Cars Tenders
Cars Tenders
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Closing Date17 Feb 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 And Part 13, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number 70z03825ql0000051 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03, Effective January 17, 2025. the Applicable North American Industry Classification Standard Code Is 488190. The Small Business Size Standard Is $40m. This Is A Total Small Busniess Set Aside Requirement. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. it Is Anticipated That A Firm-fixed Price Purchase Order Will Be Awarded On A Competitive Basis As A Result Of This Synopsis/solicitation For The Following Parts: item Description Qty
fuel Tank Repair Repair Includes In Depth De-seal And Seal Application Of The Center Wings. 1 Jb
material & Equipment 1 Jb
travel All Inclusive Travel Fees: Airfare, Hotel, Rental Car, Parking, Per Diem. 1 Ea all Items Must Be Repaired In Accordance With (iaw) Original Equipment Manufacturer (oem), Specifications To Include The Latest Revisions, Updates And Service Bulletins. any Vendor, Except The Oem Or A Production Approval Holder (pah), Repairing/overhauling/modifying Coast Guard Aircraft Components Must Be Faa 145 Certified And Perform At Least Fifty Percent (50%) Of The Work At Their Company’s Faa Certified Facility. Unless Otherwise Instructed By The Contracting Officer, Awards For The Repair Or Overhaul Of Coast Guard Aircraft Repairable Components Shall Only Be Awarded Directly To Service Vendors Who Have Been Deemed Fully Capable Of Performing Such Services By Division Level Command-appointed Coast Guard Engineers Or Equipment Specialists. Vendors Who Do Not Meet The Above Stated Capability Requirement Will Not Be Considered And Should Not Respond To This Solicitation/ Request For Quote (rfq). the Contractor Shall Furnish A Coc In Accordance With Federal Acquisition Regulation (far) Clause 52.246-15. Coc Must Be Submitted In The Format Specified In The Clause. Offerors Must Be Able To Provide Necessary Certification Including Traceability To The Manufacturer, Manufacturer's Coc And Its Own Certificate Of Conformance. Prospective Vendors Who Are Not The Oem Must Provide Traceability For The Offered Product Back To The Manufacturer Or Authorized Distributor. concerns Having The Expertise And Required Capabilities To Provide These Items Are Invited To Submit Offers In Accordance With The Requirements Stipulated In This Solicitation. Alternate Parts Will Be Authorized If They Are An Oem Approved Alternate Part That Satisfies All Form, Fit, And Function Requirements Of The Original Parts And Conform To The Approved Configuration. note: No Drawings, Specifications Or Schematics Are Available From This Agency. the Following Attachments Apply To This Solicitation:
attachment A – Terms And Conditions
attachment B – Statement Of Work
attachment C – Wage Determination please Note: Only Quotations With Shipping Terms Of F.o.b. Destination Or F.o.b Origin Will Be Accepted. Shipping Terms Of Ex Works (exw) Or Incoterms 2020 (to Include But Not Limited To Dap Incoterms 2020 And Fca, Incoterms 2020) Will Not Be Accepted. the Closing Date For This Intent To Award Notice Is Feb. 17, 2025 At 4:00 Pm Est. Point Of Contact For This Intent To Award Notice Is Allison.t.meads@uscg.mil. Please Indicate 70z03825ql0000051 In The Subject Line.
notice For Filing Agency Protests
united States Coast Guard Ombudsman Program it Is The Policy Of The United States Coast Guard (uscg) To Issue Solicitations And Make Contract Awards In A Fair And Timely Manner. The Ombudsman Program For Agency Protests (opap) Was Established To Investigate Agency Protest Issues And Resolve Them Without Expensive And Time- Consuming Litigation. Opap Is An Independent Reviewing Authority That Is Empowered To Grant A Prevailing Protester Essentially The Same Relief As The Government Accountability Office (gao). interested Parties Are Encouraged To Seek Resolution Of Their Concerns Within The Uscg As An Alternative Dispute Resolution (adr) Forum Rather Than Filing A Protest With The Gao Or Some External Forum. Interested Parties May Seek Resolution Of Their Concerns Informally Or Opt To File A Formal Agency Protest With The Contracting Officer Or Ombudsman. informal Forum With The Ombudsman. Interested Parties Who Believe A Specific Uscg Procurement Is Unfair Or Otherwise Defective Should First Direct Their Concerns To The Applicable Contracting Officer. If The Contracting Officer Is Unable To Satisfy Their Concerns, Interested Parties Are Encouraged To Contact The U.s. Coast Guard Ombudsman For Agency Protests And Cc The Contracting Officer. Under This Informal Process The Agency Is Not Required To Suspend Contract Award Performance. Use Of An Informal Forum Does Not Suspend Any Time Requirement For Filing A Protest With The Agency Or Other Forum. In Order To Ensure A Timely Response, Interested Parties Should Provide The Following Information To The Ombudsman At Opap@uscg.mil And The Contracting Officer: Solicitation/contract Number, Contracting Office, Contracting Officer’s Name, Solicitation Closing Date (if Applicable), And Their Concerns. formal Agency Protest With The Ombudsman. Prior To Submitting A Formal Agency Protest, Protesters Must First Use Their Best Efforts To Resolve Their Concerns With The Contracting Officer Through Open And Frank Discussions. If The Protester’s Concerns Are Unresolved, An Independent Review Is Available By The Ombudsman. The Protester May File A Formal Agency Protest To Either The Contracting Officer Or As An Alternative To That, The Ombudsman Under The Opap Program, And Cc The Contracting Officer In All Communications. contract Award Or Performance Will Be Suspended During The Protest Period Unless Contract Award Or Performance Is Justified, In Writing, For Urgent And Compelling Reasons Or Is Determined In Writing To Be In The Best Interest Of The Government. The Agency’s Goal Is To Resolve Protests In Less Than 35 Calendar Days From The Date Of Filing. Protests Shall Include The Information Set Forth In Far 33.103(d)(2). If The Protester Fails To Submit The Required Information, Resolution Of The Protest May Be Delayed Or The Protest May Be Dismissed. To Be Timely Protests Must Be Filed Within The Period Specified In Far 33.103(e). Formal Protests Filed Under The Opap Program Should Be Emailed To Opap@uscg.mil And The Contracting Officer. election Of Forum. After An Interested Party Protests A Coast Guard Procurement To The Contracting Officer Or The Ombudsman, And While The Protest Is Pending, The Protester Agrees Not To File A Protest With The Gao Or Other External Forum. If The Protest Is Filed With An External Forum, The Agency Protest Will Be Dismissed.
Island Garden City Of Samal, Davao Del Norte Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 669.3 K (USD 11.4 K)
Details: Description Item No. Qty Unit Name And Description Of The Article/s Approved Budget Contract Per Item Brand / Model Unit Price Total Amount 1 65 Bottle Air Freshener, 500 Ml 19,500.00 2 177 Can Air Freshener, Aerosol Type 18,554.91 3 31 Bottle Alcohol With Pump, 70% Solution, 1000ml 9,300.00 4 75 Gallon Alcohol, Ethyl, 1 Gallon 32,138.25 5 60 Bottle Alcohol. 70% Solution, 250ml 3,900.00 6 90 Pc Bathsoap 25grams 2,250.00 7 46 Pack Battery, Dry Cell, Aaa 1,090.66 8 50 Pack Battery, Dry Cell, Size Aa 1,310.50 9 37 Galoon Bleaching Liquid, 1000ml 11,100.00 10 110 Bottle Bleaching Liquid, 500ml 16,500.00 11 144 Piece Broom (walis Tambo) 22,104.00 12 67 Piece Broom (walis Ting-ting) 1,922.90 13 34 Can Car Freshener, 350grams 11,900.00 14 10 Piece Certificate Holder, A4 Size 1,000.00 15 20 Kls Chlorine Granules 4,200.00 16 4 Drum Chlorine, 40kls/drum 20,000.00 17 130 Bottle Cleaner, Toilet And Urinal 6,489.60 18 16 Pc Data File Box (hard) Not Plastic, For Long Size Folder, W/ Cover Preferably Box Type, Blue Color 9,600.00 19 81 Piece Detergent Bar, 140g 908.01 20 357 Pouch Detergent Powder, All Purpose, 500gms. 28,560.00 21 150 Kls Detergent Powder, Total Care With Fabcon 28,350.00 22 168 Bottle Dishwashing Liquid, 500 Ml 11,760.00 Item No. Qty Unit Name And Description Of The Article/s Approved Budget Contract Per Item Brand / Model Unit Price Total Amount 23 203 Jar Dishwashing Paste, 400 Grams 14,210.00 24 65 Piece Dishwashing Sponge 1,625.00 25 12 Piece Dishwshing Paste, 250 Grams 1,200.00 26 50 Can Disinfectant Spray, Aerosol, 400g (min) 8,393.50 27 94 Bottle Disinfectant Spray, Antibacterial 400gm 32,900.00 28 5 Piece Document Rack 3 Layers (stainless Metal Made) 4,250.00 29 2 Pc Extension Wire (10mtrs) W/ 3 Outlet 1,200.00 30 20 Galloon Fabric Conditioner 6,000.00 31 198 Bottle Fabric Conditioner, 1 Liter 29,700.00 32 11 Piece Feather Duster 660.00 33 38 Piece Filing Box With Cover, Size 11"x15 5/8"x11 (wxlxh) 22,800.00 34 45 Piece Floor Rug, 40 X 60, Heavy Duty 8,100.00 35 186 Roll Garbage Black Bag, Mediumsized, 10's/roll 18,600.00 36 415 Roll Garbage Black Bag, Size Xxl 10's/roll 49,800.00 37 65 Bottle Glass Cleaner, 1000ml 19,500.00 38 76 Bottle Glass Cleaner, 500ml 13,680.00 39 12 Piece Glass Wiper With Sponge 3,600.00 40 25 Piece Hand Towel, Size At Least 16" X 28" To 18" X 30" 750.00 41 72 Bottle Handsoap Liquid Antibacterial, 250ml 13,680.00 42 50 Bottle Handsoap Liquid Antibacterial, 500ml 10,000.00 43 3 Bottle Insecticde Spray 900.00 44 9 Piece Kitchen Towel, Super Absorbent, Microfiber Cleaning Cloth 3,150.00 45 15 Piece Monobloc Chair, Beige 6,140.10 46 2 Piece Monobloc Table, White 3,237.32 47 39 Piece Mop Head, Made Of Rayon 5,337.15 48 36 Piece Mophandle, Screw Type, Aluminum Handle 18,000.00 49 2 Unit Mouse, Optical, Usb Connection Type 600.00 50 32 Gallon Muriatic Acid, 1 Gallon 9,600.00 51 12 Set Pail With Cover 16 Liters 3,000.00 52 6 Piece Paper Tray With 3 Layers, Metal 4,200.00 53 10 Pad Reimbursement Expense Receipt (rer) 1,170.00 54 208 Piece Toilet Bathroom Deodorizer, 100g 20,800.00 55 10 Pc Toilet Bowl And Urinal Cleaner, 500ml 2,500.00 56 110 Bottle Toilet Bowl Cleaner, 1000 Ml 33,000.00 57 4 Set Toilet Brush And Holder Set Silicone Bristles Bathroom Cleaning Bowl Brush Kit 2,000.00 58 12 Set Toilet Brush With Holder, Heavy Duty 2,400.00 59 10 Pack Trashbag, Large Size 711.40 60 30 Pack Trashbag, Xl Size 3,332.10 61 5 Pack Trashbag, Xxl Size 780.00 Item No. Qty Unit Name And Description Of The Article/s Approved Budget Contract Per Item Brand / Model Unit Price Total Amount 62 50 Pack Ultra Power Liquid Detergent Cherry Blossom 2.5l 14,850.00 63 15 Piece Utility Box, 100 Liters, Black 9,000.00 64 32 Piece Water Dipper, 1 Liter 1,600.00 *** Nothing Follows *** Total Approved Budget For The Contract 669,395.40
TESDA MANILA TRAINING ASSESSMENT CENTER Tender
Electronics Equipment...+2Electrical and Electronics, Furnitures and Fixtures
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 174.4 K (USD 3 K)
Details: Description Pcs Plywood 3/4 4 ₱1,495.00 ₱5,980.00 Pcs Liston 1/2 X 1 X 12 20 ₱123.50 ₱2,470.00 Pcs Railing Galvanized Sliding 4 ₱1,170.00 ₱4,680.00 Pair Roller Railing For Sliding 4 ₱845.00 ₱3,380.00 Pcs Metal Furring 25 ₱169.00 ₱4,225.00 Boxes Blind Rivet 5/32 X 12 2 ₱364.00 ₱728.00 Pcs Dormer 5/32 5 ₱97.50 ₱487.50 Pcs Hard Lite 3/16 12 ₱520.00 ₱6,240.00 Bag Boral 2 ₱1,014.00 ₱2,028.00 Pcs Sand Papers 20 ₱19.50 ₱390.00 Pcs Roller Paint (small) 3 ₱58.50 ₱175.50 Pcs Paint Brush No. 2 3 ₱39.00 ₱117.00 Gallon Paint Latex Finish 3 ₱975.00 ₱2,925.00 Pcs Outlet 15 ₱52.00 ₱780.00 Pcs Aircon Outlet 3 ₱221.00 ₱663.00 Pcs Bolt Breaker 60 Ampers 1 ₱1,820.00 ₱1,820.00 Pcs Plastic Moulding 15 ₱97.50 ₱1,462.50 Pcs Construction Adhesive - Nail Free Installation 2 ₱234.00 ₱468.00 Pcs Ampco Utility Box 15 ₱58.50 ₱877.50 Pcs Black Screw Wood 1 100 ₱0.65 ₱65.00 Box Thhn Wire No. 12 (150 Meters) 1 ₱4,118.40 ₱4,118.40 Pcs Exaust Fan Bentellation 3 ₱1,690.00 ₱5,070.00 Gate And Grill For Stairs Pcs Tubular 1x1 Gauge 1.5 5 ₱442.00 ₱2,210.00 Pcs Square Bar 12 Mm 20 ₱494.00 ₱9,880.00 Pcs Special Welding Rod 2 ₱234.00 ₱468.00 Kilo Cutting Disc Thin 10 ₱123.50 ₱1,235.00 Pcs Grinding Disc 2 ₱117.00 Liter Paint Primer Epoxy Grey 2 ₱286.00 ₱572.00 Liter Paint Ode Black 2 ₱247.00 ₱494.00 Bottle Thinner 2 ₱65.00 ₱130.00 Pcs Roller Paint (small) 5 ₱26.00 ₱130.00 Pcs Paint Brush No. 1 2 ₱58.50 ₱117.00 Liter Polyester Body Filler 1 ₱325.00 ₱325.00 Pcs Sand Paper No. 150 3 ₱19.50 ₱58.50 Electrical Outlet And Lights Supply Pcs Ampco Utility Box 15 ₱58.50 ₱877.50 Pcs Construction Adhesive - Nail Free Installation 2 ₱234.00 ₱468.00 Pcs Plastic Moulding 5/8 30 ₱97.50 ₱2,925.00 Pcs Outlet 15 ₱58.50 ₱877.50 Box Thhn Wire No. 12 (150 Meters) 1 ₱1,778.40 ₱1,778.40 Pcs Black Screw Wood 1 100 ₱0.65 ₱65.00 Pcs Bolt On Breaker 60 Amp 2 ₱1,820.00 ₱3,640.00 Pcs Airon Outlet 3 ₱221.00 ₱663.00 Pcs Exaust Fan Ventilation 3 ₱1,690.00 ₱5,070.00 Roll Electrical Tape (big) 3 ₱58.50 ₱175.50 Sanitary Supply For Floor Drain And Water Supply Pcs Pvc Pipe No. 2 1 ₱325.00 ₱325.00 Pcs Pvc Elbow No. 2 3 ₱39.00 ₱117.00 Pcs Pvc Tee No. 2 1 ₱58.50 ₱58.50 Pcs Solvent 200 ₱260.00 ₱52,000.00 Pcs Pvc Pipe Blue 1/2 5 ₱84.50 ₱422.50 Pcs Pvc Elbow Blue 1/2 20 ₱13.00 ₱260.00 Pcs Pvc Tee Blue 1/2 5 ₱15.60 ₱78.00 Pcs Faucet 5 ₱208.00 ₱1,040.00 Entrance Area Pcs Metal Furring 20 ₱169.00 ₱3,380.00 Box Blind Rivets 5/32 X 12 1 ₱325.00 ₱325.00 Pcs Dormer 5/32 5 ₱97.50 ₱487.50 Pcs Hard Lite 3/16 6 ₱520.00 ₱3,120.00 Pcs Wood Screw No. 1 200 ₱0.65 ₱130.00 Bag Boral 1 ₱1,014.00 ₱1,014.00 Pcs Zeamcoat 2 ₱715.00 ₱1,430.00 Pcs Sand Paper No. 150 20 ₱19.50 ₱390.00 Tin (balde) Flat Latex 2 ₱3,315.00 ₱6,630.00 Tin Paint Finish Latex 3 ₱3,705.00 ₱11,115.00 Pcs Roler No. 7 3 ₱84.50 ₱253.50 Pcs Paint Brush No. 2 3 ₱39.00 ₱117.00 Comport Room Area 4th Floor Pcs Hard Lite 3/16 6 ₱520.00 ₱3,120.00 Pcs Metal Furring 15 ₱156.00 ₱2,340.00 Pcs Wall Angle 10 ₱52.00 ₱520.00 Pcs Caring Channel 10 ₱182.00 ₱1,820.00 Pcs W Clip 100 ₱6.50 ₱650.00 Box Blind Revit 5/32 X 1/2 2 ₱325.00 ₱650.00 Pcs Dormer 5/32 5 ₱97.50 ₱487.50 Roll Gypsum Tape No. 2 1 ₱195.00 ₱195.00 Pcs Bulb Lights 7 Watt Witch Receptacle 4 ₱175.50 ₱702.00
BARANGAY BALILI MANKAYAN, BENGUET Tender
Automobiles and Auto Parts
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 3 Million (USD 51.6 K)
Details: Description Province Of Benguet –car Municipality Of Mankayan Barangay Balili Barangay Bids And Awards Committee Invitation To Apply For Eligibility And To Bid February 06,2025 The Barangay Local Government Unit Of Barangay Balili, Mankayan, Through Its Bids And Awards Committee, Invites Platinum Philgeps Registered Supplier For Bidders/contractors Registered With And Classified By The Philippine Accreditation Board (pcab)-category C& D, Small B To Apply For Eligibility And To Bid For The Hereunder Listed Projects: Name Of Projects: Procurement Of Wheel Loader Location: Balili, Mankayan, Benguet Solicitation No.: 2025-002-0001 Balili Approved Budget For The Contract(abc): Php 3,000,000.00 Source Of Fund: National Wealth Item Unit Qty Description No. 1 Unit 1 Wheel Loader Description Dimension A. Overall Height- Bucket Raised B. Bucket Pin Height At Max. Lift C. Dump Clearance At Max. Lift (45°) D. Reach At Max. Lift And 45° Dump E. Rack Back Angle At Carry F. Rack Back Angle At Ground G. Digging Depth H. Rack Back Angle At Max. Lift I. Dump Angle At Max. Lift J. Carry Height K. Ground Clearance L. Center Line Of Front Axle To Hitch M. Wheel Base N. Overall Length O. Departure Angle P. Height To Top Of Cab Q. Overall Width Over Bucket R. Min. Turning Radius Over Bucket S. Min. Turning Radius Over Tires T. Steering Angle- Left/right U. Width At Tread Center V. Overall Width Over Tires Technical Parameters Bucket Capacity 1.8m³ Rated Payload 3000kg Operating Weight 10300(10500)±300kg Traction Force 97±3kn Breakout Force 95±3kn L×w×h 7450×2500×3180 Maker/model Weichai/wp6g125e22 Rated Power 92kw/2200rpm Maximum Torque 500nˑm/1400-1600rpm Bore × Stroke (mm) 105×130mm No. Of Cylinders/displacement 6/6.75l Air Cleaner Three Stage Air Cleaner Alternator 70amp Battery 2-24v/105ah Starting Motor 24v/6kw Transmission Type Countershaft Powershift Shift Type Mechanical Powershift Control Pressure Transmission 1.1-1.5mpa Torque Converter Type Single-stage&turbine, 3-element Axles Rigid(front)&oscillating(rear) Rear Axle Oscillation (°) ±10° Differential Conventional Main Reducer Spiral Bevel, 1-stage Reduction Final Reducer Planetary Reduction Tire 17.5-25l-3 12pr Tt Travel Speed-forward 7/12/24/36 Km/h Travel Speed-reverse 8.5/28 Km/h Service Brake Single Circuit Caliper, Dry Brake Setting Pressure 0.70-0.78mpa Parking Brake Flexible Shaft Controlled Emergency Brake Caliper Brake Type Hydraulic Load Sensing System Pump 246l/mlnˑ2200rpm System Pressure 14mpa Cylinder Type Double Acting Steering Angle ±35° Type Joystick Control Pump 246l/mlnˑ2200rpm Control Valve 2 Spool System Pressure 16mpa Cycle Time (sec) 9 Fuel Tank (l) 200l Hydraulic Tank (l) 165/170((3rd Spool)l Crankshaft (l) 14l Transmission (l) 36l Front Axle/rear Axle (l) 18l/18l Configuration Weichai Engine Lonking Transmission Mechanical Powershift Control Lonking Axles (dry Type) Joystick Working Control Flexible Shaft Controlled Caliper Brake Rops&fops Cabin Lcd Dashboard Air Conditioner Optional Oil-bath Air Filter 17.5r25 L-3 Tl 3rd Spool For Auxiliary Function Sliding Cabin Window Electric Heating Rear Window Lockable Oil Tank Cap Rear View Camera Radio/mp3 Bucket (2.0m³) Enlarged Bucket (2.3m³) Coal Bucket (2.5m³) Bucket(3 Piece Cutting Edges) Log Grapple Grass Grapple Side Tip Bucket Log Fork Quick Hitch Coupler Quick Hitch Bucket 4in1 Bucket (quick Hitch Only) Snow Blade ( Quick Hitch Only) Republic Act 9184 And Its Implementing Rules And Regulations Shall Govern All Particulars Relative To The Eligibility Standards And Screening, Bid Security, Performance Security, Pre-bidding Conference, Post-qualification And Awards Of The Contracts. The Barangay Local Government Unit Of Barangay Balili Mankayan Reserves The Right To Reject Any Or All Bids, Waive Any Defect Or Informality Therein, Or Accept Any Bid Maybe Consider To Be Advantageous And Beneficial To The Barangay Local Government Unit Of Barangay Balili, Mankayan. Further, The Barangay Local Government Unit Of Barangay Balili, Mankayan Assumes No Obligation Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Or Loss That They May Incur In Their Undertaking Nor Does It Guarantee That An Award Will Be Made. Schedule Of Bac Activities As Follows: February 13, 2025 Last Submission Of Letter Of Intent And Purchase Of Bid Docs(5:00pm) February 18,2025 Pre-bid Conference ,(10:00am)at Atayan Barangtay Hall, Mankayan February 26, 2025 Dropping Of Bids, (08:00am- 09:30am) At Atayan Barangtay Hall, Mankayan February 26, 2025 Opening Of Bids, (10:00am) At Atayan Barangtay Hall, Mankayan A Complete Set Of Bid Documents May Be Acquired From The Barangay Bac, Balili, Mankayan, Benguet Upon Payment Of Non-refundable Fee Corresponding To The Amount Of The Contract. Jovencio L. Lanso-an Barangaybac-chair Noted: Jerry S. Balong-angey Punong Barangay The Philgeps Team Is Not Responsible For Any Typographical Errors Or Misinformation Presented In The System. Philgeps Only Displays Information Provided For By Its Clients, And Any Queries Regarding The Posting Should Be Directed To The Contact Person/s Of The Concerned Party. Jovencio L. Lanso-an Bac Chairman Barangay Hall, Atayan, Balili Mankayan, Benguet Philippines 2608
University Of The Philippines Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 137.6 K (USD 2.3 K)
Details: Description 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: Ebooks For The Institute Of Management Purchase Request No.: Lib-2025-02-0013 Approved Budget For The Contract: ₱ 137,637.00 Date 11 February, 2025 Rfq No. 0059 Mop 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. 25.0059 Not Later Than 5: 00 Pm On 17 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: Fritzel B. Batag 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 1 Managing Millennials: Shaping A New Work Paradigm/cripps, Jacqueline/ 2023/ 9781637425138/ebook Yy 1 5,618.00 5,618.00 2 Humane Entrepreneurship : Creating A New Economy, Venture By Venture/galbraith, Craig S.;stiles, Curt H./ 2023/ 9789811271243/ebook Yy 1 13,550.00 13,550.00 3 Climate-smart Innovation : Social Entrepreneurship And Sustainable Development In The Environmental Economy/popkova, Elena;vovchenko, Natalia G;andreeva, Olga V/ 2023/ 9789811264252/ebook Yy 1 22,775.00 22,775.00 4 Dealing With Socially Responsible Consumers: Studies In Marketing/jishnu Bhattacharyya/ 2023/ 9789811944574/ebook Yy 1 13,158.00 13,158.00 5 Entrepreneurship In The Creative Industries: How Innovative Agents, Skills And Networks Interact/phillip Mcintyre;janet Fulton;susan Kerrigan;michael Meany/ 2023/ 9783031194559/ebook Yy 1 17,593.00 17,593.00 6 Performance Analysis And Consulting (in Action Case Study Series)/phillips, Jack J./ 2023/ 9781607283447/ebook Yy 1 2,880.00 2,880.00 7 The Case For Good Jobs : How Great Companies Bring Dignity, Pay, And Meaning To Everyone's Work/ton, Zeynep/ 2023/ 9781647824181/ebook Yy 1 7,095.00 7,095.00 8 Hbr's 10 Must Reads On Ai/harvard Business Review/ 2023/ 9781647825850/ebook Yy 1 1,850.00 1,850.00 9 Multigenerational Workplace/harvard Business Review/ 2023/ 9781647825010/ebook Yy 1 1,700.00 1,700.00 10 Hbr Guide To Executing Your Strategy/harvard Business Review/ 2023/ 9781647825164/ebook Yy 1 1,626.00 1,626.00 11 X-teams : How To Build Teams That Lead, Innovate, And Succeed/ancona, Deborah;bresman, Henrik/ 2023/ 9781647824778/ebook Yy 1 2,365.00 2,365.00 12 Act Like A Leader, Think Like A Leader, Updated Edition/ibarra, Herminia/ 2023/ 9781647825553/ebook Yy 1 2,365.00 2,365.00 13 The Digital Transformation Roadmap : Rebuild Your Organization For Continuous Change/rogers, David L./ 2023/ 9780231551731/ebook Yy 1 5,840.00 5,840.00 14 Arguing About Tastes : Modeling How Context And Experience Change Economic Preferences/kreps, David M.;casella, Alessandra;stiglitz, Joseph E./ 2023/ 9780231558174/ebook Yy 1 11,828.00 11,828.00 15 New Trends In The Protection Of Cultural And Natural Heritage/adam Kozien;anna Mazur;bartosz Mazurek;piotr Dobosz;witold Górny/ 2023/ 9788323373902/ebook Yy 1 3,000.00 3,000.00 16 Atd's Organization Development Handbook/flores, Brian James/ 2023/ 9781957157399/ebook Yy 1 4,805.00 4,805.00 17 A Marketer's Guide To Digital Advertising : Transparency, Metrics And Money/dhar, Shailin;thomson, Scott/ 2023/ 9781398609679/ebook Yy 1 19,589.00 19,589.00 Contract Award: Per Line Item Delivery Period: 30 Calendar Days Upon Receipt Of P.o And Ntp *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 Even Without Checking The Compliance Column Otherwise Provide A Counter-offer. ꙳꙳꙳ Nothing Follows ꙳꙳꙳ Total: 137,637.00
Stadt Hilden Tender
Civil And Construction...+1Road Construction
Germany
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: Title: Generalplanungsleistungen Zur Erweiterung Der Feuerwache Hilden, Inkl. Neubau Einer Parkpalette
description: Leistungen Der Generalplanung (lph. 1-9) Für Die Erweiterung Der Feuerwache Hilden Und Den Neubau Einer Parkpalette Der Stadtwerke Hilden. Die Feuerwache In Hilden Liegt Auf Einem Ca. 6.250 M² Großen Grundstück In Hilden-mitte. An Der Südlichen Seite Des Grundstücks Befinden Sich Die Straße Am Feuerwehrhaus Und Hieran Angrenzend Der Hauptfriedhof Mit Ehrenfriedhof. An Der Östlichen Seite Stehen Wohngebäude In Direkter Nähe. Das Gebäude Der Stadtwerke Hilden Grenzt An Die Westliche Seite Des Bestehenden Baukörpers Mit Fahrzeughalle Der Feuerwache. An Der Nördlichen Seite Grenzt Das Grundstück An Grundstücke Der Katholischen Kirchengemeinde St. Josef Mit Krankenhaus Und Kita An. Die Flurstücke 1076, 1074, 1078 Und 1080 Sind Mit Der Kita Der Katholischen Kirchengemeinde St. Josef Bebaut. Gegenwärtig Läuft Die Abwicklung Des Kaufs Dieser Flurstücke Durch Die Stadt Hilden. Die Flurstücke Sind Somit Als Bestandteil Der Planungsbetrachtungen Zu Berücksichtigen. Bauliche Bestandssituation: Der Gesamte Gebäudekomplex Der Feuerwehr Besteht Aus Einem "altbau" Von 1957 Entlang Der Straße "am Feuerwehrhaus", Einer Fahrzeughalle Von 1957 Entlang Der Östlichen Grundstücksgrenze Zur Angrenzenden Wohnbebauung, Die Im Jahr 2010 Um Eine Waschhalle Und Eine Werkstatt Erweitert Wurde Und Einem "neubau" Aus Dem Jahr 2010 Entlang Der Westlichen Grundstücksgrenze Zu Den Angrenzenden Stadtwerken Hilden. Der Altbau Ist Ein Zweigeschossiges Gebäude, Welches Im Erdgeschoss Fahrzeughallen Mit Den Dazugehörigen Nebenräumen, Inkl. Dem Schwarz- Und Weißbereich, Sowie Einem Sportraum Abbildet. Im Obergeschoss Liegen Der Sitzungssaal, Ein Besprechungsraum Und Der Ruhebereich. Im Jahr 2010 Wurde Ein Neues Foyer Vor Dem Altbau Errichtet. Dieser Foyerbereich, Der Neben Dem Erschließenden Treppenhaus Mit Aufzugsanlage Auch Einen Direkten Zugang Zum Angrenzenden Gebäude Der Stadtwerke Hilden Aufweist, Ist Mit Der Umsetzung Der Gegenständlichen Erweiterungsmaßnahme Zwingend Zu Erhalten Bzw. In Identischer Funktion Nachzubilden. Der "neubau" Ist Ebenso Ein Zweigeschossiges Gebäude, Das An Der Westlichen Grenze Des Grundstücks Errichtet Wurde. Im Erdgeschoss Befinden Sich Weitere Fahrzeughallen. Im Obergeschoss Sind Sowohl Die Büros Der Feuerwehr Als Auch Eine Mensa Mit Küche Vorzufinden. Der "neubau" Ist Über Ein Treppenhaus Direkt Mit Dem Bestandsgebäude Verbunden. Durch Die Derzeitige Auslastung Und Die Sich Ändernden Anforderungen Der Arbeitsstättenrichtlinien Besteht Der Bedarf Nach Zusätzlichen Erweiterungsflächen, Die Durch Einfache Anbauten Bzw. Bauliche Erweiterungen Des Bestands Nicht Ohne Kompromisse Umzusetzen Sind. Zudem Werden Nach Einschätzung Der Bezirksregierung Düsseldorf Als Zuständige Aufsichtsbehörde Bauliche Lösungen Verlangt. Planungsziel: Es Soll Auf Den Zur Verfügung Stehenden Grundstücken Der Feuerwehr Und Der Angrenzenden Kita Eine Freie Beplanung Zur Umsetzung Des Vorliegenden Raumprogramms Unter Berücksichtigung Einer Möglichen Baulichen Modifikation (umbau / Aufstockung) Des Aktuellen "neubaus" Aus 2010 Erfolgen. Dabei Sollen Die Im Außenbereich Erforderlichen Stellplätze Für Berufsfeuerwehr, Freiwillige Feuerwehr Und Besucher, Inkl. Alarmstellplätze, Barrierefreie Stellplätze Und Fahrradstellplätze In Einem Autarken Parkhausgebäude Auf Dem Gelände Der Stadtwerke Hilden Realisiert Werden. Es Sind Bis Zu 4 Parkebenen Vorzusehen. Ebenerdig Sind Bürgernahe Dienste Wie Z. B. Ehubs, Car-sharing Und Ggf. Eine Radwerkstatt Angedacht. Die Dachfläche Sollte Nach Möglichkeit Für Die Aufstellung Von Pv-modulen Konzipiert Sein. Eine Machbarkeitsstudie Der Buddenberg Tauchmann Architekten Düsseldorf Vom 23.01.2024 Zur Unterbringung Der Stellplätze Wurde Im Vorfeld Im Auftrag Der Stadt Hilden Erstellt Und Ist Dieser Unterlage Zur Kenntnisnahme Beigefügt. Ein Verbindungsbauwerk Soll Die Parkpalette In Höhe Des 1. Obergeschosses Mit Dem Feuerwehrhaus Für Fußgänger Verbinden, Da Die Stadtwerke Hilden Als Betreiber Kritischer Infrastrukturen Hohen Auflagen Unterliegt, Ist Mit Der Planung Zu Gewährleisten, Dass Feuerwehr-einsatzkräfte Von Der Parkpalette Zum Feuerwehrhaus Gelangen, Ohne Das Gelände Der Stadtwerke Hilden Zu Betreten. Eine Eigene Zufahrt Zur Parkpalette Unterstützt Diesen Ansatz. Im Vorprojekt Wurde Ein Raumprogramm Durch Die Buddenberg Tauchmann Architekten Düsseldorf Im Auftrag Der Stadt Hilden Erstellt, Das Zur Weiteren Ausarbeitung Freigegeben Und Grundlage Dieser Leistungsbeschreibung Ist. Hauptaugenmerk Der Aufgabenstellung Liegt In Der Koordination Zur Umsetzung Der Baumaßnahme Unter Aufrechterhaltung Der Ständigen Einsatzfähigkeit Der Örtlichen Feuerwehr. Hierfür Sind Sachgerechte Bauabschnittsbildungen Vorzusehen. Zusammenfassend Sind Mit Der Gegenständlich Beschriebenen Maßnahme Folgende Leistungsbestandteile Zu Realisieren: - Neukonzipierung Und Neuplanung Der Feuerwehr Hilden Am Standort "am Feuerwehrhaus" - Vollständige Überplanung Der Grundstücke Der Feuerwehr Und Der Kita - Erhaltung Bzw. Übernahme Der Eingangssituation "foyer" Mit Treppenhaus, Aufzugs- Und Zugangssituation Zu Den Stadtwerken Hilden - Unabhängige 72-h- Notstromversorgung Für Die Gesamte Feuerwehr - Bildung Von Bauabschnitten / Bauphasen Und Interimslösungen Zur Umsetzung Der Maßnahme Unter Gewährleistung Der Ständigen Einsatzbereitschaft Der Feuerwehr Vor Ort - Planung Einer 4-geschossigen Nicht Öffentlichen Parkpalette Auf Dem Gelände Der Stadtwerke Mit Separater Zufahrt Zur Vermeidung Von Betriebsfremden Auf Dem Gelände Der Stadtwerke Hilden - Planung Eines Verbindungsbauwerks Zwischen Parkpalette Und Feuerwehrgebäude Auf Höhe Des 1. Obergeschosses ("fußgänger") - Planung Einer Sachgerechten Außenanlagenfläche Für Die Feuerwehr (ggf. Unter Berücksichtigung Eines Hubschrauberlandeplatzes). Die Gegenständlichen Planungsleistungen Werden In Der Form Einer Generalplanung Stufenweise Beauftragt.
City Of Mati Tender
Scraps
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 2.6 Million (USD 46.1 K)
Details: Description Rfq-auction-2025-04 Republic Of The Philippines Province Of Davao Oriental City Of Mati City Mayor’s Office Request For Quotation (negotiated Procurement - Two Failed Biddings) For The Sale Of Unserviceable Equipment The Asset Disposal Committee In Behalf Of Lgu – City Of Mati Invites Bidders To Bid For The Purchase Of Unserviceable Property, As Follows: Description Quantity Lot 1a - Heavy Equipment 1. Shantui Bulldozer - Engine No: 41178768, Chassis No: Sd22aa115251 1 Unit 2. Tata Daewoo Garbage Compactor - Engine No: De12tis218321, Chassis No: Kl3f4cefidk000248, Temp Plate No: 1201-121867 1 Unit 3. Tata Daewoo Garbage Compactor - Engine No: De12tis218561cc, Chassis No: Kl3f4cefidk000249, Temp Plate No: 1201-136308 1 Unit 4. Tata Daewoo Garbage Truck Compactor - Engine No: De12tis543922cc, Chassis No: Kl3f4cefifk000339, Temp Plate No: 1201-152709 1 Unit 5. Tata Daewoo Garbage Truck Compactor - Engine No: De12tis543925cc, Chassis No: Kl3f4cefifk000338, Temp Plate No: 1201-152710 1 Unit 6. John Deere Backhoe Loader - Engine No: T04045d748994, Chassis No: 70310ex841884, Plate No: Jd-310e 1 Unit 7. Tata Daewoo Dumptruck - Engine No: De12tis547504cc, Chassis No: Kl3f3defifk000173, Temp Plate No: 1201-141546 1 Unit Starting Bid Price For The Above Units Based On The Coa Region Xi, Appraisal Review Report P 2,305,200.00 Actual Bid Price Lot 1b – Light Vehicles Quantity 1. Jinbei General Utility Response Vehicle - Engine No: Ca4d32090112131, Chassis No: Lsycjd459ah082133, Plate No: Skk-364 1 Unit 2. Ford Ranger 2.2l 4x2 Xlt M/t Pickup - Engine No: P4at1180160, Chassis No: Mnclmff80ew267672, Plate No: Saa-4368 1 Unit 3. Mitsubishi Delica Van - Engine No: D4bf-t652586, Chassis No: P25w-1101367, Plate No: Shn-683 1 Unit 4. Ford Everest 4x4 Suv - Engine No: Wlat437611, Chassis No: Mncls4d403w104178, Plate No: Skb-548 1 Unit 5. Ford Ranger 2.2l 4x2 Xlt M/t - Engine No: P4at1178978, Chassis No: Mnclmff80ew266423, Plate No: Saa-4374 1 Unit 6. Suzuki Multicab - Engine No: Fga5565087, Chassis No: Dc51t-115604, Plate No: Sjj-882 1 Unit 7. Suzuki Multicab (conversion From Left To Right Assemble Car Patrol Body) - Engine No: 7183129, Chassis No: Da52t-245246 1 Unit 8. Suzuki Multicab - Engine No: 5153769, Chassis No: Db51t150630, Plate No: Sha-290 1 Unit 9. 2010 Foton View 2.4l M/t Ambulance - Engine No: Bj486zqa60147, Chassis No: Lvcb1dba8ab004627 1 Unit 10. Suzuki Multicab - Engine No: Fga6215004, Chassis No: Dc51t355554, Plate No: Sgx-878 1 Unit 11. Suzuki Multicab - Engine No: Dk51t304183, Chassis No: F6a6197125, Plate No: 1201-47381 1 Unit 12. Mitsubishi Delica Van - Engine No: 4d56eq6998, Chassis No: P35w0219012, Plate No: Shm-947 1 Unit Starting Bid Price For The Above Units Based On The Coa Region Xi, Appraisal Review Report P 362,880.00 Actual Bid Price ______________________________ Signature Of Bidder Deadline Of Submission Of Sealed Proposal Is On February 26, 2025, Wednesday At 2:00pm Thru Asset Disposition Committee (adc) And The Bids And Awards Committee At Bac Conference Room, 2f Annex Bldg., City Hall, City Of Mati, Davao Oriental. Ocular Inspection Is Scheduled On February 18 - 25, 2025 At 9:00 Am To 3:00pm (working Days Only) Interested Parties May Secure Copy Of This Invitation To The Asset Disposition Committee (adc). 1. Bidders Are Required To Enclose/post A Bidder’s Bond In The Form Of Cash, Cashier Or Manager’s Check Equivalent To Ten Percent (10%) Of The Appraised Value Per Lot. All Bonds Of Non-winning Bidders Are Refundable Immediately After Selection Of Winning Bidder. However, The Winning Bidder’s Bond Shall Only Be Withdrawn Upon Perfection/ Completion Of The Contract. 2. Appraised Value Of The Property For Sale Is Non-negotiable And On An “as-is-where-is” Basis 3. All Expense Related To The Hauling Of These Items Shall Be Borne By The Buyer. 4. Date Of Completion And Full Payment Shall Be Made Not Later Than Three (3) Calendar Days Upon Issuance Of Noticed Of Awards. 5. Non-compliance Of The Winning Bidder On The Above Stipulated Terms And Conditions Shall Be Grounds For The Rejections Of The Bid Without Prejudice To A Re-bidding As The Situation Warrants. The Bidder Is Encouraged To Conduct An Ocular Inspection Of The Property For Sale Before Submitting His/her Proposal. The Head Of The Agency Reserves The Right To Reject Any Or All Of The Bids With Or Without Cause, To Annul The Auction Process, To Waive Any Defect In Them And To Award The Bidder Whose Bid Is The Most Advantageous To The Government. Engr. Crosby B. Balaneg, Ce, Se, Rea, Mpa Chairperson, Asset Disposition Committee
ORLEN TERMIKA S A Tender
Others
Poland
Closing Date17 Feb 2025
Tender AmountRefer Documents
Details: Conditions: The subject of the Agreement is the provision of vulcanization services for the Municipal Police Headquarters in Mysłowice. The service will be provided based on the issued order (template attached) for a period of 12 months from the date of conclusion of the Agreement. Detailed Rules of Cooperation are included in the attached Draft Agreement (attached). The Ordering Party plans to cover: A total of 2 vehicles, including 2 vans and 24 passenger cars. All van vehicles are equipped with full wheels - summer and winter. In the case of passenger vehicles - 17 vehicles are equipped with solid wheels - summer and winter. Other Passenger Vehicles (7) have summer wheels and winter tires. The Ordering Party reserves the right to change the number of vehicles. The given number of vehicles and types of tires are intended to enable the calculation of the offer. The Ordering Party requires that the place where vulcanization services are performed is located within a distance of up to 15 kilometers from the Unit. The Ordering Party will select the most advantageous offer based on the submitted Offer Form (attached). The Ordering Party provides for only one evaluation criterion - the price of the service. The offer price for comparison should be understood as the sum of items 1-4 in the scope of passenger cars and the sum of items 1-4 in the scope of panel vans. In the event that the values indicated in individual items differ significantly from the market values and other compared offers, the Ordering Party reserves the right to reject such an offer. The Ordering Party reserves the right to withdraw from awarding the order without giving a reason, which may not constitute the basis for any claims of the invited contractor against the Ordering Party. Please submit all inquiries via the Purchasing Platform. In case of problems with submitting an offer, please contact the Eb2b Helpdesk - Contact in the footer of the website
DEPARTMENT OF LABOR AND EMPLOYMENT REGION V Tender
Machinery and Tools
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 351.3 K (USD 6 K)
Details: Description Category 1: Powertools/hardware Materials (delivery Period: 15 Days) 1 Pc - Jigsaw: Voltage: 220-240, 50hz; Input Power: 800w; No Load Speed: 800-3000rpm; Cutting Capacity: 100mm In Wood, 10mm In Steel; 4-step Pendulum Function; Aluminum Base; With Laser Function 1 Pc - Electric Wood Planer: Rated Input Power: 750w; Cutting Width: 82mm; Cutting Depth: 2mm; No Load Speed: 17,000 Rpm; Rated Voltage: 220v-240v; Frequency: 60hz; Weight: Range: 2.5-3.5 Kg. 1 Pc - Handsaw: Blade Length: About 15"; Blade Material: Carbon Steel; Handle Length: 5"; Handle Material: Rubber; Color: Gray; 8 Teeth Per Inch" 1 Pc - Hand Drill: Rating Input: 500w; Capacity Steel: 10mm(3.8")/wood: 25mm; 1"; No Load Speed: 0-3,400 Rpm; Dimensions: 228mm X 64mm X 183mm (lxwxh); Net Weight: 1.2 - 1.4 Kg 1 Set - Wood Chisel: 4-piece Set (6mm; 12mm; 19m; 25mm); Tempered Chrome Carbon Steel Blade; Hardened Shank; Rust-resistant, Lacquered Coated Blade; Bi-material Handle 1 Pc - Wooden Mallet: Dimensions: Length Of The Hammer: 28cm, Height Of The Head: 8cm X Width Of The Head: 4cm; Wood: Beech; Solid Head With Angled Striking Faces 1 Pc - Bolo: Length: 50cm; Blade Length: 34cm; Thickness: 5mm; Width: 8cm; Blade Material: Molye; Handle Material: Wood 1 Pc - C-clamp: Jaw Capacity: 3-3/8 Inches; Length: 11 Inches; Material: Iron, Steel, Nickel-plated; Multi-screw Jaw; Throat Depth: 75mm; Clamping Capacity: 10cm 1 Pc - Utility Knife: Handle Material: Aluminum; Material: Aluminum Alloy; Weight: 120g; Blade Size: 19mm (w) X 61mm (l) X 0.6mm (t); Blade Material: Steel; Thickness: Atleast 0.6mm 1 Pc - Safety Earmuff: Padded Headband And Ear Cups; Stainless Steel Wire For Easy Fit Adjustment; 24 Decibel; Snr: Weight: Atleast 200g-210g. 1 Pc - Goggles: High-quality Lens With 4 Ventilation Slots; Adjustable Headband; Impact And Scratch-resistant; Soft Frame And Nose Piece; Anti-infrared And Uv/anti-fog Lens; Weight Range: 110-130g 1 Pair - Steel Toe Boots (safety Shoes): High Cut; Color Black; Waterproof; Sole: Pvc; Toecap: Steel; Midsole: Steel; Size: 40eu Category 2: Food Vending (delivery Period: 15 Days) 1 Pc - 2 Burner Gas Stoves With Hose, Regulator, Clamp And Lpg Tank With 11kls Content. 1 Pc - Kawali, Cast Iron, Approx. 39cm-45cm Diameter, Depth: 9 Cm, Single Black Handle, Without Lid 1 Pc - Ladle, Material: Stainless Steel With Wooden Handle, Total Length Of Item: Approx. 20inches-24 Inches. 1 Pc - 7pcs Stainless Steel Kitchen Tool Set, Spatula, Porridge Spoon, Skimmer, Rice Spoon, Flat Spatula, Meat Fork & Stand, Length Of Each Item Approx. 13inches-14inches 1 Pc - Strainer With Wooden Handle, Stainless Steel, Diameter: Approx. 10inches-12inches, Handle Length: Approx. 30cm-35cm 1 Pc - Food Warmer Tray With Glass Cover, 35 X 27cm (l X W), Depth: 3inches, Stainless, Without Handle. 1 Pc - Display Rack With Screen Door, Glass With Aluminum Sidings, 2 Layers, Dimension: 24inches(l) X 18inches(h), 12inches(bottom Width) X 10inches(top Width). (for Food Display) 1 Pc - Casserole With Double Handle: Material: Aluminum; Size: Diameter: 26cm ; Height : 21 Cm. 1 Pc - Tong, 14 Inches, Stainless. 1 Pc - Non-slip Rectangular Chopping Board; Material: Polypropylene Plastic; Dimension: 18" (l) X 12" (w); Thickness Atleast 1cm. 1 Pc - Butcher's Knife, 8 Inches Blade Length, High Carbon Steel, Wood Handle, 12.5cm Handle Length. 1 Set - Melamine Plate, 12pc/set, Diameter: 11 Inches 1 Set - Stainless Table Spoon, 12pcs/set, L-8inches 1 Set - Stainless Table Fork, 12pcs/set, L-8inches 1 Pc - Plastic Table, Square, 38 X 24 X 28 Inches (l X W X H), 4 Seaters With 40" Round Umbrella Metal Pole Length: (80") With White Finish 1 Pc - Chest Cooler, Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l 1 Pack - Hairnet, Reusable Hairnets For Food Service, Black, Stretchable/elastic, 12pcs/pack. 1 Pc - Monoblock Chair – Width: 375 Mm, Depth: 330 Mm, Front Legs Distance: 355 Mm, Side Legs Distance Left: 378 Mm , Side Legs Distance Right: 378 Mm, Back Legs Distance: 210 Mm, Back Rest Height: 779 Mm, Seat Back Height: 405 Mm, Seat Height: 376 Mm, Gross Weight: 2.25 Kgs, Color: Marble White. 1 Box - Facemask, 3 Ply, With Earloop, Disposable/non-woven, 50 Pcs/box, Blue Color. 1 Box - Gloves, Disposable, Plastic, Transparent, 100pcs/box. 1 Set - Melaware Saucer, 12pcs/set, Diam: 6inches 1 Unit - Weighing Scale, Analog, 10kg Capacity, Colored Body/ Stainless Pan Graduation: 50g, Powder Coated Body, Pan Size: 255mm X 55mm Deep, Dial Face: 185mm, 4,units / Master Carton 1 Set - "beach Umbrella: Round-shape; Material: Poly Canvass; Diameter 40"" Pole Stand Length: At Least 45"", Pole Material: Stainless Steel Chrome" Category 3: Bicycle With Side Car (delivery Period: 30 Days) 1 Unit - "bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 G1 Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbop, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord M, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clmap/s-pin/s-post P, Saddle With Spring, Footbreak With Spring ""full Size"" Frame 175-280mm Cranks Side Car With Umbrella Holder And 2 Chest Coolers Carrier (52l Capacity) - Dimensions: 25.8"" (l) X 16.2"" (w) X 15.7"" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flay Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 G1 Set, Tire 20 X 2.125 Jumbo" Category 4: Nail Care Services Materials (delivery Period: 15 Days) 8 Gallon - Acetone/nail Polish Remover (3.78 Liters Us Liquid Measurement) 8 Gallon - Cuticle Remover (3.78 Liters Us Liquid Measurement) 8 Pack - Nail Brush: Material: Plastic; Size: Atleast 3" (l), 2-3" (h); 12 Pcs/pack 8 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 8 Pack - Cotton Balls: 300g (100 Pcs Large Cotton Balls) 8 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 4 Unit - Foot Spa Soaker: With Pumice Stone; Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: 3.63-5.63 Pounds; Rated Power: 500 Watts; Rated Voltage: 110~120v; Rated Frequency: 50hz; Temperature Adjustable Range: 35℃ To 48℃ 12 Bottle - Astringent Foot Soaker: 128oz 8 Pack - Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g 8 Pc - Exfoliating Foot Scrub: Package Dimensions: 7.50" X 3" X 2", Weight: 6oz 8 Pc - Foot File And Callus Remover: Material: Metal, Steel; Item Dimensions: (l X W X H) 10.78" X 2.7" X 0.29"; Item Weight: 2.2-4.2 Pounds 4 Gallon - Alcohol, Isopropyl, 30% ,3.78 Liters Per Gallon. 8 Gallon - Foot Scrub , 3.78 Liters Per Gallon 4 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) Category 5: Fishing (delivery Period: 15 Days) 2 Unit - Gasoline Marine 7hp Speed Type, Single Cylinder, 4 Stroke, Forced Air Cooling, Ohv Displacement (cc): 196 Compression Ratio: 8.5:1 Bore X Stroke (mm): 68x54 Min. Fuel Consumption,395/(kw.h) Valve Clearance: Input Valve: 0.10-0.15mm Idle Speed (rpm): 1400+-140 Max A.c. Output/rpm:3.8/3600 Noise Level:70db (a) Ignition System: Transistorize Magneto Ignition Max Torque (n.m/rpm): 10.7/300 Starting System: Recoil Start (recoil Start/electric Starting) 2 Bundle - Nylon Net: #7, Nylon Size: 2 Ply, Knots: Single Knot/ Double Knot, Mesh Hole: 9mm, Length: 1000 Meters Per Bundle, Material: Nylon Monofilament Or Polyethylene 8 Kilo - Tingga Pahaba , 2" Long, 23-24g, Material: Pure Lead 4 Bundle - Nylon String/ Tansi, #100, 1 Kilo Per Bundle. 200 Pc - Pataw #3 (14g Per Pc) (generic) 4 Unit - Bangka Fiber Glass With Engine, 15ft. Long X 16" Depth X 18" Wide (l:180", Breadth: 18",) With Gasoline Marine Engine (rpm: 3600, Power: 7.5hp, Fuel Tank Capacity: 4.0l, Starting System: Recoil System) **nothing Follows**
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Others
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis / Solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 – Streamlined Procedures For Evaluation And Solicitation Of Commercial Items – As Supplemented With Additional Information Included In This Notice. The Solicitation Is Issued Using Simplified Acquisition Procedures Under The Authority Of Far Part 13. this Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Document (i.e. Standard Form) Will Not Be Issued. this Solicitation Is A Request For Quotation (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 Dated January 17, 2025. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541519 – Other Computer Related Services. The Small Business Size Standard Of $34,000,000. This Is A Total Small Business Set-aside Competition. Only Small Businesses Under The Applicable Naics Code Are Eligible To Respond. description Of Requirements
background
the National Institute Of Standards And Technology (nist) Engineering Laboratory (el) Systems Integration Division (sid) Has Led An Informal Working Group Since April 2021 To Develop An Information Model For The Neutral Representation Of The Laser Powder Bed Fusion Process For Metals Additive Manufacturing. The Models Developed In The Work Are Based On The Express Schema, With An Intended Proof Of Concept Implementation Using The Iso 10303 Ap 238 Specification. New Software Is Needed To Further Develop And Test The Information Models, Including Software Support For A Demonstration Build. objectives
the Objective Of This Requirement Is To Procure A Software System To Formalize The Development Of The Consistent Interpretation Of Additive Manufacturing Of Metal Parts. scope Of Work please See The Attached Statement Of Requirements. delivery Requirements delivery Of The Software Shall Be Conducted Electronically Within 30 Calendar Days Of Award. Remote Software Installation Assistance Shall Be Provided By Contractor As Needed. contract Type & Payment Terms
a Firm Fixed Price Purchase Order Is Anticipated. applicable Provisions And Clauses
please See The Attached Document For Applicable Provisions And Clauses. question And Answer Period
car 1352.215-73 Inquiries (apr 2010): quoters Must Submit All Questions Concerning This Solicitation In Writing Electronically To Mr. Collin Randall, Contract Specialist, At Collin.randall@nist.gov Questions Must Be Received By Or Before Wednesday January 27 2025, At 12:00 Pm Et. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract. (end Of Provision). due Date For Quotations all Quotations Must Be Submitted Via Email To Mr. Collin Randall, Contract Specialist, At Collin.randall@nist.gov. Submission Must Be Received Not Later Than Wednesday February 5, 2025, At 12:00 Pm Et. note: Quoters Must Have An Active Registration At Www.sam.gov At Time Of Offer Submission To Be Considered For Award. “id Assigned” Is Not Acceptable; Registration Must Be “active.” instructions To Quoters (addendum To Far 52.212-1) the Quoter’s Quotation Shall Be Submitted Electronically Via Email And Shall Consist Of Two Volumes As Detailed Below. Each Quotation Volume Shall Include The Quoter’s Name, System For Award Management Unique Entity Identifier (uei) Number, And Point Of Contact Information In A Cover Page, Header/footer, Or Other Easily Identified Location. The Contracting Officer Intends To Award A Purchase Order Without Discussions But Reserves The Right To Enter Into Discussions If In The Best Interest Of The Government. volume 1: Technical Response this Volume Shall Contain The Quoter’s Technical Response. The Technical Response (not Including Table Of Contents Or Past Performance Information) Shall Not Exceed Ten (10) Single-spaced, Single Sided Pages Or Twenty (20) Double-spaced, Single Sided Pages. Text Shall Be No Less Than 12-point Font In Read-only Microsoft Word Or Searchable Adobe Pdf Format. 10-point Font Is Acceptable For Graphics. the Technical Response Shall Include The Name, Title, Phone Number, And Email Address Of The Quoter’s Primary Point Of Contact And The Individual Authorized To Negotiate On Behalf Of The Quoter (if Negotiations Are Determined To Be Necessary). the Technical Response Shall Include: a Description Of The Proposed System Specifications And Capabilities As It Relates To The Requirements Identified In The Requirements Document, Including The Warranty And Training Requirements. delivery And Training Schedule Information. volume 2: Price Quotation this Volume Shall Contain The Quoter’s Price Quotation In Read-only Microsoft Excel Format, Or In Searchable Pdf Format. All Figures Must Be Rounded To The Nearest Hundredth. price Quotations Shall Be Submitted On A Firm Fixed Price Basis In Accordance With The Contract Line-item Numbering Structure Identified In This Solicitation. Quotations Shall Be Valid For 60 Days After Solicitation Close. price Quotations Shall Include Unit Pricing And Total Cost, Inclusive Of The Required Commercial Product, Shipping And Delivery, Training, And Warranty. to Assist The Government In Evaluating Firm Fixed Price Quotations, The Quoter Shall Provide A Breakdown Of The Proposed Fixed Price By Item Quoted And Shall Separate Delivery And Training Pricing From The Rest Of The Quote. quoters Shall Also Include A Proposed Fixed Price Payment Schedule Based On Requirement Deliverables. contract Line-item Structure: responsible Quoters Shall Provide Pricing For The Following Line Item: line Item 001: Laboratory Software License In Accordance With The Attached Statement Of Requirements evaluation Criteria And Basis For Award (addendum To Far 52.212-2) the Government Intends To Award A Firm Fixed Price Purchase Order Resulting From This Solicitation To The Responsible Quoter Whose Quotation, Conforming To The Solicitation, Will Be Most Advantageous To The Government, Price And Other Factors Considered. upon Receipt Of Quotations, The Contracting Officer Will Review Them To Determine If Each Quoter Followed All Of The Quotation Preparation/submission Instructions In This Solicitation. A Quotation That Did Not Follow The Quotation Submission Instructions To An Extent That The Government Cannot Properly Evaluate The Quotation In Accordance With The Stated Evaluation Factors May Be Deemed Unacceptable And May Not Be Further Evaluated. the Government Intends To Evaluate Quotations On The Basis Of Lowest Price Technically Acceptable (lpta).
responses To This Solicitation Shall Include Clear And Convincing Evidence Of The Quoters’ Capability As It Relates To The Identified Requirements. Under The Lowest-price Technically Acceptable (lpta) Process, Quoters Will Be Determined To Be “technically Acceptable” Or “technically Unacceptable.” Award Will Be Made To The Lowest-priced Quote Amongst Technically Acceptable Quotes. To Be Determined Technically Acceptable, Quotations Shall Meet The Following Requirements: (1) Technical Capability: The Quoter Must Clearly Indicate In Its Quotation The Ability To Provide All Technical, Training, And Warranty Requirements Identified In The Specifications Document. (2) Schedule: The Quoter Must Clearly Indicate In Its Quotation The Ability To Meet The Schedule Requirements Of Delivery Within 30 Calendar Days Of Award And Training Within 30 Days After Delivery.
7341-7350 of 7531 archived Tenders