With Additional Information Included In This Notice. The Solicitation Is Issued Using Simplified Acquisition Procedures Under The Authority Of Far Part 13. this Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Document (i.e. Standard Form) Will Not Be Issued. this Solicitation Is A Request For Quotation (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 Dated January 17, 2025. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541519 – Other Computer Related Services. The Small Business Size Standard Of $34,000,000. This Is A Total Small Business Set-aside Competition. Only Small Businesses Under The Applicable Naics Code Are Eligible To Respond. description Of Requirements background the National Institute Of Standards And Technology (nist) Engineering Laboratory (el) Systems Integration Division (sid) Has Led An Informal Working Group Since April 2021 To Develop An Information Model For The Neutral Representation Of The Laser Powder Bed Fusion Process For Metals Additive Manufacturing. The Models Developed In The Work Are Based On The Express Schema, With An Intended Proof Of Concept Implementation Using The Iso 10303 Ap 238 Specification. New Software Is Needed To Further Develop And Test The Information Models, Including Software Support For A Demonstration Build. objectives the Objective Of This Requirement Is To Procure A Software System To Formalize The Development Of The Consistent Interpretation Of Additive Manufacturing Of Metal Parts. scope Of Work please See The Attached Statement Of Requirements. delivery Requirements delivery Of The Software Shall Be Conducted Electronically Within 30 Calendar Days Of Award. Remote Software Installation Assistance Shall Be Provided By Contractor As Needed. contract Type & Payment Terms a Firm Fixed Price Purchase Order Is Anticipated. applicable Provisions And Clauses please See The Attached Document For Applicable Provisions And Clauses. question And Answer Period car 1352.215-73 Inquiries (apr 2010): quoters Must Submit All Questions Concerning This Solicitation In Writing Electronically To Mr. Collin Randall, Contract Specialist, At Collin.randall@nist.gov Questions Must Be Received By Or Before Wednesday January 27 2025, At 12:00 Pm Et. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract. (end Of Provision). due Date For Quotations all Quotations Must Be Submitted Via Email To Mr. Collin Randall, Contract Specialist, At Collin.randall@nist.gov. Submission Must Be Received Not Later Than Wednesday February 5, 2025, At 12:00 Pm Et. note: Quoters Must Have An Active Registration At Www.sam.gov At Time Of Offer Submission To Be Considered For Award. “id Assigned” Is Not Acceptable; Registration Must Be “active.” instructions To Quoters (addendum To Far 52.212-1) the Quoter’s Quotation Shall Be Submitted Electronically Via Email And Shall Consist Of Two Volumes As Detailed Below. Each Quotation Volume Shall Include The Quoter’s Name, System For Award Management Unique Entity Identifier (uei) Number, And Point Of Contact Information In A Cover Page, Header/footer, Or Other Easily Identified Location. The Contracting Officer Intends To Award A Purchase Order Without Discussions But Reserves The Right To Enter Into Discussions If In The Best Interest Of The Government. volume 1: Technical Response this Volume Shall Contain The Quoter’s Technical Response. The Technical Response (not Including Table Of Contents Or Past Performance Information) Shall Not Exceed Ten (10) Single-spaced, Single Sided Pages Or Twenty (20) Double-spaced, Single Sided Pages. Text Shall Be No Less Than 12-point Font In Read-only Microsoft Word Or Searchable Adobe Pdf Format. 10-point Font Is Acceptable For Graphics. the Technical Response Shall Include The Name, Title, Phone Number, And Email Address Of The Quoter’s Primary Point Of Contact And The Individual Authorized To Negotiate On Behalf Of The Quoter (if Negotiations Are Determined To Be Necessary). the Technical Response Shall Include: a Description Of The Proposed System Specifications And Capabilities As It Relates To The Requirements Identified In The Requirements Document, Including The Warranty And Training Requirements. delivery And Training Schedule Information. volume 2: Price Quotation this Volume Shall Contain The Quoter’s Price Quotation In Read-only Microsoft Excel Format, Or In Searchable Pdf Format. All Figures Must Be Rounded To The Nearest Hundredth. price Quotations Shall Be Submitted On A Firm Fixed Price Basis In Accordance With The Contract Line-item Numbering Structure Identified In This Solicitation. Quotations Shall Be Valid For 60 Days After Solicitation Close. price Quotations Shall Include Unit Pricing And Total Cost, Inclusive Of The Required Commercial Product, Shipping And Delivery, Training, And Warranty. to Assist The Government In Evaluating Firm Fixed Price Quotations, The Quoter Shall Provide A Breakdown Of The Proposed Fixed Price By Item Quoted And Shall Separate Delivery And Training Pricing From The Rest Of The Quote. quoters Shall Also Include A Proposed Fixed Price Payment Schedule Based On Requirement Deliverables. contract Line-item Structure: responsible Quoters Shall Provide Pricing For The Following Line Item: line Item 001: Laboratory Software License In Accordance With The Attached Statement Of Requirements evaluation Criteria And Basis For Award (addendum To Far 52.212-2) the Government Intends To Award A Firm Fixed Price Purchase Order Resulting From This Solicitation To The Responsible Quoter Whose Quotation, Conforming To The Solicitation, Will Be Most Advantageous To The Government, Price And Other Factors Considered. upon Receipt Of Quotations, The Contracting Officer Will Review Them To Determine If Each Quoter Followed All Of The Quotation Preparation/submission Instructions In This Solicitation. A Quotation That Did Not Follow The Quotation Submission Instructions To An Extent That The Government Cannot Properly Evaluate The Quotation In Accordance With The Stated Evaluation Factors May Be Deemed Unacceptable And May Not Be Further Evaluated. the Government Intends To Evaluate Quotations On The Basis Of Lowest Price Technically Acceptable (lpta). responses To This Solicitation Shall Include Clear And Convincing Evidence Of The Quoters’ Capability As It Relates To The Identified Requirements. Under The Lowest-price Technically Acceptable (lpta) Process, Quoters Will Be Determined To Be “technically Acceptable” Or “technically Unacceptable.” Award Will Be Made To The Lowest-priced Quote Amongst Technically Acceptable Quotes. To Be Determined Technically Acceptable, Quotations Shall Meet The Following Requirements: (1) Technical Capability: The Quoter Must Clearly Indicate In Its Quotation The Ability To Provide All Technical, Training, And Warranty Requirements Identified In The Specifications Document. (2) Schedule: The Quoter Must Clearly Indicate In Its Quotation The Ability To Meet The Schedule Requirements Of Delivery Within 30 Calendar Days Of Award And Training Within 30 Days After Delivery.
Closing Date5 Feb 2025
Tender AmountRefer Documents 

BARANGAY PACO MANKAYAN, BENGUET Tender

Civil And Construction...+1Drainage Work
Philippines
Details: Description Republic Of The Philippines Province Of Benguet Municipality Of Mankayan Barangay Paco Clustered Project Of Barangaypaco (national Wealth) For Cy 2024 Subject : Summary Of Bid Proposal Project; Proper Paco 1. Construction Of Drainage Canal (old Dalagan - Coop Singi) 2. Construction Of Drainage Canal (lizardo - Grupo - Pangsan) 3. Construction Of Drainage Canal (lamdagan - Nabulay) Paalaban 4. Improvement Of 900l To Lower Paalaban Road (maudang - Bangit) Palpaltogan 5. Improvement Of Road At Palpaltogan With 15mx1m Retaining Wall (lomiwes - Bacbac) Pukitan 6. Improvement Of Road At Central Pukitan (caluza-baguista) 7. Improvement Of Road At Lower Pukitan (towards Tamayo's Residence) 8. Construction Of Drainage Canal (caluza-quanso) 9. Construction Of Drainage Canal (chumacog - Galiling) 10. Construction Of Drainage Canal (caluza-padongay - Main Canal) Location : Paco, Mankayan, Benguet - Car Bill Of Quantities Item Description Unit Qty Unit Price Total Amount (php) (php) 1. Construction Of Drainage Canal (old Dalagan - Coop Singi) B.5 Project Billboard/signboard E.a 1.000 B.7 Occupational Safety And Health Program L.s 1.000 102 (4) Structure Excavation (unclassified) Cu.m 33.000 404 Reinforcing Steelbars Kgs 869.500 405 Structural Concrete Works Cu.m 15.400 2. Construction Of Drainage Canal (lizardo - Grupo - Pangsan) B.5 Project Billboard/signboard E.a 1.00 B.7 Occupational Safety And Health Program L.s 1.00 102 (4) Structure Excavation (unclassified) Cu.m 24.00 404 Reinforcing Steelbars Kgs 869.50 405 Structural Concrete Works Cu.m 13.20 3. Construction Of Drainage Canal (lamdagan - Nabulay) B.5 Project Billboard/signboard E.a 1.00 B.7 Occupational Safety And Health Program L.s 1.00 102 (4) Structure Excavation (unclassified) Cu.m 12.60 404 Reinforcing Steelbars Kgs 462.50 405 Structural Concrete Works Cu.m 6.93 4. Improvement Of 900l To Lower Paalaban Road (maudang - Bangit) B.5 Project Billboard/signboard E.a 1.00 B.7 Occupational Safety And Health Program L.s 1.00 102 (4) Structure Excavation (unclassified) Cu.m 180.00 201 Aggregate Base Course Cu.m 30.00 311 (1) A.2 Pcc Pavement (plain)-conventional Method, 200mm Thk. Sq.m 300.00 600 (2) Concrete Gutter (cast In Place)-0.50m X 0.15m L.m 100.00 5. Improvement Of Road At Palpaltogan With 15mx1m Retaining Wall (lomiwes - Bacbac) B.5 Project Billboard/signboard E.a 1.00 B.7 Occupational Safety And Health Program L.s 1.00 102 (4) Structure Excavation (unclassified) Cu.m 131.80 201 Aggregate Base Course Cu.m 26.00 311 (1) A.2 Pcc Pavement (plain)-conventional Method, 200mm Thk. Sq.m 260.00 505 Grouted Riprap Cu.m 15.00 6. Improvement Of Road At Central Pukitan (caluza-baguista) B.5 Project Billboard/signboard E.a 1.00 B.7 Occupational Safety And Health Program L.s 1.00 102 (4) Structure Excavation (unclassified) Cu.m 105.00 201 Aggregate Base Course Cu.m 21.00 311 (1) A.2 Pcc Pavement (plain)-conventional Method, 200mm Thk. Sq.m 210.00 7. Improvement Of Road At Lower Pukitan (towards Tamayo's Residence) B.5 Project Billboard/signboard E.a 1 B.7 Occupational Safety And Health Program L.s 1 102 (4) Structure Excavation (unclassified) Cu.m 52 201 Aggregate Base Course Cu.m 10.4 311 (1) A.2 Pcc Pavement (plain)-conventional Method, 200mm Thk. Sq.m 104.00 8. Construction Of Drainage Canal (caluza-quanso) B.5 Project Billboard/signboard E.a 1.00 B.7 Occupational Safety And Health Program L.s 1.00 102 (4) Structure Excavation (unclassified) Cu.m 23.00 404 Reinforcing Steelbars Kgs 836.20 405 Structural Concrete Works Cu.m 12.65 9. Construction Of Drainage Canal (chumacog - Galiling) B.5 Project Billboard/signboard E.a 1.00 B.7 Occupational Safety And Health Program L.s 1.00 102 (4) Structure Excavation (unclassified) Cu.m 49.50 404 Reinforcing Steelbars Kgs 1,302.40 405 Structural Concrete Works Cu.m 23.10 10. Construction Of Drainage Canal (caluza-padongay - Main Canal) B.5 Project Billboard/signboard E.a 1 B.7 Occupational Safety And Health Program L.s 1 102 (4) Structure Excavation (unclassified) Cu.m 17 404 Reinforcing Steelbars Kgs 617.90 405 Structural Concrete Works Cu.m 9.35 Nothing Follows Total Amount Of Bid: (in Words And In Figures: Php): Three Million Two Hundred Twenty Three Thousand Seven Hundred Nine Pesos And Twenty Four Centavos (₱3,223,709.24) Republic Act 9184 And Its Implementing Rules And Regulations Shall Govern All Particulars Relative To The Eligibility Standards And Screening, Mayor’s Business Permit, Bir Certificate Of Registration, Philgeps Registration Number And Certified True Copy Of Philgeps Platinum Membership Latest Income/ Business Tax Return (if The Abc Is Above 500,000.00). A Complete Set Of Request For Quotation (rfq) May Be Acquired From The Barangay Bac-chairman Of Barangay Paco, Mankayan, Benguet. Created By: Hon. Damian P. Camtugan Barangay Bac Chair Noted: Hon. James P. Gomgom-o Punong Barangay The Philgeps Team Is Not Responsible For Any Typographical Errors Or Misinformation Presented In The System. Philgeps Only Displays Information Provided For By Its Clients, And Any Queries Regarding The Posting Should Be Directed To The Contact Person/s Of The Concerned Party. Hon. Damian P. Camtugan Barangay Bac Chairman Barangay Hall, Paco Mankayan, Benguet Philippines 2608
Closing Date3 Mar 2025
Tender AmountPHP 3.2 Million (USD 55.5 K)

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: The Los Angeles District, U.s. Army Corps Of Engineers Is Seeking To Lease A One To Three Suites With A Total Of 4,733 To 6,200 Gross/rentable Square Feet (gross Square Feet To Include Any Common Area Factor), Of Existing Professional Office Space, In The City Of Tempe Arizona, And Within The Defined Delineated Area (da) Boundaries Below: north - East University To 143, Washington Street/east Curry Road south - West Southern Ave west - 143 And I-10 east - North Alma School Road the Government’s Desire Is For Afull-service Lease Of Professional Office Space For An Armed Forces Professional And Medical Career Center For A Term Not To Exceed Five (5) Years With Government Terminationrights. offered Space Must Meet Government Requirements Per The Terms Of The Government Lease.interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Building Owners. Representatives Of Building Owners Must Include The Exclusivity Agreement, Representation Letter, Listing Contract Or Other Executed Agreement Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. adequate Mass Transit (buses, Trains, Rail Cars) For The Public Within Three Walking Blocks Is Highly Desired. required --spaces Must Offer Both A Primary And A Secondary Point Of Ingress/egress. --lighted, Non-exclusive Or Reserved On-site Parking For (12) Marked Government Owned Vehicles Must Be Provided For On 24 Hours 7 Days A Week Basis. Additional Lighted Parking Must Be Available During Business Hours, Weekends And Holidays, For Approximately (16) Employee Vehicles And Visitors/recruit Candidate Parking. --must Use The Government Lease. --the Military Services Shall Have The Right To Use Space Beyond Normal Working Hours And, If Required, On Saturdays, Sundays, And Federal Holidays. This Includes The Use Of Elevators, Lights, Toilet Facilities, And, If Necessary, Heating And Air Conditioning. --armed Forces Recruiting Facilities Are Only Located In Defined Geographical Areas That Contain Businesses And Other Establishments That Are Of A Compatible Nature. Under No Circumstances Will Be These Facilities To Be In Areas Where Sexually Oriented Businesses, Bars, Nightclubs, Liquor Stores, Smoke Shops, Marijuana Dispensaries Etc. Or Other Business That Produce Injurious Odors Detectable With The Leased Spaces. Placement Near These Establishments Can Hamper Overall Production Of The Office Or Cause Concern For The Safety Of The Personnel Stationed There And Their Visitors. proposals Are Due No Later Than 5:00 Pm (mst) On January 17, 2025. responses Must Include At A Minimum: - *initialed (not Signed) Draft Lease Document - *initialed Copy Of The General Clauses 3517b - *initialed Copy Of The Janitorial Specifications - *completed, Signed And Dated Proposal To Lease Space Form, - As-built Floor Plan Drawing - Site Plan Showing Location And Available Parking - Digital Photo Of Street View Of Property *these Documents Are In The Attached Request For Lease Proposal Document notice:the Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Source Sought. All Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.sam.gov. Please Begin The Registration Process Immediately In Order To Avoid Delay Of The Contract Award Should Your Proposal Be Selected. contact interested Parties May Contact Mr. Greg Boniface At The U.s. Army Corps Of Engineers, Arizona/nevada Branch, Real Estate Office, 3636 N Central Ave, Ste 900, Phoenix, Az 85012-1939; (602) 361-8309; Gregory.f.boniface@usace.army.mil, No Later Than 5:00 Pm(mst) On January 17th, 2025.
Closing Date18 Jan 2025
Tender AmountRefer Documents 

Department Of Education Division Of Ilocos Sur Tender

Food Products
Philippines
Details: Description The Department Of Education - Schools Division Of Ilocos Sur Is In Need Of Suppliers For The Procurement Of Venue Rental, Meals And Snacks Of Participants To The Orientation Workshop On The Preparation Of Fy 2026 Budget Proposal With The Following Details: Item Description/quantity/unit 1. Venue Rental, Meals And Snacks (am And Pm) Of Participants 42 Pax Day 1-february 05, 2025 Am Snack: ● Sotanghon ● Biko-biko ● Soda (less Sugar) In Can 320ml ●unlimited Coffee/chocolate Drink/tea (found In Coffee Station) Lunch: ● Rice ● Chicken Inasal ● Beef Steak ● Adobong Sitaw ● Dessert (vegetable Salad/ Fruits/pastries/ Sweets) ● Bottled Water (500 Ml) Pm Snack: ● Empanada ● Soda (less Sugar) In Can 320ml ● Unlimited Coffee/chocolate Drink/tea (found In Coffee Station) Day 2-february 06, 2025 Am Snack: ● Arroz Caldo ● Boiled Egg ● Soda (less Sugar) In Can 320ml ● Unlimited Coffee/chocolate Drink/tea (found In Coffee Station) Lunch: ● Rice ● Fried Fish ● Ginisang Mongo With Bagnet ● Pork Fillet ● Dessert (vegetable Salad/ Fruits/pastries/ Sweets) ● Bottled Water (500 Ml) Pm Snack: ● Empanada ● Soda (less Sugar) In Can 320ml ● Unlimited Coffee/chocolate Drink/tea (found In Coffee Station) Day 3-february 07, 2025 Am Snack: ● Miki ● Tuna Sandwich ● Soda (less Sugar) In Can 320ml ● Unlimited Coffee/chocolate Drink/tea (found In Coffee Station) Lunch: ● Rice ● Fried Chicken ● Sinigang ● Laing ● Dessert (vegetable Salad/ Fruits/pastries/ Sweets) ● Bottled Water (500 Ml) Pm Snack: ● Cheeseburger ● Soda (less Sugar) In Can 320ml ● Unlimited Coffee/chocolate Drink/tea (found In Coffee Station) Administrative Arrangement: Capacity And Spacing: The Venue Can Accommodate 42 People. Chair Spacing Allows Easy Movement. Table Spacing Shall Be 5-6 Feet (1.5-1.8 Meters) Between Tables To Accommodate Chairs And Movement. The Main And Side Aisle Should Be Wide To Facilitate Movement. Emergency Exits Should Be Clear And Easily Accessible, With No Obstructions. Outdoor Space/parking Lot: The Parking Lot Must Have The Capacity To Accommodate A Great Number Of Cars, With The Possibility For Expansion If Required. Adequate Space Should Be Provided To Ensure Smooth Traffic Flow And Easy Maneuverability. Internet: High-speed Internet Access Is Available All The Time Throughout The Venue. Location: Within The Province Of Ilocos Sur Amenities: Audiovisual Equipment, And Comfortable Seating. Must Have Provision For Power Strips And Extension Outlets. Separate Tables For Top Management, Participants, And Registration Area. An In-house Audio-visual System Must Have Microphones, Audio Connectors, And Multimedia Projectors. Provide 4 Ft X 5 Ft Tarpaulin Catering Services And Menu Variety: Buffet-style Dining Options Are Available. Meals: Lunch, Morning And Afternoon Snacks. Plated Meal Services Must Include At Least The Following Service: Steamed Rice, Three Main Dishes, (chicken/pork/beef, Fish, And Vegetable), Desert (pastries, Fresh Fruits And/or Other Confectionery, And Drinks (soft Drinks, Iced Tea, And/or Fruit Juices. Purified Drinking Water And Free-flowing Brewed Coffee And Tea With Cream/milk And Sugar In The Venue. Medical Assistance: Ensure There Is A Designated Area For Basic Medical Assistance And Have Qualified Nurses Available To Provide Immediate Medical Attention If Needed. Emergency Protocols: Confirm That The Venue Has Clear Emergency Protocols In Place. Accessibility Features: The Venue Is Equipped With Ramps, Elevators, And Accessible Restrooms For Persons With Disabilities (pwd). Gad (gender And Development) Friendly: Facilities That Support Gender Diversity And Inclusivity Are Available. The Required Documents Are The Following: 1. Mayor’s Permit 2. Philgeps Registration 3. Omnibus Sworn Statement (oss) The Submission Of Quotation And Required Documents Should Not Be Later Than February 3, 2025 @ 9:00 Am At The Schools Division Office, Bantay, Ilocos Sur And Shall Be On A Per Lot Basis. For More Details, Please Visit Our Office Or Contact Division Bac At This Number (007) 722-2055.
Closing Date3 Feb 2025
Tender AmountPHP 75.6 K (USD 1.2 K)

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: The Los Angeles District, U.s. Army Corps Of Engineers Is Seeking To Lease Suite/s With A Total Of 3732 Net/usable To A Maximum Of 4217 Gross/rentable Square Feet (gross Square Feet To Include Any Common Area Factor), Of Existing Class A Or B Retail Space, In The City Of Palm Desert, California And Within The Defined Delineated Area (da) Boundaries Below: north – south – east – west – the Government’s Desire Is For A Full-service Lease Of Retail Space For An Armed Forces Career Center For A Term Not To Exceed Five (5) Years With Government Termination Rights. offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Building Owners. Representatives Of Building Owners Must Include The Exclusivity Agreement, Representation Letter, Listing Contract Or Other Executed Agreement Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. adequate Mass Transit (buses, Trains, Rail Cars) For The Public Within Three Walking Blocks Is Highly Desired. required --spaces Must Offer Both A Primary And A Secondary Point Of Ingress/egress. --lighted, Non-exclusive Or Reserved On-site Parking For Fifteen (15) Marked Government Owned Vehicles Must Be Provided For On 24 Hours 7 Days A Week Basis. Additional Lighted Parking Must Be Available During Business Hours, Weekends And Holidays, For Approximately Four (4) Employee Vehicles And Visitors/recruit Candidate Parking. --must Use The Government Lease. --the Military Services Shall Have The Right To Use Space Beyond Normal Working Hours And, If Required, On Saturdays, Sundays, And Federal Holidays. This Includes The Use Of Elevators, Lights, Toilet Facilities, And, If Necessary, Heating And Air Conditioning. --armed Forces Recruiting Facilities Are Only Located In Defined Geographical Areas That Contain Businesses And Other Establishments That Are Of A Compatible Nature. Under No Circumstances Will Be These Facilities To Be In Areas Where Sexually Oriented Businesses, Bars, Nightclubs, Liquor Stores, Smoke Shops, Marijuana Dispensaries Etc. Or Other Business That Produce Injurious Odors Detectable With The Leased Spaces. Placement Near These Establishments Can Hamper Overall Production Of The Office Or Cause Concern For The Safety Of The Personnel Stationed There And Their Visitors. proposals Are Due No Later Than 6:00 Pm (pacific Time) On February 7, 2025. Responses Must Include At A Minimum: • *initialed (not Signed) Draft Lease Document • *initialed Copy Of The General Clauses 3517b • *initialed Copy Of The Janitorial Specifications • *completed, Signed And Dated Proposal To Lease Space Form, • As-built Floor Plan Drawing • Site Plan Showing Location And Available Parking • Digital Photo Of Street View Of Property *these Documents Are In The Attached Request For Lease Proposal Document Notice: The Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Source Sought. All Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.sam.gov. Please Begin The Registration Process Immediately In Order To Avoid Delay Of The Contract Award Should Your Proposal Be Selected. armed Forces Career Center - Palm Desert feb 7, 2025 07:30:32 Pm Gmt 2 contact Interested Parties May Contact Mr. Michael Husted At The U.s. Army Corps Of Engineers, Real Estate Office, 915 Wilshire Blvd., Suite 1109, Los Angeles, Ca 90017; (213) 309-7132; Michael.a.husted@usace.army.mil, No Later Than 6:00 Pm (pacific Time) On February 7, 2025.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Tender

Civil And Construction...+1Civil Works Others
Germany
Description: Contract notice – general guideline, standard rule negotiated procedure with prior publication of a call for competition/negotiated procedure (services) Bad Camberg – Bayrischer Hof incl. extension and former. Toilet block, object planning (building) Object planning building for the renovation of the listed overall ensemble Bayrischer Hof (Strackgasse 1) and the associated former toilet block, including the adjacent new building at the Bayrischer Hof in Bad Camberg Bad Camberg - Bayrischer Hof including annex and former toilet block, object planning (building) The Bayrischer Hof is to be perceived again as the urban gateway to Bad Camberg's old town. For this purpose, it is to be converted into a mixed use room that will grant the public access to the building. The ground floor is to be converted into a multifunctional room in which a tea kitchen is to be housed. Events or small concerts are to be held here in the future. Office space for the city of Bad Camberg is to be set up on the first floor and in the attic. An extension is to be planned on the northwest side of the building ("garden side"), in which an elevator and sanitary facilities are to be housed. To ensure accessibility, the elevator must be able to access all floors. In addition, as part of the planning, it must be checked whether parking for 1-2 cars can be provided in the basement. The former toilet block is to be converted to public use. A spatial program is to be developed as part of the design planning. The cubature and roof shape are to be retained as far as possible. The possibility of opening up one side of the facade is to be examined. The city will award the other necessary planning services (supporting structure, HLS and ELT) as part of further VGV (for supporting structure and HLS planning) or UVGO (for ELT planning) procedures. 3. Further requirements and cost frameworks Particular importance is attached to the following points: - Depending on the desired change of use, further planning and construction implementation must not only take into account the changed usage requirements. Current aspects of energy-efficient renovation (taking into account the EEG) and fire protection, as well as the categorization of public buildings with event space must also be taken into account. - The increased sound insulation requirement due to the B8 must also be taken into account. - The location of the property in the funding area, an area with ensemble protection under monument protection law as well as neighboring individual monuments and traffic-calmed areas must also be taken into account. A rough cost estimate was made for the overall renovation and the partial new construction in 2024 (see Appendix B). This results in the following costs: - Total construction costs for the Bayrischer Hof and the former toilet block approx. 2.34 million euros (net, including additional costs), - Of this, approx. 2 million euros (net, including additional costs) are for the conversion/renovation of the Bayrischer Hof including the extension and - approx. 0.34 million euros (net, including additional costs) for the renovation of the former toilet block. The city of Bad Camberg intends to commission the building planning service (architectural service) in stages. - Stage 1: Lph 1-4 - Stage 2: Lph 5-9
Closing Date20 Jan 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Tender

Civil And Construction...+1Civil Works Others
Germany
Description: Contract notice – general guideline, standard rule negotiated procedure with prior publication of a call for competition/negotiated procedure (services) Bad Camberg – Bayrischer Hof including annex and former toilet block, specialist planning by Ta Hls Specialist planning by Ta (Hls) for the renovation of the listed building ensemble Bayrischer Hof (Strackgasse 1) and the associated former toilet block, including the adjacent new building at the Bayrischer Hof Bad Camberg – Bayrischer Hof including annex and former toilet block, specialist planning by Ta Hls The Bayrischer Hof is to be perceived again as the urban gateway to Bad Camberg’s old town. For this purpose, it is to be converted to a mixed-use development that grants the public access to the building. The ground floor is to be converted into a multifunctional room in which a tea kitchen is to be housed. In the future, events or small concerts are to be held there. Office space for the town of Bad Camberg is to be set up on the first floor and in the attic. An extension is to be planned on the northwest side of the building ("garden side") in which an elevator and sanitary facilities are to be housed. To ensure accessibility, the elevator should be able to access all floors. As part of the planning, it must also be checked whether parking for 1-2 cars can be provided in the basement. The former toilet block is to be converted to public use. A spatial program is to be developed as part of the design planning. The cubature and roof shape are to be retained as far as possible. The possibility of opening up one side of the facade is to be examined. The city awards the other necessary planning services (building object planning, specialist structural planning and electrical engineering planning) as part of further VGV (for building object planning and specialist structural planning) or UVGO (for electrical engineering planning) procedures. 3. Further requirements and cost framework Particular importance is attached to the following points: - Depending on the desired change of use, further planning and construction implementation must not only take into account the changed usage requirements. Current aspects of energy-efficient renovation (taking the EEG into account) and fire protection, as well as the categorisation of public buildings with event space must also be included. - The increased soundproofing requirement due to the B8 must also be observed. - The location of the property in the funding area, an area with ensemble protection under monument protection law as well as neighbouring individual monuments and traffic-calmed areas must also be taken into account. A rough cost estimate was made for the overall renovation and the partial new construction in 2024 (see Appendix B). This results in the following cost level: - Total construction costs for the Bayrischer Hof and the former toilet block approx. EUR 2.34 million (net, including ancillary costs), - Of this, approx. EUR 2 million (net, including additional costs) are for the conversion/renovation of the Bayrischer Hof including the extension and - approx. EUR 0.34 million (net, including additional costs) for the renovation of the former toilet block The specialist planning Ta (hls) intends to commission the city of Bad Camberg in stages. - Stage 1: Lph 1-4 - Stage 2: Lph 5-9
Closing Date20 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: 2/12/2025 the Government Is Extending The Solicitation Closing Time Only From 12am Est To 6pm Est. The Government Will Not Be Accepting Any Quotes Beyond 6pm Est On February 12, 2025. ----------------------------------------------------------------------------------------------------------------------------- amendment 0005to Sam Notice Id “w15qkn-25-r-0028” changes To Attachment 0005 – Quote Template clin 0002 Travel Not To Exceed (nte) Amount Has Been Increased/updated. uploaded Attachment 0005 – Quote Template 11feb2025 (with Revised Changes Above) ----------------------------------------------------------------------------------------------------------------------------- 11 February 2025 questions And Answers For 2/7/2025 1. Pursuant To Q&a: “20. The Dd 254 Block 1.b Indicates Safeguarding At The Secret Level? Is this Correct? Answer. Yes, Because Some Of The Training Material May Be Classified Up To secret Levels.” Does The Government Require Proof Of Safeguarding Capability Such As A Letter From Dcsa In The Technical Volume? answer: No, The Safeguarding Will Be On Site. The Fcl Will Be Required To Validate The Clearance Of The Contractor. 2. A Follow-up To The Safeguarding Question: According To Chapter 5 Section1 Of The Nispom, Safeguarding Is Required When A Company Has To Hold The Material In Their Own Possession In A Safe. Is This The Case With The Training Materials Or Will The Government Customer Be Handing Out And Collecting The Training Material Each Day? Would The Government Consider Removing The Requirement For Safeguarding From The Dd254 For The Contractor? answer: We Will Collect The Training Material Each Day. However, The Contractor Is Required To Have The Fcl To Validate Their Employee’s Security Clearance. 3. A Follow-up To Previous Question. The Dd 254 Block 1.b Indicates Safeguarding At The Secret Level? Is This Correct? Answer. Yes, Because Some Of The Training Material May Be Classified Up To Secret Levels. We Believe Strongly That The Dd254 Box Section 1b Is Not Marked Correctly And Should Be Left Blank Or Marked None. The Justification Provided In The Q&a Below Does Not Apply Because 1b Is Relevant Only To Classified Material At The Contractor’s Facility. The Justification Mentioned Is What Supports Section 1a Being Classified As Secret. please Clarify If Training Will Occur At The Contractor’s Facility, And If So, What Is The Mileage Limit From Camp Atterbury That A Contractor’s Facility May Be To Support This Valex, As Well As Specific Facility Requirements, Dimensions, Occupancy, And Access Considerations. Because The Dd254 Is The Third Item Listed For Technical Capability Assessment, If Training Is Not Going To Occur At The Contractor’s Facility, We Believe It Would Negatively Impact Offerors Who Do Not Address This Item Or Correct It In Their Submissions. answer: The Box Shall Remain Checked And The Training Will Occur At Camp Atterbury. 4. I See That You Did Add A Common Travel Plug For All Vendors To Use. This Will Be Very Valuable To Ensuring The Highest Quality Of Support For This Contract. Can You Please Clarify That All Vendors Should Be Including This Travel Plug In Their Proposals, Which Will Be Cost Reimbursable For The Applicable Travel Related Costs. I.e. Travel To/from, Lodging, Per Diem, As Need Rental Car To From Airports And Atterbury, Etc. i Wanted To Make Sure That Vendors Should Not Be Including Less That This Amount In Clin 2, As This Should Be A Common Plug Used/available To Everyone, Otherwise It Would Eliminate The Benefits Of Having This Plug. answer: An Amendment With Instructions To Offerors Was Issued To Clarify The Travel Plug And Add A Technical Factor. ----------------------------------------------------------------------------------------------------------------------------- 10 February 2025 amendment 0004to Sam Notice Id “w15qkn-25-r-0028” the Purpose Of Amendment 0004 Is To Incorporates Q&as And To State The Following: - Attachment 0001– Pws – 7feb2025, Uploaded To Sam On 2/7/2025 Is The Final Version. - Attachment 0007- Instruction To Offerors And Evaluation Criteria, Uploaded To Sam On 2/7/2025 Is The Final Version. questions And Answers From 2/5/2025 And 2/6/2025 1. The Period Of Performance Is Listed As 9-20 March, But The First Meeting With The Contractors Occurs On 19 March During The Coordinationphase. Could You Clarify Whether Contractors Are Required To Be Present For The Full9–20 March Period Or If They Must Report No Later Than (nlt) March 18, 2025? answer: The Pop Is 9-20 March 2025. The Pws Has Been Correct Via Amendment 001. 2. Additionally,doesthe Company Need To Hold An Fcl Or Is It Sufficient To Verify That The Contractors Possess An Active Secret Clearance? answer: Yes, So They Can Validate The Secret Security Clearance And Manage The Security Clearance. 3. The Period Of Performance (pop) Shows 9-20 March 2025; However, Paragraph 2.1.1 Shows The Beginning Date For The Coordination Phase As 19 March 2025. Should We Prepare For Only Two (2) Days Of Coordination And Roleplaying At Camp Atterbury? answer: The Pop Is 9-20 March 2025. The Pws Has Been Correct Via Amendment 001. 4. The Solicitation Only Provides For A Quote For Services. If Submitted, Will A Capabilities Statement Be Reviewed To Support The Technical Evaluation? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors And Incorporate A Capabilities Statement For Evaluation Purposes. 5. What Is The Required Date For Submitting A Roster Of Candidates To Fill The Role Player Positions In Advance Of The March 9 Rotation? answer: The Required Date To Support The Training Is 9 March 2024. 6. Are There Specific Requirements Or Qualifications For Spanish Language Proficiency? answer: A Dlpt Score Of 3/3 7. Is A Technical Narrative Required As Part Of The Proposal? If So, Are There Any Guidelines Regarding Format (e.g., Page Limits, Font Size)? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors And Incorporate A Capabilities Statement For Evaluation Purposes. 8. Will A Technical Volume And Past Performance Be Evaluated By The Governmentif Submitted? answer: Only The Technical Volume Will Be Evaluated. clarification Required: Based On The Evaluation Criteria I Understand That The Due Out To The Government Is The Quote Template (provided), Dd254 (provided) And A Downloaded Copy Of Reps And Certs For The Offeror. Are We Understanding That Correctly? Those Documents Meet The Requirement For The Technical. The Qasp Is Due Post Award? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors And Incorporate A Capabilities Statement For Evaluation Purposes. 9. The Dd254 Block 1.b Indicates Safeguarding At The Secret Level? Is This Correct? answer. Yes, Because Some Of The Training Material May Be Classified Up To Secret Levels. clarification Required: Dd254 Block 1.b Is Understood By Our Industry Facility Security Officer (fso) That If Safeguarding Is Required Then The Government Is Asking The Contractor To Maintain Classified Documents At The Contractor's Facility. As I Understand The Requirement The Work Is Being Performed At Camp Atterbury. There Is Not A Contractor Owned And Maintained Facility In This Requirement At Camp Atterbury. How Is The Contractor Required To Secure, And Safeguard Classified Information In Commercial Lodging? Or, Will The Potentially Classified Documents Be Secured On Camp Atterbury By The Government And Then Accessed By The Contractor On A Daily Basis? If The Government Is Maintaining The Classified Material, Then The Safeguarding Requirement At The Contractor's Facilityshould Be "none". answer: The Fcl Is Required For The Company To Ensure That They Can Hold Or Manage The Employee Clearance. Fcl Isn’t Just For The Actual Facility. It Is Required. 10. We Are Bidding The Above Contract And Have Run Into A Dilemma. The Nte Travel Is $40,377.00. Just Gsa Lodging And M&i For The Area For 14 People For 14 Days Is: $38,059. This Does Not Include Airfare Or Any Other Things The Jtr Identifies As Reimbursable. No Rental Cars Are Currently In My Estimate. An Nte This Low Would Either: Require All Role Players To Come From The Camp Atterbury Area Which I Believe Would Be Not Possible, Or You Guys Are Providing Government Lodging Which I Did Not See In The Pws. answer: The Government Evaluated The Travel Cost And Has Increased The Nte Amount To $43,349.90. Lodging From March 8-21 Is For 13 Nights Only. Gsa States That M&ie For The First And Last Day Of Travel Will Be At A Lower Rate (2 Days). The Current Loging Rate For That Area Is $110 And M&ie Is $68, The First And Last Day Of Travel For M&ie Is $51. 11. Setting Clin 0002 (travel) To $0.00 Is Acceptable, Or If The Government Requires A Proposed Cost Under The Nte Threshold? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors Regarding The Nte Amount. 12. If Setting Travel To $0.00 Is Not Permissible, Is There A Recommended Alternative Pricing Structure We Should Use? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors Regarding The Nte Amount. ----------------------------------------------------------------------------------------------------------------------------- 07 February 2025 amendment 0003 To Sam Notice Id “w15qkn-25-r-0028” the Purpose Of Amendment 0003 Is To Incorporates The Following: -updated Attachment 0001 – Pws – 7feb2025 To Include The Following Changes: (a) 1.6.2 Iwatch Army Training (b) 1.6.3 Opsec Training (c) 1.6.4 Threat Awareness Reporting Program -add Attachment 0007 - Instruction To Offerors And Evaluation Criteria both Attachments Are Draft Versions To Allow Vendors Enough Time To Update Their Quotes/proposals. The Government Does Not Anticipate Any Changes To Attachment 0001 And 0007. The Final Versions Will Be Posted Early Next Week, If Any Changes Are Made To Either Attachment The Government Will Point Out Said Changes. fyi, Additional Q&as Will Also Be Posted Next Week, In The Event There Are Any Additional Questions Please Request And Extension As The Deadline To Submit Q&as Was 2/6/2025 At Noon Est. ----------------------------------------------------------------------------------------------------------------------------- 06 February 2025 amendment 0002 To Sam Notice Id “w15qkn-25-r-0028” the Purpose Of Amendment 0002 Is To Extend The Solicitation Closing Date To February 12, 2025 12pm Est. ----------------------------------------------------------------------------------------------------------------------------- questions And Answers From04 February 2025 1. Will The Role Players (rp) Be Afforded The Opportunity To Lodge On Camp Atterbury For Fee? Indiana National Guard: Lodging – Chargeable Transient Quarters answer: No, Because There Will Not Be Enough Time To Coordinate Prior To The Award Of The Contract. They Will Need To Do Commercial Lodging. 2. Is There Government Provided Lodging At No Cost On Camp Atterbury? answer: No. 3. Are The Rps Required To Work Independently Of Each Other On Different Schedules Or Will They Travel To And From The Government Work Site At The Same Schedules? answer: They Will All Be On The Same Schedule. 4. Is Camp Atterbury The Actual Work Site Or Will The Rps Be Required To Perform Duties In Urban City/town Environments Outside Of Camp Atterbury? answer: Camp Atterbury Is The Actual Work Site. 5. Are The Rps Required To Independently Arrive And Access Camp Atterbury Utilizing Separate Modes Of Transportation Or Will Mass Transit For The Rps Meet The Requirements? answer: No, They Can Use Mass Transportation. 6. Does The Government Have A Process For Gaining Entry To Camp Atterbury For Rps Who Do Not Carry Retired Military Id Cards? answer: Yes, They Will Be Provided The Base Access Form For Visitor Access. 7. Reference Pws 2.1.1: We Are Assuming 19 March Is A Typo And The Coordination Phase Is 9 March? With Time To Be Determined, Is It Safe To Assume The Rps Should Travel On 8 March, In Order To Be Present On 9 March As Early As The Government Desires? answer: The Rps Must Be Present On The 9th For The Start Of The Training. Travel Day Before Might Be Required If They Require To Travel Outside. 8. Reference Pws 1.4: Is 20 March Considered A Training/workday Or Is It Considered A Travel Day? answer: Training Day. 9. Does The Government Desire To Have A Program Manager Present On Site During The Entire Execution? answer: No, But There Needs To Be A Site Lead Designated For Coordination. 10. Can The Program Manager (pm) Or Alternate Program Manager (apm) Be One Of The Role players? Can Both Pm And Apm Be Role Players Or Will The Duties Detract From The Rp Requirements? answer: Yes. 11. Will Any Of The Training Be Conducted In Austere Environments Or Combat Simulated Environments Where Cold Weather Gear And Personal Protective Equipment Be Required? answer: No. The Training Will Take Place In An Improved Area. 12. Will The Rps Be Required To Ride In Military Vehicles Or Aircraft? answer: No. 13. Will Any Of The Rps Be Required To Access Any Government Unclassified Or Classified Information Networks? answer: No. 14. Will The Rps Be Required To Have Contractor Supplied Digital Training Aids Such As Exercise Phones Or Other Technical Devices? answer: Yes, But At No Cost At The Government. 15. Are All Scenario Documents, Scenario Scripts And Background Scenario Documents Complete; Or Will The Rp Be Responsible For Completing Those Documents? answer: All The Documents Will Be Provided To The Rps By The Training Team. 16. According To Attachment 0001 - Pws, Section 1.4, The Period Of Performance Is From 3/9/2025 To 3/20/2025. Will The Government Require Personnel On Every Day Within This Period, Or Only On Weekdays (monday Through Friday)? answer: The Rps Will Be Required Every Day. 17. Pws Paragraph 1.4 States That The Period Of Performance In 3/9 To 3/20. However, Pws Paragraph 2.1.1. States Synch Meetings Begin On 3/19. Please Clarify Which Datesthe 14 Role Players Are Required To Support Training? answer: The Date In 2.1.1 Is An Error The Pop Is 9-20 March. 18. The Sam Post States: "technical Capability Will Be Evaluated To Determine The Likelihood That The Government’s Requirements In The Pws Can Be Achieved." Since This Is An Rfq And Not An Rfp, How Will The Government Determine That Offeror Can Meet The Pws Requirements? answer: The Government Will Review The Rfq Or Rfp Based On The Proposal Provided By The Contractor To Identify Which Contractor Has The Best Technical Capability. 19. Will A Technical Volume And Past Performance Be Evaluated By The Governmentif Submitted? answer: Only The Technical Volume Will Be Evaluated. 20. The Dd 254 Block 1.b Indicates Safeguarding At The Secret Level? Is This Correct? answer. Yes, Because Some Of The Training Material May Be Classified Up To Secret Levels. ----------------------------------------------------------------------------------------------------------------------------- 05 February 2025 amendment 0001 To Sam Notice Id “w15qkn-25-r-0028” the Purpose Of Amendment 0001 Is To Incorporates The Following Changes: changes To Attachment 0001 - Pws change The Date On The Performance Work Statement (pws) add Section 1.7 Travel In The Pws change The Date In Section 2.1.1 Of The Pws update Language In Section 2.3.2 Of The Pws delete Section 2.3.4 From The Pws (duplicate Language) And Update The Numbering Following The Deletion Of 2.3.4 uploaded Attachment 0001 – Pws 4feb2025 (with Revised Changes Above) changes To Attachment 0005 – Quote Template added Clin 0002 Travel**** changed The Service Contract Reporting Clin To 0003 ****clin 0002 Travel Has A Not To Exceed (nte) Amount. All Vendors Who Submit Travel For Role Players Cannot Propose Over The Nte Amount. uploaded Attachment 0005 – Quote Template 4feb2025 (with Revised Changes Above) ----------------------------------------------------------------------------------------------------------------------------- questions And Answers From03 February 2025 1. In The Pws, Thepop Is Listed As 9-20 March 2025. Para 2.1 States There Will Be 3 Phases: Coordination, Scenario Rehearsal, And Scenario Execution. But Para 2.1.1 States That The Coordination Date Will Be On 19 March 2025. -can The Government Confirm That Exact Days Of Each Of These 3 Phases? -and Also, Are All Role Players Required To Be Present For The Coordination/synch Days/phase? -and Also The Total Days Each Role Player Will Be Required To Be On Site? answer: The Role Players Just Need To Be Available Starting For Training On The 9th. The Coordination And Scenario Rehearsal Will Take Place During The Pop. 2. Regarding Para 2.3 Tasks, Can The Government Confirm If The Role Players Will Be Performingas The Interrogators Conducting Interrogations? Or Will They Be The Subjects Of The Interrogations? answer: They Will Be The Subjects. That Is A Typo, It Should Be Performing As Interrogatees Being Interrogated. 3. Are The Role Players Required To Have An Active Dod Security Clearance? If So, At What Level? answer: This Is In The Pws And The Dd254. All Must Have A Secret Clearance. 4. If The Role Players Are Required To Have A Clearance, Can The Government Confirmthat The Awardee Will Be Required To Have The Commensurate Dod Corporate Facility Clearance? answer: Yes, This Is A Far Requirement And A Security Requirement. 5. Will The Government Require A Separaterole Player Coordinator/site Lead To Be Present? Or Can This Role Be Performed By One Of The 14 Role Players? answer: It Can Be Performed By One Of The Role Players. 6. Will The Role Players All Require A Separate Means Of Transportation To Get To Exercise Venues? Or Will They All Be Working At One Location Of General Area? answer: It Will Be The Responsibility Of The Role Player To Get To The Training Area. There Is Only One Training Area. 7. Will The Role Players Be Required To Have Special Clothing? Ie. U.s. Or Foreign Military Uniforms, Or Foreign National Clothing? answer: No 8. Will The Government Consider Adding/providing A Travel Plug That All Bidders Would Use For Covering Travel, Lodging, Per Diem, Etc For Role Players And Coordinator? This Would Create A Level Playing Field For All Bidders And Would Better Ensure The Highest Quality Intelligence Role Players From Around The Country For The Government, By Taking The Travel Costs Out Of The Award Competition. answer: The Contractor Shall Provide The Costs Estimated To Meet The Pws In The Way They View Best Meets The Technical Requirement. If That Means A Contractor Needs To Submit For Travel Then They Should Submit For Travel. 9. Is The Governmentsponsoringthe Initialsecret Fcl Per The Dd254 In The Attachments Or Is It Assumed That The Contractor Will Have A Pre Establishedsecret Fcl Prior To Submission Of Their Proposal? answer: No, The Contract Shall Have Pre Established Secret Fcl Prior To Submission Of Proposals. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ i) Introduction this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, 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. the United States Army Contracting Command – New Jersey (acc-nj) Has Issued Solicitation W15qkn-25-r-0028 As An Invitation For A Request For Quotation (rfq), In Support Of The Military Intelligence Readiness Command (mirc), To Procure Multiple Role Players To Participate In A Government Training Exercise At Camp Atterbury, In, In Accordance With The Performance Work Statement (pws) (attachment 0001), Quality Assurance Plan (qasp) (attachment 0002), Exhibit A, Contract Data Requirements List (cdrl) (attachment 0003) And Dd254 (attachment 0004). the Number Of Role Players Required And The Period Of Performance Is As Follows: 14 Role Players At Camp Atterbury, In: 09 March 2025- 20 March 2025 this Action Is A Small-business Set-aside Solicited Under North American Industry Classification System (naics) Code 541990 – All Other Professional, Scientific, And Technical Services; Size Standard $19.5m. in Accordance With Far 52.212-2, The Government Intends To Make An Award To The Contractor Who Submits The Lowest Price Technically Acceptable (lpta) Quote And Deemed Responsive And Responsible By The Contracting Officer. Offeror Shall Meet The Requirements As Specified In This Solicitation And The Attached Pws. The Anticipated Award Will Be A Firm-fixed Price Contract. The Contracting Officer Reserves The Right To Make No Award Under This Solicitation. note: An Offeror That Is Receiving An Award Resulting From This Solicitation Shall Be Registered In The System For Award Management (sam) Prior To Contract Award (no Later Than 18 February 2025). To Register, Offerors May Log Onto: Sam.gov. ii) Instructions To Offerors (far 52.212-1 Applies To This Acquisition) any/all Questions Shall Be Submitted Via Email To Both The Contract Specialist At Colleen.m.paglio.civ@army.mil And The Contracting Officer At Angelica.m.merino.civ@army.mil No Later Than 10am Eastern Standard Time On 6 February 2025. all Quotes Shall Be Submitted Via Email To Both The Contract Specialist At Colleen.m.paglio.civ@army.mil And The Contracting Officer At Angelica.m.merino.civ@army.mil No Later Than 12pm Eastern Standard Time On 7 February 2025. offeror Quotes Shall Include The Following Information: technical: Offerors Shall Submit The Following Three Items: a Completed Quote Using The Provided Quote Template (attachment 0005) a Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications – Commercial Products And Commercial Services dd254 (attachment 0004): Complete Blocks 6(a), 6(b), And 6(c). Also, If Applicable, Complete Blocks 7(a), 7(b), And 7(c). price: Offerors Shall Submit Pricing For Contract Line Item Number (clin) 0001 On The Quote Template (attachment 0005). In The Event There Is A Difference In Price Between The Total Of Clin 0001 And The Total Proposed Price, The Total Of Clin 0001 Will Be Considered The Total Proposed Price Used For Evaluation. it Is The Government’s Intent To Award Without Discussions. iii) Evaluation (far 52.212-2) the Government Intends To Award A Single Contract To An Offeror Whose Quote Is Determined To Be The Lowest Priced Technically Acceptable Based On The Following Evaluation Factors: technical – Technical Capability Will Be Evaluated To Determine The Likelihood That The Government’s Requirements In The Pws Can Be Achieved. price – Price Will Be Evaluated To Determine If The Offerors’ Proposed Price Is Fair, Reasonable, And Balanced Using Price Analysis Techniques In Accordance With The Guidelines In Far 15.404-1(b). all Non-priced Factors Will Be Evaluated On An “acceptable” Or “unacceptable” Basis. An Offeror Must Receive An “acceptable” Rating For All Non-price Factors To Be Considered For Award. technical Acceptable/unacceptable Ratings acceptable quote Clearly Meets The Minimum Requirements Of The Solicitation. unacceptable quote Does Not Clearly Meet The Minimum Requirements Of The Solicitation. a Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For An Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. v) Contract Provisions/clauses this Solicitation Document And Incorporated Provisions/clauses Are Those In Effect Through Federal Acquisition Circular 2025-03/ far 52.212-4 – Contract Terms And Conditions-commercial Products And Commercial Services, And Far 52.212-5 – Contract Terms And Conditions Required To Implement Statuses Or Executive Orders – Commercial Products And Commercial Services Apply To This Acquisition. see Attachment 0005 For The List Of Applicable Provisions/clauses vi) Attachments: attachment 0001: Pws, Dated 23 January 2025 attachment 0002: Qasp, Dated 23 January 2025 attachment 0003: Exhibit A Cdrl attachment 0004: Dd254 attachment 0005: Quote Template attachment 0006: Provisions/clauses
Closing Date12 Feb 2025
Tender AmountRefer Documents 

City Of Alaminos Tender

Automobiles and Auto Parts
Philippines
Details: Description Date: January 20,2025 Project Reference No: 25-01-0048 Quotation No. _________ Name Of Project: Procurement Of Various Spare Parts, Lubricants & Services For The Repair & Maintenance Of Various City Government Vehicles, Alaminos City Location Of The Project: Alaminos City, Pangasinan Request For Quotation Dear Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions At The Dorsal Of This Rfq, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than January 27, 2025 At The Bids And Awards Committee Secretariat, 2nd Floor,bac Office, Alaminos City, Pangasinan. Open Quotations May Be Submitted, Manually Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. Rowena F. Ruiz Bac Chairperson Special Instructions - (please Read Carefully) Note: 1. All Entries Must Be Typewritten 2. Delivery Period Within 10 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 Procuring Entity 4. Price Validity Shall Be For A Period Of 30 Calendar Days 5. Bidders Must Have Logged-in At Philgeps. (proof Of Log-in Must Be Attached) 6. Phil-geps Registration Number ______________________ 7. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 8. Approved Budget For Contract (abc) Php 82,283.00 Item No. Unit Item & Description Qty Unit Price Total Amount Gso Garung #1 - Pc Repair Kit 1.00 Set Side Mirror 1.00 Pc Adhesive 1.00 Pc Seat Cover 1.00 Pc Side Mirror Extension 1.00 Pc Tire 300x17 2.00 Pc Insulator 1.00 Pc Stoplight Sw 1.00 Pc Nut 1.00 Pc Clutch Cable 1.00 Pc Handle Switch 1.00 Pc Brake Shoe 1.00 Pc Brake Fluid 1.00 Bot Oil 1.00 Pc Oil Filter 1.00 Pc Brake Pedal 1.00 Pc Front Fender 1.00 Lot Service Repair 1.00 - Gso Garung #2 - Pc Sprocket 48t 1.00 Pc Sprocket 14t 1.00 Set Roller Chain 1.00 Pc Fork Oil 1.00 Bot Oil 1.00 Pc Brake Shoe 1.00 Pc Oil Filter 1.00 Pc Tire Tube 275x17 1.00 Pc Fuel Cock 1.00 Pc Hl Bulb 1.00 Lot Service Repair 1.00 - L300 Poso - Pc Column Switch 1.00 - Dmax Admin - Roll 3m Tape 1.00 Pc Car Scent 1.00 - Enduro City Vet #1 - Pc Carbon Brush 1.00 Pc Tire Tube 275x19 1.00 Pc Fork Oil Seal 1.00 Pc Fork Oil 1.00 Lot Service Repair 1.00 - Enduro City Vet #2 - Pc Brake Shoe 1.00 Set Carbon Brush 1.00 Ltr Gasoline Engine Oil 1.00 Pc Packing Gasket 1.00 Pc Bolt 1.00 Pc Engine Sprocket 1.00 Pc Roller Chain 1.00 Lot Service Repair 1.00 - City Vet Garung #2 - Ltr Gasoline Engine Oil 2.00 Pc Bonding Compound 1.00 Pc Seat Frame 1.00 Pc Brake Shoe 1.00 Pc Seat Cover 1.00 Pc Carbon Brush 1.00 Pc Branded Battery 1.00 Pc Side Wheel Fender 1.00 Pc Bolt 4.00 Pc Shifter Pedal 1.00 Lot Service Repair 1.00 - City Vet Tmx 125 Alpha - Pc Sprocket 13t 1.00 Pc Sprocket 45t 1.00 Pc Bearing 1.00 Ltr Engine Oil 1.00 Pc Roller Chain 1.00 Pc Brake Shoe Rear 1.00 Pc Brake Shoe Front 1.00 Pc Sparkplug Cap 1.00 Pc O-ring 1.00 Pc Bolt 1.00 Pc Grease 1.00 Pc Branded Battery 1.00 Pc Fuse 1.00 Lot Service Repair 1.00 - Foton Minidumptruck C654 - Pc Wiper Blade 2.00 Pc Control Solenoid Valve 1.00 - Rusi Garung - Ft Fuel Hose 1.00 Pc Fuel Cock 1.00 Pc T. Cable 1.00 Lot Service Repair 1.00 - Mitsubishi Adventure Shv-411 - Assy Alternator Assy 1.00 - Foton Garbage Truck C314 - Set Tail Light Assy 1.00 Pc Bolt 1/4x1 6.00 Pc Electrical Tape 1.00 Pc King Pin 2.00 Pc Control Solenoid Valve 1.00 Ltr Diesel Engine Oil 1.00 - Foton Garbage Truck C317 - Pc Control Solenoid Valve 1.00 Pc Tail Light Assy 2.00 - Foton Garbage Truck C315 - Pc Control Solenoid Valve 1.00 - Cho Tmx 125 - Pc Flasher Relay 1.00 Set Flasher 1.00 Ltr Gasoline Engine Oil 1.00 Pc Tire 275x18 1.00 Pc Tire Tube 275x18 1.00 Pc Bearing 2.00 Sach Grease 2.00 - Tourism Garung Barako 175 #1 - Pc Hl Bulb 1.00 Lot Service Repair 1.00 - Tourism Garung Alpha 125 - Pc Tube 250x18 1.00 Pc Stator 1.00 Pc Hl Bulb 1.00 Lot Service Repair 1.00 - Tourism Garung Barako 175 #2 - Pc Hl Bulb 1.00 Pc Tl Bulb 1.00 Lot Service Repair 1.00 - L300 Dswd - Set Clutch Repair Kit 1.00 Bot Brakefluid 1.00 Ltr Coolant R/u 1.00 - Honda Sr 125 - Ltr Gasoline Engine Oil 1.00 Pc Electrical Tape 1.00 Lot Service Repair 1.00 - Garbage Truck Forward - Ltr Brake Fluid 1.00 Ltr Diesel Engine Oil 1.00 - Road Sport 125 Motorpool - Pc Roller Chain 1.00 Pc Sparkplug 1.00 - Total: - Brand And Model : Delivery Period : Warranty : After Having Carefully Read And Accepted Your General Conditions, I/we Qoute You On The Item At Prices Noted Above. Quoted By: - Printed Name/signature Tel. No. / Cellphone No. E-mail Address Date
Closing Date27 Jan 2025
Tender AmountPHP 82.2 K (USD 1.4 K)
7321-7330 of 7505 archived Tenders