Cars Tenders
Cars Tenders
Technical Education And Skills Development Authority - TESDA Tender
Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Tesda-op-as-04-f03 Rev. No. 01-07/21/21 Annex “a” Price Quotation Form Date: ________________ Tesda Vii - Provincial Office Salinas Drive Avenue Lahug Cebu City Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: No. Item Description Qty Unit Approved Budget For The Contract (in Peso) Offer "compliance With The Technical Specifications (please Check)" Price Offer Remarks Yes No 1 Fender Cover Leather, Toyota Sedan 2 Piece 800.00 2 Seat Cover Cotton, Toyota Sedan 2 Piece 1,500.00 3 Belt Tension Gauge 3 Set 1,100.00 4 Spark Plug Gauge 3 Unit 300.00 5 Spark Plug Cleaner Electric 2 Unit 1,800.00 6 Caddy (1 Car Caddy/ 3 Tool Caddy) 2 Unit 7,000.00 7 Oil Bucket Steel 6 Liters 3 Unit 500.00 8 Drain Bucket Steel 20 Liters 1 Unit 4,000.00 9 Air Hose Reel 2 Piece 1,800.00 10 Crocodile Jack 3 Tons 2 Unit 3,500.00 11 Cvt Fluid 2 Liter 2,000.00 12 Brake Fluid 5 Liter 450.00 13 Coolant 5 Liter 350.00 14 Oil Filter 5 Piece 200.00 15 Fuel Filter 10 Piece 120.00 16 Torque Marker (marking Pen Metal Pen) 1 Box 600.00 17 Spark Plug For Toyota Corolla 10 Piece 300.00 18 Drive Belt Timing Belt 4e-fe Toyota 1 Piece 2,200.00 19 Bump Cap/hard Hat 10 Piece 200.00 20 Safety Cap Botton 10 Piece 200.00 21 Gloves Cotton 25 Piece 90.00 22 Brake Cleaner 10 Piece 350.00 23 Engine Transmission Filter 1 Unit 6,500.00 Page 1 Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Bidders May Quote For Any Or All Of The Items. 3. Price Quotation/s Must Be Valid A Period Of Thirty (30) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated By Philippine Peso Shall Include All Taxes, Duties And Or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies The Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements In The Technical Specifications. 9. Tesda Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Confirmity To The Technical Specifications. "10. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001) Of The Value Of Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Tesda Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent ( 10% ) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It." Name Of Business/company Signature Over Printed Name Office Telephone/fax No. Mobile No. E-mail Address Pqf Page 2
Closing Date26 Feb 2025
Tender AmountPHP 74.7 K (USD 1.2 K)
DEPARTMENT OF EDUCATION DIVISION OF LAGUNA Tender
Others
Philippines
Details: Description "republic Of The Philippines Department Of Education Region Iv-a Calabarzon Schools Division Office Of Laguna Provincial Capitol Compound Santa Cruz" Request For Quotation Date: Quotation No. : 25-rfq-023 To All Eligible Suppliers: I. Please Quote Your Lowest Price Inclusive Of Vat On The Item/s Listed Below, Subject To The Terms And Conditions Of This Rfq, And Submit Your Quotation Duly Signed By Your Representative Not Later Than __________ At Deped Division Of Laguna, Deped Bldg., Provincial Capitol Compound Sta. Cruz, Laguna. For More Information Please Call Bac Secretariat At Telefax Nos.: (049) 566-5015. Prospective Supplier Shall Be Responsible To Verify The Quoted Items From Above-stated Agency And Telephone No. Lot No. Items & Description Qty Unit Statement Of Compliance (state "comply" Or "not Comply") Total Price 1 Supply And Delivery Of Supplies For Sdo Laguna 1 Lot Budget: Php 595,670.00 (see Attached Annex A For Items In This Lot) Delivery: 30 Cd Lot No. Items & Description Qty Unit Unit Cost Total Supply And Delivery Of Supplies For Sdo Laguna 705 Toilet Bowl Cleanser - Tuff 500ml 50 Bottle 706 Sink And Drain Declogger - Liquid Sosa 500ml 15 Bottle 707 Scouring Pad With Foarm - Scotch Brite 200 Piece 708 Disinfectant Spray - Lysol 340ml 85 Can 709 Disinfectant Liquid - Lysol 900ml 85 Pack 710 Insecticide Spray - Baygon 500ml 50 Can 711 Alcohol - Cleene 500ml 100 Bottle 712 Toilet Deodorizer - Albatros 100g 200 Piece 713 Air Freshener - Glade 320ml 50 Can 714 Floor Rag 200 Piece 715 Sticky Notes 3x3 100 Piece 716 Furniture Cleaner - Splenda 330ml 100 Can 717 Dish Washing Liquid - Joy 475ml 100 Bottle 718 Sticky Notes 3x4 100 Piece 719 Sticky Notes 2x3 100 Piece 720 Bleach - Zonrox Lemon 1ltr 50 Bottle 721 Bathroom Tissue -sanicare 2ply 12 50 Pack 722 Pencil #2 20 Box 723 Ear Tag 50 Pack 724 Tape - Scotch Tape Transparent 1" 100 Roll 725 Paper Clip 33mm 30 Box 726 Record Book 300 Pages 30 Piece 727 Record Book 500 Pages 30 Piece 728 Correction Tape 50 Piece 729 Throw Pillow Set 4 Set 730 Folder Long White 30 Pack 731 Plastic Ruler 80 Piece 732 Personalized Division Flag 3'x 5'ft Satin Fabric, Double Face, Sublimated With Green Tassle And 4 Corner Yelets 6 Piece 733 Led Tv 43" 1 Set 734 Electrial Tape 20 Roll 735 Ruler Metal 15 Piece 736 Rubber Band 10 Box 737 Glue, Elmers 130g 30 Bottle 738 Car Shampoo 4 Gallon 739 Alcohol - Hyginex 1 Gal. 30 Gallon 740 Bleach Zonrox 1 Gal 50 Box 741 Marker Broad Pilot 100 Box 742 Marker Fine Pilot 100 Box 743 Signpen G-tech0.3 Pilot Black 100 Piece 744 Signpen Dong A Red 50 Piece 745 Document Box Green 30 Piece 746 Document Box Red 30 Piece 747 File Box Green 30 Piece 748 Folder Short 1000 Piece 749 Duct Tape 10 Roll 750 Bottel Water Wilkins Pure 500ml 2500 Bottle Buddy Chester M. Repia Bac Chairperson
Closing Date10 Feb 2025
Tender AmountPHP 595.6 K (USD 10.2 K)
METRO SAN FERNANDO WATER DISTRICT LA UNION Tender
Machinery and Tools
Philippines
Details: Description Request For Quotation Date: February 18, 2025 Rfq No.: Name Of Supplier / Company: Address: ___________________ Tin: ________________________ Business Permit No.: _________________________________________________________________________________________________ Philgeps Registration Number (required):_________________________________________________________________________________________ The Metro San Fernando Water District (msfwd), La Union, Through Its Bids And Awards Committee (bac), Intends To Procure It Equipment In San Fernando City, La Union. The Procurement Of It Equipment Will Be Undertaken In Accordance With Section 53.9-small Value Procurement Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Please Quote Your Best Offer For The Item(s)/service(s) Described Herein, Subject To The Terms And Conditions Provided In The Last Page. Submit Your Quotation/proposal, Duly Signed By You Or Your Authorized Representative Not Later Than February 24, 2025 @ 10:00am. A Copy Of Your Latest Business/mayor’s Permit And Bir Certificate Is Also Required To Be Submitted Along With Your Quotation/proposal. Open Quotation May Be Submitted, Manually Or Email At The Address And Contact Numbers Indicated Below. Prospective Suppliers Who Will Submit A Proposal With The Lowest Calculated And Responsive Offer Shall Be Selected. An Omnibus Sworn Statement (gppb-prescribed Form) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact The Undersigned At Mobile No. 0917.818.8926 Or Email Address At Valvega.msfwdlu@gmail.com. _____________________________ Engr. Benjamin Q. Galvan, Jr. Bac Chairman Bids And Awards Committee Metro San Fernando Water District (la Union) Contract Monitoring Office (cmo) 3/f Admin. Bldg., Quezon Avenue, City Of San Fernando, La Union 2500 Telefax No. (072) 700-3554 After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows (kindly Check Those Specifications You Can Comply To): 1. Technical Specifications Technical Specifications Quantity Unit Available (-yes Or X-no) Remarks 1. Laptop Computer (please See Attached Technical Specifications) 2 Unit 2. Portable Scanner (please See Attached Technical Specifications) 1 Unit - All Purchases Are On Credit To Be Paid Within 15days From Receipt Of The Supplier Billing Statement And Issuances Of The Inspection And Acceptance Report By Msfwd. - All Payments Are Through Check Net Of Applicable Withholding Taxes. - All Items Shall Be With Warranty For At Least One Year (1yr) To Cover For Faults In Materials And Craftsmanship, Including Free Quality After Sales-service. - The Supplier Should Have A Service Center Or Have Partnered With Service Centers Providing After Sales Service Center Readily Accessible Within La Union. - Release Of Sales Invoice And/or Official Receipt Will Be Upon Claim Of The Check Payment. 1. Terms Of Delivery / Delivery Schedule The Above Requirements Comprise The Materials Requirement Of The Office. The Procurement Of The Items/services Commences Upon Receipt Of The Purchase Order/contract Of Service. The Delivery Terms Shall Be Upon 30 Calendar Days Upon Receipt Of The Purchase Order/contract Of Service. 2. Payment The Payment Shall Be Made Through The Issuance Of A Check Within Thirty (15) Days After Submission Of Billing And User Acceptance Of The Product Per The Purchase Order Completed. The Payment Amount Shall Be Net Of Appropriate Withholding Taxes. For Ease Of Payment Kindly Fill In The Payment Details Below: Name To Appear On Check: ____________________________________________ *the Name(s) To Appear On The Face Of The Check Must Be At Least The Name Of The Registered Business Entity As Reflected In The Business Permit/sec Registration; Or The Name Of The Proprietor Is A For Sole Proprietorship. Tax Type: Vat Non-vat Financial Offer: Please Quote Your Best Offer For The Items As Stated In The Technical Specification. Approved Budget For The Contract (abc): In Words: Ninety Thousand Pesos In Figure: 90,000.00php Items/services Offered Unit Price (a) Offered Qty (b) Total Offered Quotation (a X B) 1. Laptop Computer 2 2. Portable Scanner 1 Grand Total Offered Quotation: In Words: _______________________________________________________________________ In Figure: _______________________________________________________________________ Signature Over Printed Name Position/designation Office Telephone No. Fax/ Mobile No. Email Address And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Bidders May Quote For Any Or All The Items. 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Award Of Contract Shall Be Made To The Lowest Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By Your Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Dot-car Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e. Order Slip And/or Billing Statement, By The Contractor. Our Government Servicing Bank, I.e. The Land Bank Of The Philippines, Shall Credit The Amount Due To The Contractor’s Identified Bank Account Not Earlier Than Twenty Four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Take Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Contractor’s Account. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Dot-car Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. -------------------------------------------------------------------------------------------------------------------------------------------- Rfq No.: This Portion Is To Be Returned To The Msfwd As Proof That This Rfq Is Duly Received By You After Filling Out The Details Below: Business Name:_______________________________________________ Business Contact No. ______________________________email Address:____________________ _____________________________________ Printed Name And Signature Date: ________________ Laptop Specifications: Processor At Least 10 Cores, At Least 12 Threads, At Least 10mb Cache Processor Base Frequency At Least 1.3 Ghz Memory At Least 16gb Ddr4 Storage At Least 512gb Ssd Operating System Should Be Installed In Ssd Should Be Licensed Should Be In Professional Edition 64 Bit Graphics At Least Uhd Camera At Least 720p, Built-in Display Screen At Least 14 Inches But Not More Than 16 Inches Resolution At Least 1080p I/o Ports At Least 1 X Hdmi At Least 2 Usb Ports Gigabit Lan Network And Communication Wifi 6 Bluetooth At Least Version 5.1 Battery At Least 3 Cell Battery Scanner Specifications: Scanner Type A4 Sheet-fed Color Scanner Sensor Type: Contact Image Sensor (cis) Scanning Method: Fixed Document And Moving Carriage Light Source: Rgb Led Optical Resolution: 600 X 600 Dpi Output Resolution: 50 - 1,200 Dpi Min Document Size: 50 X 50 Mm Max Document Size: 216 X 1,828.8 Mm Supported Paper Weight: 35 - 270 G/m2 Adf Capacity: 1 Sheet Interface: Usb 2.0 (micro-b) Scan Speed 200dpi: 5.5sec 300dpi: 5.5sec 600dpi: 9.0sec Supported Os: Windows Xp / Vista / 7 / 8 / 8.1 / 10
Closing Date24 Feb 2025
Tender AmountPHP 90 K (USD 1.5 K)
DEPARTMENT OF LABOR AND EMPLOYMENT REGION V Tender
Machinery and Tools
Philippines
Details: Description Lot 1 - Carprentry (delivery Period: 15 Days) 8 Unit - Portable Hand Drill, Power Sourced: Battery Powered - 2pc; 21 Volt; 1500mah Lithium-ion Batteries; Maximum Rotational Speed: 1500 Rpm; Voltage: 21v; Amperage: 1.5 Amps; Chuck Size: 0.38"; Bit Heads Diameters: From 0.8mm - 10mm; Product Dimensions: 8 - 10" (l) X 2 - 4" (w) X 6 - 8" (h); Material: plastic, Rubber, Metal; Item Weight: Atleast 2.5 Pounds; Item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Brand: Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag 8 Unit - Electric Circular Saw, Voltage: 220-240v; Frequency: 50-60hz; Input Power: 1800w; No-load Speed: Atleast 4800rpm; Blade Diameter: 185mm; Cutting Capacity: 45degree: 44mm, 90 Degree: 65mm; Maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg; Item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l) 8 - Unit - Electric Grinder Voltage: 220v Rated Power Input: 750w No - Load Speed: 1100 Rpm Disc Diameter: 0mm Dimension: Approx: Length: 250 - 290mm Width: 50 - 80mm Height: 90 -110mm Weight: 1.5 - 1.8kg 8 Unit - Electric Planer; Voltage: 220v;continuous Rating Input : 500 W ; Planing Width : 82 Mm (3-1/4”);planing Depth : 1 Mm (1/32”) ;max Shiplapping : 9 Mm (11/32); No Load Speed : 16,000 Rpm; Dimension: Approx. : (l) 25 - 30cm*(h) 10 - 15cm*(w) 12 - 17cm; Net Wt- 2 - 4kg; Power Cord Length- At Least 1.5meters; Breadth Of Planer- 82x1mm 8 Unit - Electric Jigsaw Continuous Rating Input: 450 - 600w Capacity: 40mm (in Wood); 6mm ( In Steel) Length Of Stroke: 18mm Strokes Per Minute: 500 - 3,100 Dimension: Approx.: L - 5 - 9 Inches; W - 2 - 4 Inches; H - 4 - 8 Inches Voltage: 220v; Frequency- 50-60hz; No Load Speed- 800-3000rpm; Cutting Capacity- Wood-50mm; Steel- 6mm 8 Unit - Electric Plunge Router Voltage: 220v - 50hz Collect Capacity: 1/2 Inch Continuous Rating Input: 1650w Plunge Capacity: 66mm Overall Height: Approx.: 9 - 12 Inches; Net Weight: At Least 4.2 Kg; 1600w; Base Diameter- 160mm; No Load Speed- 23000rpm Power Supply Cord Length - At Least 4.0m (13.1ft); Rpm 8,000-27,500 8 Set - Wood Chisel Set Of 5; 1/4", 3/8", 1/2", 3/4", 1", , Wooden Handle, High Carbon Metal File L-6.8 Inch Lot 2 - Fish Vending (delivery Period: 30 Days) 1 Unit - Bicycle With Sidecar Bicycle Specifications: Bmx Type Bike Frame Front And Rear Free Wheel Hub For Rim Set Single Engine Speed Tread Type (wheel Set), Tire Size (20 Inches X 2.2125 Jumbo), Interior Tube (20 Inches By 2.2125 Jumbo), Handle Bar, Bmx Fork, Head Parts (h Post, Handle Grip) Chain (single Speed, Pedal (bearing Type) Seat Clamp, Saddle With Spring, Foot Brake (clamp With Spring), Crack Pedals (175mm - 180mm), Side Car Specifications; Side Car With Umbrella Tube Holder Dimensions: 25.8 Inches (l) X 16.2 Inches (w), 15.7 Inches (h), Approx.: 20 - 25 Kls Capacity Materials: 1/2 J1 Pipe 540mm, 316 X Flat Square Bar, J1 Pipe De Una 520mm, 1/4 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo Bicycle With Side Car - Red With Dole And Dilp Logo (front) 1 Unit -digital Weighing Scale, Ac/dc Digital Scale; 6 Digits Lcd Display; 220v-240v/60 Hz; 30 - 40kg; Power Plug: Us Type 1 Pc - Chest Cooler, Item Package Dimensions: approx. : 23 - 26" (l) X 14 - 17" (w) X 13 - 16" (h), Package Weight: 5.76kg, Inside Dimensions: Approx: 22 - 25" (l) X 12 - 15" (w) X 13 - 15" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l 1 Pc - Beach Umbrella, Round-shaped; Material: Poly Canvass; Diameter: 40""; Pole Stand Length: At Least 45""; Pole Material: Stainless Steel Chrome 1 Pc - Butcher's Knife, Materials: Stainless; Wood Handle; Size: About 8 - 12 Lot 3 - Barbershop (delivery Period: 15 Days) 3 Set - Cordless Clipper: Body Material: Aluminum; Motor: Rotary; Power/source Battery: Lithium-ion Battery (90+ Minutes Of Runtime); Blades: Titanium Blades; 3 Guide Combs Plastic Material (#1/2, #1, And #1½ ); Cutting Lengths: 0.4-25mm; Inclusions: A Blade Guard; 1 Recharging Transformer (charger); 1 Cleaning Brush, With Lubricating Oil Of At At Least 5 Ml And English User Manual; Product Dimension: Approximately 6 - 8" (l) X 2 - 4" (w); Weight: Maximum Of 400g; Input: Can Be Used For 110-240 Voltage 6 Pc - Hair Thinning Shear(professional Use), Size 6", Stainless Steel;thinning Rate- 25%; No. Of Teeth- 30 6 Set - Hair Shear (set): Material: Stainless Steel, Length; 1 Precision Scissor Approximately 6-7"; 1 Thinning Scissor Atleast 6"; Accesories: Scissors Oil Atleast 5ml 6 Pc - Shaving Razor/labaha: Dimensions: Approximately 5-6" (l) X 3/4-1" (w): Material: Carbon Steel, Color: Black 6 Pc - Barber Skin Fade Brush: Handle: Wood; With Soft Bristles 1" (l); Dimensions: Atleast 5.5" (l) X 1" (w) 3 Set - Comb Set (4pcs/set): Material: High Quality Plastic; Inclusions: #1-approx. Size: 4.88" (l) X 1.02" (w); #2-approx. Size: 7.09" (l) X 1.46" (w); #3-approx. Size: 7.87" (l) X 1.18" (w), #4-6.10" (l) X 0.20" (w) 6 Pc - Barber's Cape: Color: Black, 140cm (l) X 110cm (w); Cloth: Polyester 3 Pc - 360 Degree Swivel Barber Chair: Classic Back Seat With Chrom Steel Base; Premium Steel Frame And High Class Foot Pump; Heavy Duty Leather Cover; Lower Height - Atleast 51cm; Top Height - Atleast 61cm; Backrest Height - Atleast 40cm 6 Pc - Barber Apron: With Two Pockets; Waterproof; Material: Cotton And Acrylic; Item Size: Approx. 38-38.19" (l) X 27-27.36" (w) 6 Pc - Barber Spray Bottle, Plastic, Clear, 300 Ml 6 Pc - Barber Spray Bottle, Plastic, Clear, 500 Ml 6 Pc - Tissue, Roll, 2 Ply, 6 Pcs Per Pack 15 Pc - Baby Powder, 500g Lot 4 - Laundry Service (delivery Period: 15 Days) 1 Unit - Washing Machine With Spinner And Dryer; Dimensions: Approx. 57 - 60 Cm (l) X 56 - 59cm (w) X 96 - 99 Cm (h); Gross Weight: Approx. 44 - 47kg; Washing Capacity: Atleast 11.5kg; Rated Power: 1500 W; Voltage: 220 V 2 Pcs - Wash Basin (big Batya), Round Plastic, Dia- 64.5 Cm, H- 25cm Thickness- 1/2 Inch; Color- Black 2 Pcs -laundry Basket, Round Plastic, L- 22 - 27inches, H- 18 - 23inches, 23 - 26 Cm Thicknesss, Color Black 3packs - Powder Detergent, 10 Kg Pack 3 Gallon - Fabric Conditioner; 128 Ounces Lot 5 - Nail Care Service (delivery Period: 15 Days) 4 Gallon -acetone/nail Polish Remover 4 Gallon - Cuticle Remover 2 Pack - Nail Brush, Material: Plastic; Size: Atleast 3" (l), 2-3" (h); 12 Pcs/pack 2 Set - Nail Tool Set, Material: Stainless Steel; Case: Leather; Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h); Inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher 20 Pack - Cotton Balls, 300g (100 Pcs Large Cotton Balls) 2 Set - Nail Polish, Volume: 15ml; With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Saphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless 2 Unit -foot Spa Soaker, With Pumice Stone; Package Dimensions: Approximately 15 - 17" X 12 - 14" X 6 - 8", Weight: About 4 - 6 Pounds; Rated Power: 500 Watts; Rated Voltage: 110~120v; Rated Frequency: 50hz; Temperature Adjustable Range: 35℃ To 48℃ 4 Gallon - Astringent Foot Soaker 4 Pack - Cooling Foot Soak, Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g 4 Tube - Exfoliating Foot Scrub, Dimension: Approx. 7 - 8" X 2 - 3" X 1 - 2 Inches; Weight: Atleast 6oz 4 Pc - Foot File And Callous Remover, Material: Metal, Steel; Item Dimensions: Approx. (l) 10-10.78" X (w) 2.7"; Item Weight: At Least 3.2 Pounds 4 Gallon - Alcohol, Isopropyl, 30% 4 Gallon - Foot Scrub , Peppermint Flavor,128 Ounces 10 Pc - Salon Towels: Material: Pure Cotton; Sizes: Approx. 70 - 75cm (l) X 30 - 35cm (w); Color: White 2 Pc - Stool, Hard Plastic Material; Dimension: Approximately 10-11"(l) X 9-10" (w) X Atleast 20" (h) - Including The Backrest 2 Pc - Manicurist Bag, Made Of Heavy Duty Nylon; Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish; Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h) Lot 6 - Vulcanizing (delivery Period: 15 Days) 2 Unit - Tire Vulcanizing Machine: Automatic Temperature Adjustment; Steel Material; Maximum Current: 10a; Temperature Range: 140 - 165 Degrees Celcius; Voltage: 220v; Power: 500w; Vulcanizing Time: 7 Minutes; Dimension: Approx.: Screw Diameter: 23 - 28mm (l) X 292 - 297mm (w), 407 - 412mm (h) 2 Unit - Air Compressor Machine, Motor Power: 1.5hp; Speed: 1050rpm; Air Delivery: 250l/min; Working Pressure: 115 Psi/8 Bar; Tank: 100l; Size: Approx. (l) 937 - 942mm X (w) 382 - 387mm X (h) 797 - 802mm; Net Weight: At Least 89 - 91kg 2 Unit - Hydraulic Bottle Jack, Material: Alloy Steel; 2 Tons Capacity; Minimum Height: 148mm; Maximum Height: 251-300mm; Lifting Height: 80mm; Adjusting Height: 50mm; Net Weight: Approx. : 2 - 3kg 2 Roll - Air Compressor Hose, 20m Long, Hose Diameter 1/4" : Working Pressure Up To 150psi, Material: Polyurethane 2 Pairs - Tire Changer Wrench, Atleast 12" Long; Material: Metal Steel 2 Pc - Scissors, Material: Forged Steel; 10" Long, With Rubber Grip Handle Lot 7 - Carwash Service (delivery Period: 15 Days) 1 Unit - Pressure Washer, Power: 1200w; Max. Pressure: 100 Bar; Max. Flow Rate: 300l/h; Inlet Water Temperature: 40°c; Motor Type: Series; Pump Type: 3 Cylindrical, Metal; Cable Length : Atleast 5m; Hose Length: Atleast 3m; Weight (w/out Accessories): Approximately 3 - 5kg; Nozzles: 20/80 Degree Variable Fan 1 Set - Vacuum With Blower, 22l Tank Capacity, Power Supply: 220v-240v; Power: 1200watts; Rated Frequency: 50/60h; Kilo Pascal: 18kpa; Max Air Flow I/sec Motor: 50l/s; Sound Level (db(a): 75; Hose Length: Atleast 2.1m; Cord Length: Atleast 3m; Inclusions: Atleast 3.2cm Flexible Hose, Extension Wand, Floor Nozzle, Crevice Nozzle, Cartridge Filter 1 Set - Power Sprayer Belt Driven Aluminum, 1.5 Hp; Induction Type: Electric Motor; Max Operating Pressure Of 450psi For Single User; While 750psi For Two Users; Water Volume Of 20 Liters/minute; Motor Dimension: Approximately 350mm (l) X 280mm (w) X 300 Mm (h); Power Engine 3.5-4 Ps; Inclusion: 10 Meter Discharge Pressurized Hose, 60hz; Plunger Size: 22mm; Spraying Volume; Atleast 25l/min; Single Cylinder; 4 Stroke; Air Cooled; Ohv 1 Pc - Plastic Container Drum, Size: Approx.: 90 - 92cm (h), 56 - 58cm (diameter); Weight: Atleast 8 - 9 Kg; Capacity: 200l 1 Set - Spray Gun With Hose, Water Gun Type: Fog And Direct; Gun Body Material: Alluminum Alloy; Tip Material, Copper; Handle Material, Alloy; Hose Length: 5m; Product Size: 14cm (l) X 18cm (w) 2 Pcs - Pail, Dimensions: Approx. (l) 30 - 32cm; (w) 20 - 22cm; (h) 27 - 29cm ; Material: Plastic 3 Pc - Chamois Cloth, Material: Soft, High Absorbent Leather; Size: About 30cm (l) X 30cm (w) 2 Pc - Sponge (big), Material: Polyurethane; Dimensions: Atleast 8.8" (l) X 4.4" (w) X 2.64" (h); Item Weight: Approx. 0.3 Pounds 2 Liter - Car Shampoo, 1l, Liquid Gel; Color: Orange/red 2 Liter - Tire Black Dressing, 1l, Wax Type; Color: Black 5 Pcs - Car Polisher, 250 Ml, Liquid Lot 8 - Auto / Motor Repair Service (delivery Period: 15 Days) 1 Unit - Air Compressor Machine, Motor: 1/2 Hp; No. Of Cylinder: 2; Phase: 1; Pressure: 85 Psi; Capacity: 46 Liters; Approximate Dimension: 95-100cm (l) X 31-35cm (w) X 64-70cm (h); Weight: 46 - 48kg; Inflation Time: 53min; Air Displacement: 208l/min 1 Set - Pliers Tools Set, Material: Chrome Vanadium Steel, Alloy Steel; Handle Material: Thermoplastic Rubber; Item Weight: Atleast 790 Grams; Inclusions: Atleast 8" (length) Combination Pliers, 6" (length) Diagonal Cutting, 6" (length) Long Nose Pliers 1 Unit - Impact Wrench, Lithium Ion Battery Voltage: 18v; Weight W/out Battery: Approximately 1 - 2kg; Torque: Max-160 Nm; No-load Speed: 0-2,800 Rpm; Impact Rate: 0-3,600 Bpm; Tool Holder: 1/4'' Hex Uni, Screw, Diameter: M6 – M14; Vibration Emission Value Ah: 9.5 M/s²; Uncertainty K: 1.5 M/s²; Vibration Emission Value Ah: 9.5/m/s² 1 Set - Ratchet And Socket Set, Material: Steel; Inclusions: 20 Pieces 1/2" Point Sockets1/4, 5/16, 3/8, 7/16, 1/2, 9/16, 19/32, 5/8, 11/16, 3/4, 25/32, 13/16, 7/8, 15/16, 31/32, 1, 1-1/16, 1-1/18, 1-3/16, 1-1/4; 6 Pieces 1/2" Accessories Extension Bar - 5", Extension Bar - 10", Spark Plug Socket 6 Pt. 13/16", Sliding T-bar 10" With Molded Plastic Case 1 Set - Screwdriver, Cushion Grip; Magnetized Tip For Easy Pick-up Of Screws , 6 Pcs (slotted 6mm X 150mm), Slotted Parallel 5mm X 100mm, Slotted 3mm X 100mm, Slotted 5mm X 150mm, Ph2 X 150mm, Ph1 X 100mm) 1 Set - Wrench Set, Weight: 3 - 4kg; Material: Min. Or Max Chrome Vanadium Steel; Inclusion: 8mm,9mm,10mm,12mm,13mm,14mm,17mm, 19mm,21mm,22mm, 24mm, 27mm, 30mm, 32mm *nothing Follows*
Closing Date20 Feb 2025
Tender AmountPHP 495.3 K (USD 8.5 K)
Offizielle Bezeichnung Tender
Civil And Construction...+1Road Construction
Germany
Description: Contract notice – general guideline, standard regulation negotiated procedure with prior publication of a call for competition/negotiated procedure (services) Redesign of the Freigericht district square on Alfred-Delp-Strasse in Hanau, planning services The Freigerichtsviertel in Hanau is being funded as part of the urban development funding program “social cohesion”. A central component of the upgrading measures is the creation of a new district square on Freigerichtsstrasse/Alfred-Delp-Strasse, which represents the entrance to the Freigerichtviertel coming from the city center. The design of a district square at this location therefore not only has high utility value for residents and passers-by, but also changes the external perception of the district. The connection to the city center is used intensively by pedestrians and cyclists. By improving the quality of stay, the conditions for upgrading the entire social infrastructure are created. Existing social commercial meeting points on the square can network and stabilize. In order to create the framework for upgrading, car traffic is to be reduced to the absolute minimum. The accessibility and safety of the green and open spaces can thus be significantly improved. In order to increase the frequency of use of the square even further, pedestrian traffic, bicycle traffic and public transport are to be promoted. This can be achieved in particular by improving safety and orientation for all road users. The planned redesign is taking place in the immediate vicinity of a large grocery store, a district center and a mosque. This requires careful coordination of the planning with the local stakeholders in order to ensure that the new district square is harmoniously integrated into the surrounding area. As part of the construction work, the utility companies will renew/replace their lines. The coordination of this work with the redesign of the district square is of crucial importance. The early involvement of citizens and relevant players such as the city corporation, transport companies and environmental and interest groups should support the acceptance and transparency of the planning. The developments and measures are communicated and coordinated within the framework of citizen information and stakeholder events. Scope of services (for details see appendix service description): Object planning for open spaces in accordance with Section 38 ff. Hoai Lph 1 to 3 and 5 to 9, fee zone III and object planning for traffic facilities in accordance with Section 45 ff. Hoai Lph 1 to 3 and 5 to 9, fee zone III. Special services: Local construction monitoring for traffic facilities, citizen information events, appointments with political committees, dendrological report, traffic control plans for construction stages (ready for order), coordinated management plan. A phased commissioning process is planned. Project period: Planning begins in the 2nd quarter of 2025; construction begins in 2026. Eligible costs: District square: open spaces approx. EUR 1.47 million net, traffic facilities approx. EUR 1.47 million net Alfred-delp-strasse: open spaces approx. EUR 0.11 million net, traffic facilities approx. EUR 0.45 million net Freigerichtstrasse: open spaces approx. EUR 0.10 million net, traffic facilities approx. EUR 0.40 million net Redesign of the Freigericht Alfred-delp-strasse district square in Hanau, planning services The Freigerichtsviertel in Hanau is being funded as part of the “social cohesion” urban development funding program. A central component of the upgrading measures is the creation of a new district square on Freigerichtsstrasse/Alfred-delp-strasse, which will mark the entrance to the Freigerichtviertel from the city center. The design of a neighborhood square at this location therefore not only has a high utility value for residents and passers-by, but also brings about a change in the external perception of the neighborhood. The connection to the city center is used intensively by pedestrians and cyclists. By improving the quality of stay, the conditions are created for an upgrade of the entire social infrastructure. Existing social commercial meeting points on the square can network and stabilize. In order to create the framework conditions for an upgrade, car traffic is to be reduced to the absolute minimum. The accessibility and safety of the green and open spaces can thus be significantly improved. In order to increase the frequency of use of the square even further, pedestrian traffic, bicycle traffic and public transport are to be promoted. This is achieved in particular by improving safety and orientation for all road users. The planned redesign is taking place in the immediate vicinity of a large grocery store, a district center and a mosque. This requires careful coordination of the planning with the local stakeholders in order to ensure that the new district square is harmoniously integrated into the surrounding environment. As part of the construction work, the utility companies will renew/replace their lines. Coordinating this work with the redesign of the district square is of crucial importance. The early involvement of the citizens and relevant stakeholders such as the municipal corporation, transport companies and environmental and interest groups should support the acceptance and transparency of the planning. The developments and measures will be communicated and coordinated during public information and stakeholder events. Scope of services (see appendix to service description for details): Object planning of open spaces in accordance with Section 38 ff. Hoai Lph 1 to 3 and 5 to 9, fee zone III and object planning of traffic facilities in accordance with Section 45 ff. Hoai Lph 1 to 3 and 5 to 9, fee zone III. Special services: Local construction monitoring for traffic facilities, public information events, appointments with political committees, dendrological report, traffic control plans for construction stages (ready for order), coordinated management plan. A phased commissioning is planned. Project period: Start of planning 2nd quarter 2025, start of construction 2026. Eligible costs: Quartiersplatz: Outdoor facilities approx. EUR 1.47 million net, traffic facilities approx. EUR 1.47 million net Alfred-delp-strasse: Outdoor facilities approx. EUR 0.11 million net, traffic facilities approx. EUR 0.45 million net Freigerichtstrasse: Outdoor facilities approx. EUR 0.10 million net, traffic facilities approx. EUR 0.40 million net
Closing Date13 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
PROVINCE OF ZAMBOANGA DEL NORTE Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Bids And Awards Committee Provincial Capitol, Estaka, Dipolog City Email Add: Bidsandawards22@gmail.com January 03, 2025 Invitation To Bid The Provincial Government Of Zamboanga Del Norte Through The Bids And Awards Committee (bac) Is Inviting Interested Parties/ Bidders To Bid For The Following Contract: Contract Id: Pr#tf 24-12-114(q) Contract Name: Procurement Of General Repair And Maintenance Services Location/purpose: For The Repair And Services Of Elevator At Zamboanga Del Norte Medical Center. Approved Budget For The Contract (abc): P810,000.00 (inclusive Of All Applicable Taxes) Bidders/contractors Must Have An Expertise In Undertaking A Similar Project, Completed At Least Two Similar Contracts Which The Equivalent Amount Is At Least 50% Of The Proposed Project For Bidding Within The Last Three Years. Bidders Are Inform That The Delivery Term Is 30 Calendar Days Upon Receipt Of Notice To Proceed. Bidders/ Contractors Shall Submit Their One (1) Copy Sealed Envelope Containing Their Technical And Financial Documents Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates. The Eligibility Check/ Screening As Well As The Preliminary Examination Of Bids Shall Use The Non- Discretionary "pass/ Fail" Criteria. Post Qualification Of The Lowest/ Single Bids Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of The Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr). All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 14. Bidding Is Restricted To Filipino Citizens/ Sole Proprietorships, Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting January 04 - 10, 2025 Availability And Issuance Of Bidding Documents January 04 - 13, 2025 @ 08:30am Deadline For The Submission Of Bids January 13, 2025@ 08:30 Am Bid Opening And Evaluation January 13, 2025@ 09:00am Payment For Bidding Documents Is A Non- Refundable Amount Of One Thousand Pesos Only (php1,000.00) Payable To The Office Of The Provincial Treasurer, Provincial Capitol Building, Dipolog City. Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee, Provincial Capitol Building During Office Hours @ 8:00am - 5:00pm. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Stated Above. The Provincial Government Of Zamboanga Del Norte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The Provincial Office Of Zamboanga Del Norte At Bidsandawards22@gmail.com. Atty. Rafael R. Osabel, Jr. Bac Chairman Annex A: Procurement Of General Repair And Maintenance Services Pr#tf 24-12-114(q) Abc: P810,000.00 1. 1 Lot Repair And Maintenance Including Services For Elevator Scope Of Work: *1 Unit Dor 123-oa *1 Unit Dor 124-1a *1 Unit Power Supply *1 Unit Door Motor *1 Session Services And Labor *1 Session General Cleaning: Hose Way, Car Cleaning, Door Contact Cleaning, Door Contact Adjustment, Ground Floor Adjustment Button, Cleaning Floor By Floor, Adjustment Floor By Floor ***nothing Follows***
Closing Date28 Feb 2025
Tender AmountPHP 810 K (USD 13.9 K)
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender
Others
United States
Details: This Is A Sources Sought Notice. This Notice Is Issued For Market Research Purposes Only. This Is Not A Solicitation Or Invitation For Offerors To Submit Bids. A Synopsis Of Proposed Contract Action Will Be Posted At A Later Date Which Will Provide Instructions For Bidders To Respond To This Opportunity.
please Do Not Respond To This Notice If You Are Not Seriously Interested And If You Do Not Perform This Requirement. It Will Delay The Posting Of The Solicitation Due To Further Market Research That Will Be Required.
the Federal Bureau Of Prisons (fbop) Anticipates Issuance Of A Solicitation For The Award Of A Firm-fixed-price Construction Contract For A Project Entitled Upgrade Elevators, At The Federal Metropolitan Detention Center Los Angeles (mdcla), Located In Los Angeles, California.
mdcla Is A Federally Owned High-rise Facility Located At 535 N Alameda St, Los Angeles, Ca 90012-3405. The Project Consists Of The Following:
1.1 Work Covered By Contract Documents
a. Upgrade Of 4 Elevators, Including New Machines, Operational Controls, Door Equipment, Signal Fixtures, Car Interior Finishes.
b. Provide All Labor, Engineering, Tools, Transportation, Services, Supervision, Materials, And Equipment Necessary For And Incidental To Satisfactory Completion Of Required Work As Indicated In Contract Documents.
c. Provide All Required Staging, Hoisting And Movement Of New Equipment, Reused Equipment, Or Removal Of Existing Equipment.
d. Applicable Conditions Of Purchaser's General, Special, And Supplemental Conditions.
e. Prime Contracts Are Defined Below, And Each Is Recognized To Be A Major Part Of Required Work To Be Performed Concurrently In Close Coordination With Work Of Other Contractors.
A.this Contract: Upgrade Elevators
f. Scope Of Contract Includes, But Is Not Limited To, The Following:
A. Coordination, Scheduling, And Management Of Work Of Component Suppliers And Subcontractors.
B. Furnish And Install Equipment As Specified, Utilizing Existing And/or Modified Hoist Ways And Machine Rooms.
C. Specific Item Of Required Work Which Cannot Be Determined To Be Included In Another Contract Is Thereby Determined To Be Included In Prime Contract.
D. Any Item That Is It Related Will Require Prior Fitara Approval.
1.2 Prime Contractor's Duties
a.prime Contractor's Duties Include The Following:
A. Provide And Pay For Labor, Materials And Equipment, Tools, Construction Equipment And Machinery, And Other Facilities And Services Necessary For Proper Execution And Completion Of Required Work.
B. Pay For Legally Required Sales, Consumer, And State Remodel Taxes.
C. Secure And Pay For Required Permits, Fees, And Licenses Necessary For Proper Execution And Completion Of Required Work, As Applicable At Time Of Quotation Due Date.
D. Give Required Notices.
E. Comply With Codes, Ordinances, Rules, Regulations, Orders, And Other Legal Requirements Of Public Authorities Applicable To Performance Of Required Work.
F. Promptly Submit Written Notice To Consultant Of Observed Variance Of Contract Documents From Legal Requirements.
G. Enforce Strict Discipline And Good Order Among Employees. Do Not Employ Persons Unskilled In Assigned Task.
see The Statement Of Work/specifications Attachments For The Complete Requirements Of The Work.
pursuant To Federal Acquisition Regulation (far) 36.204, The Estimated Magnitude Of The Project Lies Between $1,000,000 And $5,000,000.(note: This Range Is One Of 8 Available Ranges From Far 36.204 And Is Not Meant To Imply That The Project Has Necessarily Been Estimated/budgeted To The Maximum Of The Selected Range. It Merely Conveys That The Estimate/budget Lies Somewhere Within That Range.)
the North American Industrial Classification System (naics) Code Applicable To This Requirement Is 238290 With A Corresponding Small Business Size Standard Of $22 Million. To Be Considered An Interested Vendor, You Must Possess This Naics Code In Your Www.sam.gov Registration.
interested Bidders Must Be Registered In Www.sam.gov.
the Fbop Is Seeking Small Business Contractors For This Project. Your Business Size Metrics Information Entered In Your Sam Registration Must Be Less Than Or Equal To The Small Business Size Standard Specified Above. Interested Small Business Contractors Are Requested To Respond To This Notice By Adding Their Names To The Interested Vendors List For This Posting In Sam.gov (must Be Logged-in To Your Vendor Account)
Closing Date17 Jan 2025
Tender AmountRefer Documents
Province Of Southern Leyte Tender
Machinery and Tools...+1Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Province Of Southern Leyte Maasin City Standard Form No.: Sf-good-60 Project Reference No. Revised On: May 24, 2004 Name Of The Project: _______ Standard Form Title: Request For Quotation Location Of The Project: _______ To: _______________________ Date: February 14, 2025 _______________________ Quotation No. 0092 Abc Php147,900.00 Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions Below, Starting The Shortest Time Of Delivery And Submit Your Quotation In A Sealed Envelope Duly Signed By Youur Representative Not Later Than February 21, 2025, Bac Office, Provincial Capitol @ 10am Atty. Abelardo C. Almario Bac - Chairman 1. Delivery Period Within Immediately 2. Warranty Shall Be For A Period Of Six(6) Months For Supplies & Materials, One (1)year For Equipment, From Date Of Acceptance By The Procuring Entity 3. Price Validity Shall Be For A Period Of 90 Calendar Days 4. Indicate The Brand Of The Item Being Offered, If Applicable. 5. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered, If Applicable. Item Item & Description Unit Qty. Unit Total No. Price 1 Tire Wheel 205 X 65 R16 Pcs 4 2 Battery Assy N70l 11 Plates 12v Pc 1 3 Brake Pad Set 1 4 Brake Shoe Set 1 5 Oil Filter Pcs 3 6 Horn Set 2 7 Engine Oil Diesel Gal 6 8 Fuel Filter Pc 1 9 Wiper Blade Set 2 10 Universal Car Matting Set 2 11 M & T Transmission Oil Liter 4 12 Brake Fluid Liter 4 See Next Page For Use In Ppdo Please Indicate Brand Rfq's With Erasures/alterations Will Be Rejected Award Will Be On Per Item Lot Total Quotation After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature ______________________ Tel. No./cellphone No./ E-mail Add. Date Republic Of The Philippines Province Of Southern Leyte Maasin City Standard Form No.: Sf-good-60 Project Reference No. Revised On: May 24, 2004 Name Of The Project: _______ Standard Form Title: Request For Quotation Location Of The Project: _______ To: _______________________ Date: February 14, 2025 _______________________ Quotation No. 0092 Abc Php147,900.00 Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions Below, Starting The Shortest Time Of Delivery And Submit Your Quotation In A Sealed Envelope Duly Signed By Youur Representative Not Later Than February 21, 2025, Bac Office, Provincial Capitol @ 10am Atty. Abelardo C. Almario Bac - Chairman 1. Delivery Period Within Immediately 2. Warranty Shall Be For A Period Of Six(6) Months For Supplies & Materials, One (1)year For Equipment, From Date Of Acceptance By The Procuring Entity 3. Price Validity Shall Be For A Period Of 90 Calendar Days 4. Indicate The Brand Of The Item Being Offered, If Applicable. 5. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered, If Applicable. Item Item & Description Unit Qty. Unit Total No. Price 13 Coolant Liter 4 14 Vsi Protector Can 10 15 Brake Cleaner Can 4 16 Seat Cover Set 2 Jjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjj For Use In Ppdo Please Indicate Brand Rfq's With Erasures/alterations Will Be Rejected Award Will Be On Per Lot Total Quotation After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature ______________________ Tel. No./cellphone No./ E-mail Add. Date
Closing Date21 Feb 2025
Tender AmountPHP 147.9 K (USD 2.5 K)
Department Of Agriculture Tender
Automobiles and Auto Parts
Philippines
Details: Description Job Order: To Provide Labor And Materials For The Repair And Maintenance Of The Vehicle With Plate Number A5q-413 (admin). No. Scope Of Work Quantity Unit_cost Abc 140,000 Km Check-up 3.8 560.00 2,128.00 Oil Filter Imv 1 563.24 563.24 Gasket 1 76.00 76.00 Twwf W765 1 124.74 124.74 Tgfs Sn/cf 5w-30 1l 8 818.25 6,546.00 Pad Kit, Disc Brake 1 4,157.25 4,157.25 Toyota Genuine Diesel Engine Flush 1 841.50 841.50 Dsl Injector Cleaner 1 940.00 940.00 Toyota Genuine Backtaklenz (7ml) 1 983.51 983.51 X-ir Engine Treatment (240 Ml) 1 1,250.00 1,250.00 X-1r Diesel Decarbonizer (200 Ml) 1 1,900.00 1,900.00 Rubber, Wiper Blade 1 461.50 461.50 Rubber, Wiper Blade 1 619.00 619.00 Ttl Brake Cleaner New 1 240.30 240.30 Rags Pms 10 5.69 56.90 Toyota Air Care Service/ac Cleaning 1 560.00 560.00 Aircon Cleaner 1 4,100.25 4,100.25 Element, Air Refiner 1 2,336.50 2,336.50 Toyota Genuine Engine Room Coat 1 342.50 342.50 Toyota Car Care 1 620.00 620.00 Toyota Genuine Engine Room Cleaner 1 330.75 330.75 Tmp-pol & Inc 1 168.38 168.38 Replace Battery And Floor Mat 1 620.00 620.00 Battery Ln3 1 12,170.00 12,170.00 Rubber Mat, D-cab Lh 1 9,900.00 9,900.00 No. Termsandconditions 1 Participating Bidders On Items With More Than P50,000.00 Must Submit Its Philgeps Registration. 2 Winning Bidder Shall Provide Its Own Tools/equipment For The Conduct Of Repair/change Oil; 3 Contractor Must Replace And Use Brand New Parts/accessories And Return The Waste Materials To Da Thru Its Authorized Representative; 4 Deliver The Vehicle To Da-rfo 8 After The Conduct Of Repair/change Oil; 5 Must Have 20 Days To Complete The Repair/change Oil After Receipt Of Jo; 6 Repaired Item(s) Is Subject To Inspection, Evaluation And Testing Corresponding To The Required Scope Of Work/services. 7 Non-completion Of Work After The Required Period Will Be Subjected To Liquidated Damages Equivalent To 1/10 Of 1% Of The Contract Price Per Day Of Delay Of Undelivered Item/portion; 8 Processing Of Payment Shall Commence After Inspection, Acceptance And Testing Of Items By The End User; 9 Payment Shall Be Made Thru Ada (advice Debit Account), As Such, Supplier Shall Submit Snapshot Of Its Bank Account (preferably Lbp Or Any Commercial Bank) To Effect Payment. Checklist Of Eligibility Requirements For Bidders: The Eligibility Envelope Shall Contain The Following: ( ) Valid And Current Mayor’s Permit/municipal License ( ) Certificate Of Philgeps Registration Number ( ) Bir Registration ( ) Dti Registration ( ) Valid And Current Tax Clearance Certificate (for Abcs Above 500k) ( ) Omnibus Sworn Statement – Updated Format ( For Abcs Above 50k) ( ) Pcab License (for Infrastructure Projects) ( ) Amtec (for Agricultural Machinery) ( ) Professional License/ Curriculum Vitae ( For Consulting Services) Note : Submitted Documents Must Properly Authenticated, Complete And Accurate Eligibility Requirement Stated In The Philgeps Posting, In Compliance To Ra 9184 And The 2016 Revised Rules And Regulations. Failure To Comply, Will Result In The Non-compliant Of The Prospective Bidder Shall Will Warrant Automatic Disqualification For The Procurement Project.
Closing Date26 Feb 2025
Tender AmountPHP 52 K (USD 899)
6901-6910 of 7175 archived Tenders