Car Tenders

Car Tenders

BUREAU OF PLANT INDUSTRY NATIONAL SEED QUALITY CONTROL SERV Tender

Agriculture or Forestry Works
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 60 K (USD 1 K)
Details: Description Rfq No. Sat-25-003 Pr No. Qci-2025-012 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Other Supplies Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration A.1. Red Membership Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration A.2. Platinum Membership Ü No Additional Documents Required, Provided That The Eligibility Documents Are Up To Date Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement(for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). Failure To Comply Shall Automatically Forfeit Your Bid. 4. Quotation(s)/proposal(s) Shall Be Submitted At The , Bureau Of Plant Industry-national Seed Quality Control Services, Bpi Compound, Guisad, Baguio City 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of Thirty (30) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per: Lump Sum 10. Deadline For Submission Of Bids: February 10, 2025. 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Five (5) Days Upon Receipt. 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 60,000.00 End User: Bpi-nsqcs Car Sat. Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 15 Ream Vellum Paper, Orange 2,000.00 15 Ream Vellum Paper, Blue 2,000.00 X-x-x-x Grand Total 60,000.00 Carlos Paul C. Pedracio Bac Chairman Jessie B. Baggao Canvasser The Bpi-bids And Awards Committee (bac) Bpi-ppssd Spal, Guisad, Baguio City In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ ________________________________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ ________________________________________ ________________________________________ Contact Number(s) Office Address Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 48.9 Million (USD 844.3 K)
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 48,999,999.60 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0060 - Convergence And Special Support Program, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation/ Application Of Road Safety Facilities (roadway Lighting) Along Mt Prov-cagayan Via Tabuk Enrile Rd, Ko392+(-332) - Ko396+683. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 144 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 – February 10, 2025 9:30 Am From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On January 28, 2025 2:00 Pm At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before February 10, 2025 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 10, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 09124675680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+3Others, Electrical and Electronics, Electrical Works
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 24.4 Million (USD 422.1 K)
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 24,499,999.40 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0062 - Convergence And Special Support Program, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation/ Application Of Road Safety Facilities (roadway Lighting) Along Baguio-bontoc Rd, K0388+955 - K0391+305. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 90 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 – February 10, 2025 9:30 Am From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On January 28, 2025 2:00 Pm At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before February 10, 2025 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 10, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 0912-467-5680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable

University Of The Philippines Tender

Others
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 92.5 K (USD 1.5 K)
Details: Description University Of The Philippines Baguio Governor Pack Road, Baguio City, Benguet, Car Vat Reg. Tin: 000-864-006-00007 Telephone No. 074-442-3484 Email Address: Spmo.upbaguio@up.edu.ph Request For Quotation (rfq) Procurement Project: Catering Services For Cac Meetings And Activities For February To September 2025 Purchase Request No.: Cac-2025-02-0017 Approved Budget For The Contract: ₱92,500.00 Date: 20 February 2025 Rfq No.: 0074 Mop: Np-small Value Procurement Instructions: 1. Accomplish This Rfq Correctly And Completely. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or Any Of Your Duly Authorized Representative/s. 2. Bidder Should Attach A Copy Of The Latest #business Permit, Philgeps Registration Number And Notarized Omnibus Sworn Statement For An Approved Budget For The Contract (abc) Above ₱50,000 Except For Shopping As An Alternative Method Of Procurement That Requires The Latest Business Permit And Philgeps Registration Only. Quotations Exceeding The Abc Shall Be Rejected. In Addition: 2a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 2b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 3. Warranty**, If Appropriate, Shall Be Six (6) Months For Supplies And Materials, One (1) Year For Equipment From The Date Of Acceptance Of The Procuring Entity. 4. Submit Your Quotation, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Or Send To This Email Address Only - Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading Rfq No. 0074 Not Later Than 8:30 Am On 24 February 2025. 5. Price Validity Shall Be For A Period Of 90 Calendar Days. 6. If Applicable, Bidders Shall Indicate The Brand And Model Number Of The Item/s Being Offered. 7. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: Brian D. Lumague Mary Anne R. Rivera Head, Spmo Item No. General Description Compliance With Technical Specifications (pls. Check) Brand (n/a If Not Applicable) Unit Of Mea-sure (ex. Pc, Lot, Kl) Qty Unit Price Total Price Quoted Unit Price* Total Quoted Price Yes No Catering Services For Cac Meetings And Activities For February To September 2025 1 Catering Services For The Various Cac Meetings And Activities For A Total Of "185" Persons Accumulated For The Period February-september 2025 @ P 500.00/pax Lot 1 ₱ 92,500.00 ₱ 92,500.00 Am Snacks - P125.00/pax Lunch - P250.00/pax Pm Snacks - P125.00/pax Type: Packed Individually Menu: Snacks - Any Choice Of Pasta, Sandwiches, Or Pastries With Canned Or Bottled Drinks Lunch - 1 Rice Per Pax; 2 Meat Viand With 1 Veg Viand; 1 Dessert/fruit With Canned Or Bottled Drinks. General Requirements For Catering Services For Each Activity Stated Above Additional Conditions Unless Stipulated In The Line Item, Delivery Of Snacks Not Later Than 9:30 Am (for Am Snacks) And/ Or 2:30 Pm (for Pm Snacks) And Meals Not Later Than 11:30 Am Supplier Will Be Informed On The Following 2-3 Days Before The Scheduled Event: - Room/ Hall Where Will The Food Be Delivered - Date Of Delivery - Guaranteed Number Of Person Per Activity - In Case Of Unforeseen Circumstances, Availability To Reschedule With No Added Cost. Mode Of Payment Bid Price Inclusive Of All Taxes And Charges No Downpayment Will Be Made Purchase Order Will Be Made Monthly & Billed Monthly Payment Will Be Based On The Actual Number Of Persons On The Specific Activity Contract Award: Per Lot Delivery Period: February - September 2025 A Recently Expired Mayor’s/business Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit. However, A Copy Of Your Mayor's Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. *indicating A Price/amount Under "quoted Unit Price" Shall Mean Complying With The Technical Specification Of The Item Without Checking The Compliance Column Otherwise Provide A Counter-offer **warranty Included ꙳꙳꙳ Nothing Follows ꙳꙳꙳ Total: ₱ 92,500.00 Total Quoted Amount In Words: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Items At Prices Noted Above. Name Of The Company: Tel. No. : Address: Fax No. : Name Of Representative: Email Address: Position: Signature: Date:

Department Of Tourism Tender

Food Products...+1Chemical Products
Philippines
Closing Date28 Feb 2025
Tender AmountPHP 330.7 K (USD 5.7 K)
Details: Description Terms Of Reference Supply And Delivery Of Purified Drinking Water With Free Use Of Hot And Cold Water Dispensers For The Department Of Tourism For Cy 2025 I. Introduction The Department Of Tourism (dot) Provides The Supply Of Purified Drinking Water For The Consumption Of Its Officials, Employees And Stakeholders. The Dot Through The Administrative Service – General Services Division (as-gsd) Intends To Procure A Service Provider Who Can Provide The Highest Degree Of Quality Purified Drinking Water With Free Use Of Hot And Cold Dispensers. Ii. Objective To Procure A Technically And Financially Capable Service Provider For The Supply And Delivery Of Purified Drinking Water With Free Use Of Hot And Chilled Water Dispensers For Cy 2025. Iii. Qualifications Of Bidder/service Provider: 1. Must Be A Service Provider Of Purified Drinking Water For The Last Three (3) Years; 2. Must Be Philgeps Registered; 3. Must Have The Latest Valid Mayor Or Business Permit Where The Place Of Business Is Located; And 4. Must Have A Valid Sanitary Permit And/or Certificate Of Potability/certificate Of Health-related Device Registration/certificate Of Product Registration From The Bureau Of Food And Drugs Administration (fda). Iv. Duties And Responsibilies Of Bidder/service Provider: 1. The Service Provider Shall Provide The Dot With The Total Of 9,000 Of 5-gallon/containers Of Purified Drinking Water On Per Order Basis; 2. The Service Provider Shall Provide The Dot With Thirty-eight (38) Units Of Hot And Chilled Water Dispenser In Good Working Condition Or As May Be Required By The Dot, Free Of Charge; 3. The Service Provider Shall Deliver And The Maintain The 225 Containers/bottles Of Purified Drinking Water Per Week, Less The Available On Stock Containers/bottles; 4. The Service Provider Shall Submit Original Or Authenticated Copy Of Passed/approved Laboratory Analysis Result (physical/chemical Analysis And Bacteriological Analysis) Issued By The Third-party Water-testing Facility Accredited By The Department Of Health (doh) To Ensure That It Complies With The Philippine National Standards Of Drinking Water (pnsdw); 5. The Service Provider Shall Ensure That The Containers/bottles Provided To The Dot Are Free Of Dirt And Contaminants. The Labels On The Containers/bottles Shall Indicate The Following: A. Name, Address And Contact Number/s Of The Manufacturer; B. Type Of Water; And C. Best Before Date. And That All Labels Shall Be Truthfull And Not Misleading. 6. The Service Provider Shall Immediately Replace Defective Water Containers And Water Dispensers At No-cost To The Dot Within 48-hours From The Time It Was Reported And Requested; 7. The Service Provider Shall Provide Additional Units Of Water Dispensers Equivalent To At Least 20% Of The Total Units Of The Original Contract Upon Receipt Of The Official Request From The Dot With No Additional Cost; 8. The Service Provider Shall Conduct Monthly Cleaning/washing/sanitizing, And Proper Maintenance Of All The Water Dispensers At No-cost For Optimum Operation; And 9. The Service Provider Shall Bill The Dot Based On Actual Monthly Deliveries Through A Receipt And Billing Statement/summary Of Account (soa), But In No Case Shall Not Exceed The Total Contract Price/cost. V. Minimum Technical Specifications A. Purified Drinking Water And Container - At Least 5-gallons Capacity Per Container/bottle - Minimum Of 18-stages Purification/filtration Process - Shape And Quality Of Bottle: Round And Made From Polycarbonate Resin Type Of Free Of Contaminants And Bpa-free B. Means Of Transportation/delivery: Car/van C. Hot And Chilled Water Dispenser: - Dispenser Dimension: At Least (l) 35 Cm X (h) 100 Cm X (w) 36 Cm - Free Standing - With At Least Two (2) Faucet For Hot And Chilled - With Removable Drip Tray For Easy Cleaning - Hot Water Outlet At Least 88º To 92º - Chilled Water Outlet – 4º To 11 º - At Least 2.0-liters Per Hour Cooling Capacity - At Least 5.0-liters Per Hour Heating Capacity - Power Source: 220v/60hz Vi. Approved Budget For The Contract (abc) And Source Of Fund: Three Hundred Thirty Thousand Seven Hundred Fifty Pesos Only (php330,750.00), Inclusive Of Applicable Taxes, Chargeable Against General Administration Expenses (gae) 2025. Vii. Contract Duration: 10-months Upon Receipt Of The Service Contract. Viii. Payment Procedure: Based On Actual Delivery/utilization. Government Procedure. Prepared By: (original Signed) Resil F. Solis Oic-chief, General Services Division Gsd-maintenance Section Department Of Tourism Tel No: +632 8459-5200 To 30 Local 110 Telefax: +632 8890-0189 Email: Gsd@tourism.gov.ph Noted By: (original Signed) Atty. John Benedict T. Tigson Director Administrative Service

SAN FRANCISCO INSTITUTE OF SCIENCE & TECHNOLOGY Tender

Others...+1Textile, Apparel and Footwear
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 162.6 K (USD 2.8 K)
Details: Description Sfist 30th Founding Anniversay Venue Preparation: 1 Pc. Tarpualin (8w X 7h, Ft.) 1 Set Photo Booth Accessories 4 Packs Photo Paper 1 Pc. Gun Tacker 2 Box Gun Tacker Nails 1 Roll Double Sided Tape Transparent (5m) 15 Yards Geena Cloth (emerald Green) Food And Catering 68 Pax Am Snacks 85 Pax Lunch Signage, Tarpaulin And Exhibit Committee 10 Pc. Durable X Banner Stand Heavy Duty 3 Ft X 6 Ft. Tarpaulin Stand 10 Sq. Ft. Tarp 3 X 6 Signages (booth & Misc) 1 Sq. Ft. Tarp 20 X 8 Stage 1 Sq. Ft. Tarp 8 X 4 Welcome Sfist Fam 4 Sq. Ft. Tarp 3 X 6 Vips 2 Sq. Ft. Tarp 5 X 4 Rtic 2 Sq. Ft. Tarp 8 X 8 Function Hall 2 Sq. Ft. Tarp 3 X 6 Krisel Lagman 1 Meter Fiesta Banderitas Flag Banner Size 10m. Plastic 7 Sq. Ft. Tarp 5 X 4 Gate / Lead Car / Welcome Gests 3 Pc. Plywood - Function Hall 1 Sq. Ft. Cong. Lagman Tribute 11 X 7 1 Sq. Ft. Quotations/signages 6.5 X 6.5 1 Sq. Ft. Dts/sil Trainees 3 X 7 1 Pc. Panaflex Signage With Light-kayang Kaya 1 Sq. Ft. Edcel Lagman Bldg. 18 X 2 1 Sq. Ft. Welcome Only 25 X 4 1 Sq. Ft. Backdraft Photobooth 8 X 7 1 Lot Sounds And Lights Motorcade 2 Pcs. Tarp 4 X 5 200 Pc. Balloons Contingency Thanksgiving Mass Stipend (priest) Choir Service Offering Snacks Student's Festival Of Talents, Skills & Entertainment And Games 3 Pcs. Token For Bed Making And Towel Art 3 Pcs. Token For Cake Decorating 3 Pcs. Token For Dessert Course 3 Pcs. Token For The Jundges (outside) 20 Pcs. Token Of The Participants 6 Pcs. Trophy/stuff Toy As Awards To The Minor Awards 1 Roll Ribbon For The Sash 10 Bottles Glitters 2 Pcs. Prizes Trophy/stuff Toys - Winner Mr. And Ms. Sfist 2025 2 Pcs. Prizes Trophy/stuff Toys - Winner 1st Runner-up Mr. And Ms. Sfist 2025 2 Pcs. Prizes Trophy/stuff Toys - Winner 2nd Runner-up Mr. And Ms. Sfist 2025 2 Pcs. Buko (agawan Buko) 1 Kl. Talong (eggplant Relay) 1 Kl. Talong (talong Mo Pisil Mo) 10 Pcs. Calamansi (calamansi Relay) 5 Meters Rope (luksong Lubid) 1 Pc. Sungkaan (sungka) 1 Pack Balloon (balloon Popping) 5 Meters Rope (tug Of War) 10 Sacks Sacks Of Rice (empty, Sack Race) 5 Packs Assorted Candies 5 Packs Chocolate 5 Packs Biscuits Ect Department 10 Pcs. Battery - 1.5 Volts Aa (for Multitester) 5 Pcs. Battery - 9 Volts (for Multitester) 2 Rolls Wires - Solid, Red And Black (breadboard Size) #22 Awg 2 Pcs. Grand Prize - Epas And Css (1st Placer) 2 Pcs. Runner Up Prize (2nd Placer) 2 Pcs. Certificate Paper X10 Hsrm - Food And Beverage Services 3 Pcs. Token For Table Napkin Folding 3 Pcs. Token For Waiter's Relay 3 Pcs. Token Hotel Reception 3 Pcs. Token Flairtending And Cocktail Mixing Basic Life Support Training For Students / Medical Mission Snacks For The Speakers, Doctors, Dentist, Nurse, Bhw & Facilitators; 12 Pax Am Snacks 12 Pax Lunch 12 Pcs. Token For Speaker & Medical Volunteers 1 Lot Certificates For Pariticipants And Facilitators 1 Lot Training Materials (tarp, Stationery, Pens, Etc.) Symbolical Souvenirs: Token And T-shirt For Sfist Image Sustainability 30 Pcs. Token (mug), For Retirees And Government Officials 30 Pcs. T-shirt, For Sfist Employees 1 Rm. Specialty Paper, White (a4) (100/pack) X X X X X

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 4,959,999.50 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0063 - Special Maintenance-repair/rehabilitation Of Damaged Pavements Along 1. Baguio-bontoc Road, Ko389+100-ko389+131.50, 2. Dantay-sagada Road, Ko385+000-ko394+410 (intermittent Section). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 44 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 2025 – March 4, 2025 9:30 Am From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On February 20, 2025 10:00 Am At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before March 4, 2025 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 4, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 09124675680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable

Municipality Of Libagon, Southern Leyte Tender

Education And Training Services
Corrigendum : Tender Amount Updated
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 1 Million (USD 18.4 K)
Details: Description Mswdo Daycare Worker's Capacity Building 30 Pax Lunch With Two Snacks (am And Pm) Consultation Dialogue Of Child Development Workers And Pre-elem Teachers On Eccd Program 23 Pax Lunch With Two Snacks (am And Pm) Convention Of Minors For The Purpose Of Consultation 23 Pax Lunch With Two Snacks (am And Pm) Support In The Implementation Of Aruga And Kalinga Program 57 Pax Lunch With Two Snacks (am And Pm) Seminar Workshop For Bcpc And Mcpc Members On Different Children And Women Laws 57 Pax Lunch With Two Snacks (am And Pm) Capacity Building For Women Organization 47 Pax Lunch With Two Snacks (am And Pm) Support To Pyap 300 Pax Lunch With Two Snacks (am And Pm) Training Workshop On School Child Protection Mechanism 59 Pax Lunch With Two Snacks (am And Pm) Children's Month Celebration 47 Pax Lunch With Two Snacks (am And Pm) Support To Women's Month Celebration 47 Pax Lunch With Two Snacks (am And Pm) Senior Citizen's Week Celebration 59 Pax Lunch With Two Snacks (am And Pm) Year End Senior Citizen Consultative Meeting 66 Pax Lunch With Two Snacks (am And Pm) Autism Consciousness Week Celebration 50 Pax Lunch With Two Snacks (am And Pm) Support To Annual Lgbtqia Pride Month Celebration 38 Pax Lunch With Two Snacks (am And Pm) Observance Of 18 Day Campaign To End Violence Against Women And Their Children 47 Pax Lunch With Two Snacks (am And Pm) Support To Sustainable Livelihood Program (slp) 50 Pax Lunch With Two Snacks (am And Pm) For 2 Days Pantawid Pamilyang Pilipino Program (4ps) 50 Pax Lunch With Two Snacks (am And Pm) For 2 Days Conduct Pes, Rps For Child Development Learner Parents And Car/cicl 47 Pax Lunch With Two Snacks (am And Pm) Quarterly Conference And Consultation For Senior Citizen Federation 66 Pax Snacks Pwd Week Celebration 66 Pax Snacks Observance Of National Internet Safer Day For Children 133 Pax Snacks Girl Child Week Celebration 66 Pax Snacks Quarterly Conference And Consultation Of Lcpc And Lcat Vawc And Sustaining Of Bcpcs Functionality 100 Pax Snacks Mho Basic Bhw Training Course 39 Pax Lunch With Two Snacks (am And Pm) For 3 Days Performance Implementation Review 23 Pax Lunch With Two Snacks (am And Pm) Buntis Congress Activity 20 Pax Lunch With Two Snacks (am And Pm) Mass Chest X-ray 15 Pax Lunch With Two Snacks (am And Pm) Nutrition Month Celebration 25 Pax Lunch With Two Snacks (am And Pm) Basic Bnap/bns Training 14 Pax Lunch With Two Snacks (am And Pm) For 3 Days Blood Letting Activities 54 Pax Lunch With Two Snacks (am And Pm) One Day Operation Tuli 14 Pax Lunch With Two Snacks (am And Pm) Cbdrp Aftercare Intervention 35 Pax Lunch With Two Snacks (am And Pm) Cbdrp Aftercare Intervention (early Recovery) 35 Pax Lunch With Two Snacks (am And Pm) Cbdrp Graduation Ceremony 23 Pax Lunch With Two Snacks (am And Pm) Mpdo Cbms 70 Pax 1 Meal, 2 Snacks For 1 Day Bfp Fire Prevention Month Activity 80 Pax Snacks Oplan Ligtas Na Pamayanan Activity Target Brgy 1 25 Pax Day 1 - 1 Meal And 1 Snack 18 Pax Day 2 - 1 Snack Oplan Ligtas Na Pamayanan Activity Target Brgy 2 25 Pax Day 1 - 1 Meal And 1 Snack 18 Pax Day 2 - 1 Snack Pnp Barangay Tanod Skills Enhancement Training 86 Pax 1 Meal And 1 Snack Badac Strengthening 86 Pax 1 Meal And 1 Snack Cbdrp Workshop 74 Pax 1 Meal Drug Free Workplace Policy (snacks) 66 Pax Snacks Lydo Sangguniang Kabataan And Lydc Mandatory Training 72 Pax 2 Meals And 2 Snacks Advanced Capacity Building For Peer-to-peer Mental Health And Psychosocial Support Services 40 Pax 1 Meal And 2 Snacks Support To Linggo Ng Kabataan 85 Pax 2 Meal And 2 Snacks Youth Participation In Child Protection Training (pops) 30 Pax 3 Meal And 2 Snacks Peso Dole/owwa Activities 200 Pax Snacks Menro Solid Waste Management Program 66 Pax 1 Meal And 2 Snacks Forest Management Program 66 Pax 1 Meal And 2 Snacks Tourism Cultural Mapping 14 Pax 1 Meal And 2 Snacks For 2 Days Omm Cdp-ela Training 50 Pax 1 Meal And 2 Snacks For 2 Days

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 4,949,999.60 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0054 - Convergence And Special Support Program: Basic Infrastructure Program (bip)- Access Roads And/or Bridges From The National Roads Connecting To Indigenous People (ip) Communities- Construction Of Road, Barangay Suyo, Sagada, Mountain Province. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 45 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 – January 28, 2025 9:30 Am From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On January 15, 2025 10:00 Am At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before January 28, 2025 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 0912-467-5680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
Details: Amendment 12/17/2024 photos Divided Into (2) Documents Due To Large Size (see Attachments Photos 1 And Photos 2) amendment 12/12/2024 solicitation Due Date Extended (see Attachment) amendment 12/11/2024 answers To Additional Question Received Posted(see Attachment) amendment 12/6/2024 photos (see Attachment) amendment 12/5/2024 answers To Questions Received Posted(see Attachment) ***************************************************************************************************************** the Primary Mission Of Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (phnsy & Imf) Is To Deliver Regional Maintenance, At The Depot And Intermediate Levels, To Keep The Surface ships And Submarines Of Our Nation's Navy "fit To Fight." As Hawaii’s Regional Maintenance Center, capabilities Include Excellence In Overhauling, Repairing, Converting, Alteration, Refurbishing, And decommissioning Of Navy Vessels. phnsy & Imf Requires A Service Contract To Disassemble, Remove, Package And Relocate/stage Two Dc Generators. The Schedule Of The Dismantling And Removal Of The Generators Shall Be Determined By Government Representative And Coordinated With The Contractor. The Desired Result Of These Services Is To Clear Shop Spaces To Allow Phnsy & Imf To Install New Equipment And To Use These Spaces More Effectively.the Contractor Shall Provide One Individual As A Project Manager Who Is Responsible For The Planning, Scheduling, And Managing The Execution Of Work Concerning All Aspects Of This Contract. the Solicitation Is Intended To Result In A Firm-fixed Price 100% Small Business Set-aside Contract. The Potential Award Will Be To The Small Business Evaluated To Be The Most Responsible, That Can Meet Or Exceed The Technical Requirements And Provide The Supplies To The Government At Afair And Reasonable Price. Detailed Specifications Are Included In Solicitation N32253-25-q-0005 Attached To this Post. the Tentative Period Of Performance (pop) For This Service Is 15-jan-2025 - 14-jul-2025. if You Are Unable To Meet The Period Of Performance Date, Please Submit Soonest Availability With Submission Of Quotation. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 238910 Site Preparation Contractors. The Product Service Code Is P500 Salvage - Demolition Of Structures / Facilities (other Than Buildings). This Acquisition Is A Designated As A Total Small Business Set Aside. please Note The Following: • The Solicitation Number For This Requirement Is N32253-25-q-0005. • Quotes Are Due No Later Than Monday, 12/16/2024 At 2:00 P.m. Hst • Quotes Must Be Sent Via Email To Both The Primary And Secondary Points Of Contact. • All Firms Or Individuals Responding Must Be Registered With The System For Award Management (sam) (https://www.sam.gov) By The Award Date. The Solicitation Document And Incorporated Provisions And Clauses Will Be Those In Effect Through Federal Acquisition Circular (fac) 2025-01, Dfars 11/15/2024, And Nmcars 18-22. • Technical Approach: In Order To Evaluate Technical Capability, The Offeroris Required To Submit A Detailed Writtentechnical Proposal. Please Submit A Technical Proposal (not To Exceed 5 Pages) That Clearly Demonstrates Thoroughknowledge And Understanding Of, And Approach To, Accomplishing Each Paragraph Listed In The Pws And Solicitationrequirements. The Proposal Must Contain Sufficient Details So That It May Be Evaluated In Accordance With The Pwsand Comply With The Period Of Performance Set Forth In The Solicitation.non-conformance Will Deem An Offeror Ineligible. • All Quotation Submissions Need To Include Completion Of Far 52.204-24,52.204-26, And 52.212-3. • As Part Of The Price Quote Package, The Offeror Shall Submit The Completed Sf 1449 With Blocks 17a.and 30a.- 30c. (sf 1449 Page 1) Completed. Submission Of A Signed Offer To The Governmentconstitutes Agreement And Acceptance Of The Solicited Terms And Conditions. • The Government May Revise The Solicitation At Any Time By Means Of An Amendment. It Is An Offeror's Responsibility To Ensure It Is Accessing The Https://sam.gov/ Website To View Potential Amendments And Procurement Notifications For This Solicitation. • Labor, Travel And Materials Shall Be Included. Travel, Airfare, Lodging, Rental Car, And Per Diem Shall Be In Accordance With Current Department Of Defense Joint Travel, Regulations (jtr) And Federal Acquisition Regulations (far) 31.205-46. Travel Receipts Shall Be, Provided Upon Request. • Contract Award Will Be In Accordance With 52.212-2 As Stated In The Solicitation. All Questions Regarding Solicitation N32253-25-q-0005 Shall Be Submitted In Writing Via Email To The Listed Pocs. Questions Are Due By Thursday, 12/05/2024, 8:00 Am Hst attachments: solicitation appendix I Ii Iii Iv attachment I Hot Work Checklist And Permit attachment Ii Opsec Contract Requirements
7641-7650 of 7936 archived Tenders