Cars Tenders
Cars Tenders
Department Of Education Division Of Apayao Tender
Textile, Apparel and Footwear
Philippines
Details: Description Invitation To Bid Supply, Delivery, And Printing Of Sports Uniforms For The Participation Of Sdo Apayao In The 2025 Caraa Meet (negotiated Procurement) 1. The Schools Division Office Of Apayao, Through The Fy 2025 Trust Fund Intends To Apply The Sum Of One Million Five Hundred Eighty-four Thousand Seven Hundred Fifty Pesos Only (php 1,584,750.00) Being The Abc To Payments Under The Contract For Supply, Delivery, And Printing Of Sports Uniforms For The Participation Of Sdo Apayao In The 2025 Caraa Meet (negotiated Procurement). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Schools Division Office Of Apayao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 4 Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. 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. 4. Prospective Bidders May Obtain Further Information From Schools Division Office Of Apayao And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 12-18, 2025, From The Given Address And Website(s) Below. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below Or (ii) Online Or Electronic Submission As Indicated Below On Or Before 9:00 A.m. Of February 18, 2025. Late Bids Shall Not Be Accepted. Unsealed Or Unmarked Bid Envelopes Shall Also Be Rejected. Jerry B. Sario, Jr. Bac Chairperson Deped Car Sdo Apayao Capagaypayan, Luna, Apayao 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On February 18, 2025, At 9:30 A.m. At The Given Address Below The Schools Division Office Conference Hall, Capagaypayan, Luna, Apayao And/or Via Zoom Meeting Id: 853 2265 5866, Passcode: Akl11a. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Schools Division Office Of Apayao 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. 10. For Further Information, Please Refer To: Rochelle Ann B. Natay Bac Secretariat Member Schools Division Office Of Apayao Provincial Government Center, Capagaypayan, Luna, Apayao Email Address:sdobacapayao2024@gmail.com Tel. No.:09978151287 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.depedapayao.com For Online Bid Submission: Sdobacapayao2024@gmail.com Jerry B. Sario, Jr. Assistant Schools Division Superintendent Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 1.5 Million (USD 27.3 K)
Department Of Social Welfare And Development Region Xii Tender
Automobiles and Auto Parts
Philippines
Details: Description Request For Quotation Rfq No. 2025-02-0021 Date: February 25, 2025 Company/business Name: ____________________________________________________ Address: __________________________________________________________________ Business/mayor’s Permit No.:__________________________________________________ Tin: ______________________________________________________________________ Philgeps Registration Number (required) ________________________________________ The Department Of Social Welfare Development Field Office Xii (dswd Fo Xii), Through Its Bids And Awards Committee (bac), Intends To Procure Vehicle Rental For The Conduct Of Pay-outs To Social Pension Beneficiaries For Cy 2025 Through Section 53.9 Small Value Mode Of Procurement Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Lot No. Description Approved Budget For The Contract (abc) 1 Vehicle Rental For The Conduct Of Pay-outs To Social Pension Beneficiaries For Cy 2025 ₱600,000.00 Interested Service Providers Shall Submit A Quotation For The Above Enumerated Lots Or Items, And Evaluation, Including Award Of Contract, Will Be Undertaken On Per Total Quoted. Please Submit Your Duly Signed Quotation Addressed To The Bids And Awards Committee (bac) Chairperson And To The Given Address Below, On Or Before, 09:00 Am Of 05 March 2025, Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq): Ms. Jackiya A. Lao Chairperson, Bids And Award Committee Dswd Xii, Regional Center, Brgy. Carpenter Hills, City Of Koronadal, South Cotabato Telephone No.: (083)-228-8637 Email: Procurement.fo12@dswd.gov.ph Interested Service Provider Shall Also Submit The Following Documents Along With The Quotation On Or Before The Above Specified Deadline Of Submission Of Quotation: A. Copy Of Mayors/business Permit; B. Copy Of Philgeps Certificate; C. Copy Of Registration Certificate From Sec, Dti, Or Cda Or Its Equivalent; D. Copy Of Bir Certificate Of Registration; And E. Omnibus Sworn Statement For Any Clarification, You May Contact The Bac Secretariat At (083)-228-8637 Or Send Email To Procurement.fo12@dswd.gov.ph. Abdulqudduz R. Barambangan Procurement Head After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Vehicle Rental For The Conduct Of Pay-outs To Social Pension Beneficiaries For Cy 2025 Minimum Technical Specifications Offered Technical Specification/service Statement Of Compliance (“comply” Or “not Comply” Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. Requirements: 1 Van Rental Rent Of Vehicle For Social Pension Pay-outs To Social Pension Beneficiaries For Cy 2025 (van, Suv,or Pick -up) First Semester Cy 2025 -10 Days All Specification: Inclusive Of Diesoline And Personal Driver Fully Air-conditioned 14 Seater Van Complete Car Document (smoke Test Passer, With Or And Cr) Driver Must Have A Professional Driver Licensed With Restriction 1,2 The Vehicle Must Be A Model From Year 2020 Or Later. The Vehicle Must Have A Driver That Is Responsible With Good Moral Character;no Vices Like Cigarette Smoking, Alcohol Drinking, Drugs, Must Wear Proper Attire And Prompt/on Time In All Schedules Trips. Make Sure The Vehicle Is Properly Disinfected/ Sanitized Before The Travel. All Schedule Of Travel Must Be Treat With Utmost Confidentiality Driver Must Be On Call (food And Accommodation Are Not Included) The Van Should Not Be A Public Vehicle The Driver Must Drive Safely With A Maximum Speed Of 80 Kph. He Must Abide With The Given Instruction/s Of The End-user. Supplier Should Purely Engaged In Vehicle Rental Business And Not A Commuter Van * Areas:south Cotabato, North Cotabato,sultan Kudarat,sargen/cotabato City/targets Barangay. Note: Please Specify Brand & Model Of Your Offered Vehicle. Payment Will Be Made Per Use At The Option Of Service Provider. Delivery Term: As Per Schedule Place Of Delivery/venue: Region Xii Areas
Closing Date5 Mar 2025
Tender AmountPHP 600 K (USD 10.3 K)
DEPT OF THE NAVY USA Tender
Others
United States
Details: Amendment 1/28/2025
answers To Questions Received Posted (see Attachment)
solicitation Pop Dates Changed To 2/18/25-8/15/25 (see Attachment)
*********************************************************************************************************************
the Primary Mission Of Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (phnsy & Imf) Is To Deliver Regional Maintenance, At The Depot And Intermediate Levels, To Keep The Surface Ships And Submarines Of Our Nation's Navy "fit To Fight." As Hawaii’s Regional Maintenance Center, Capabilities Include Excellence In Overhauling, Repairing, Converting, Alteration, Refurbishing, And Decommissioning Of Navy Vessels.
phnsy & Imf Requires A Service Contract To Disassemble, Remove, Package And Relocate/stage Two Plate Rollers. The Schedule Of The Dismantling And Removal Of The Plate Rollders Shall Be Determined By Government Representative And Coordinated With The Contractor. Additional Details And Specifications Can Be Found In The Performance Work Statement (pws), Enclosed In The Attached Solicitation N32253-25-q-0015. The Government Intends To Award A Single Firm Fixed Price Contract.
the Tentative Period Of Performance (pop) For This Service Is 03-feb-2025 - 01-aug-2025.
this Notice Is 100% Set Aside For Small Business. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 238910 Site Preparation Contractors. The Product Service Code Is P500 Salvage - Demolition Of Structures / Facilities (other Than Buildings).
please Note The Following:
• The Solicitation Number For This Requirement Is N32253-25-q-0015.
• Quotes Are Due No Later Than Tuesday, 02/03/2025 At 8:00 A.m. Hst
• Quotes Must Be Sent Via Email To Both The Primary And Secondary Points Of Contact.
• All Firms Or Individuals Responding Must Be Registered With The System For Award Management (sam) (https://www.sam.gov) By The Award Date. The Solicitation Document And Incorporated Provisions And Clauses Will Be Those In Effect Through Federal Acquisition Circular (fac) 2025-02, Dfars 12/18/2024, And Nmcars 18-22.
• Technical Approach: In Order To Evaluate Technical Capability, The Offeror Is Required To Submit A Detailed Written Technical Proposal. Please Submit A Technical Proposal (not To Exceed 5 Pages) That Clearly Demonstrates Thorough Knowledge And Understanding Of, And Approach To, Accomplishing Each Paragraph Listed In The Pws And Solicitation Requirements. The Proposal Must Contain Sufficient Details So That It May Be Evaluated In Accordance With The Pws And Comply With The Period Of Performance Set Forth In The Solicitation. Non-conformance Will Deem An Offeror Ineligible.
• All Quotation Submissions Need To Include Completion Of Far 52.204-24,52.204-26, And 52.212-3.
• As Part Of The Price Quote Package, The Offeror Shall Submit The Completed Sf 1449 With Blocks 17a.and 30a.- 30c. (sf 1449 Pagecompleted. Submission Of A Signed Offer To The Government Constitutes Agreement And Acceptance Of The Solicited Terms And Conditions.
• The Government May Revise The Solicitation At Any Time By Means Of An Amendment. It Is An Offeror's Responsibility To Ensure It Is Accessing The Https://sam.gov/ Website To View Potential Amendments And Procurement Notifications For This Solicitation.
• Submit An Itemized Breakdown Of The Price Quote That Clearly And Concisely Describes And Defines The Contractor’s Response To The Requirements Contained In The Solicitation. If Required, Travel Costs Including Airfare, Lodging, Rental Car, Per Diem, Shall Be Included. If Required, Travel Shall Be In Accordance With Current Department Of Defense (dod) Joint Travel Regulations And Federal Acquisition Regulations (far) 31.204-46. Travel Receipts Shall Be, Provided Upon Request.
all Questions Regarding Solicitation N32253-25-q-0015 Shall Be Submitted In Writing Via Email To The Listed Pocs.
questions Are Due By Tuesday, 01/27/2025, 8:00 Am Hst
attachments:
solicitation
appendix I Ii Iii Iv
attachment I Hot Work Checklist And Permit
attachment Ii Opsec Contract Requirements
photos
Closing Date3 Feb 2025
Tender AmountRefer Documents
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
DEPT OF DEFENSE EDUCATION ACTIVITY DODEA USA Tender
Automobiles and Auto Parts
United States
Details: Lease Of Commercial Vehicles - Dodea-pacific West District
South Korea
Request For Information (rfi)-sources Sought
a. Pursuant To Federal Acquisition Regulation (far) Part 10, The Department Of Defense Education Activity (dodea) Procurement Office Is Currently Conducting Market Research To Identify Available Sources That Are Fully Capable Of Supporting Lease Of Commercial Vehicle Services (lcvs) In South Korea.
b.this Request For Information (rfi) Is Issued Solely For Conducting Market Research And Does Not Constitute A Request For Proposals (rfp), Invitation For Bids (ifb), Request For Quotations (rfq), And Does Not Obligate The Government To Any Current Or Future Commitments. The Government Will Not Pay/reimburse Any Costs Or Charges Resulting From Contractors’ Responses To This Rfi.
c.the North American Industrial Classification System (naics) Code Is 532112, Passenger Car Leasing, Size Standard, $41.5m. The Product Service Code (psc) Is W023, Lease Or Rental Of Equipment- Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles.
d.the Periods Of Performance (pop) Of Lcvs Include One 12-month Base Period Plus Four (4) 12-month Options To Extend The Performance Up To Five (5) Years As Follows:
base Period: 01 August 2025 To 31 July 2026
option Period One: 01 August 2026 To 31 July 2027
option Period Two: 01 August 2027 To 31 July 2028
option Period Three: 01 August 2028 To 31 July 2029
option Period Four: 01 August 2029 To 31 July 2030
e.the Lcvs Requirements Include Lease Of Two (2) 4 Passenger Sedan (compact Vehicle) And Six (6) 8 Passenger Commercial Van (convertible To Cargo Vans) A Year, Routine Maintenance To All Leased Vehicles During The Pop, And Emergency Repairs And Services To The Leased Vehicles. Prospective Contractor Shall Provide All Needed Labor, Equipment, And Transportation Needed To Transport, Deliver, Replace, And Maintain The Leased Vehicles To Meet The Lcvs Requirements. All Leased Vehicles Are Required To Meet The Below Conditions At Minimum:
year-make Is Within Three (3) Years Of The Current Period Of Performance. For Instance, The Oldest Year-make For The Base Period 2025 Is 2023; The Oldest Year-make For The Pop-option Period One 2026 Is 2024)
manufacture Warranty For Each Leased Vehicle.
liabilities Insurance For Each Leased Vehicle To Cover At Least $200,000 Per Person And $500,000 Per Occurrence For Death Or Bodily Injury; And $20,000 Per Occurrence For Property Damage Or Loss.
f. If Your Firm Is Interested, Capable, And Qualified To Provide The Above Required Services, Please Submit Your Response With A Statement Affirming Your Capability And Interest In This Lcvs Requirement. The Capability Statements Shall Consist Of No More Than Three (3) Pages Including A Cover Page With The Company’s Name, Business Mailing Address, Point Of Contact, Telephone Number, Unique Entity Id (uei), Commercial And Government Entity/nato Code (cage/ncage) And Company’s Website Address/uniform Resource Location (url).
if Your Firm Has Performed The Same Or Similar Scope Or Magnitude Of The Required Services, Please Provide A Short List Of The Awarded Contracts To Include A Contract Number, Place Of Performance, And The Total Contract Price.
g.responses To This Rfi Must Be Sent Electronically To Michael.okeowo@dodea.edu And Mileska.rodriguez@dodea.edu No Later Than 09:00 Korea Standard Time (kst) On 07 March 2025. Vendor’s E-mail Message Shall State “lease Of Commercial Vehicle Services -korea” In The Subject Line. Telephone Calls Regarding This Rfi Will Not Be Accepted. Note: If A Solicitation Is Released, It Will Be Posted On Sam.gov.
h. Please Note That Vendors Are Required To Be Registered In The System For Award Management (sam) Database At The Time An Offer/quotation/proposal Is Due To Comply With The Annual Representations And Certifications Requirements. Therefore, Only Businesses With An Active Sam Registration Will Be Eligible To Receive Any Resultant Contract(s) With The Department Of Defense Education Activity.
Closing Date7 Mar 2025
Tender AmountRefer Documents
University Of The Philippines Tender
Publishing and Printing
Philippines
Details: Description University Of The Philippines Baguio Governor Pack Road, Baguio City, Benguet, Car Vat Reg. Tin: 000-864-006-00007 Telephone No. 074-442-3484 Email Address: Spmo.upbaguio@up.edu.ph Request For Quotation (rfq) Procurement Project: Printing And Framing Of Photographs Purchase Request No.: 24109 Approved Budget For The Contract: ₱ 88,000.00 Date: 07 January, 2025 Rfq No.: 0002 Mop: Svp 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 Must Possess Documentary Requirements Such As A Valid Business Permit, Philgeps Registration Certificate, A Notarized Omnibus Sworn Statement (for An Approved Budget For The Contract [abc] Above ₱50,000 Except For Shopping As An Alternative Method Of Procurement) And Income/ Business Tax Return (for Abc Above Php 500,000.00). These Shall Be Submitted During The Evaluation Of The Offer As Per Appendix A Of Annex "h" Of The Revised Irr Of Ra 9184. 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. Please Submit Through Email To Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading “rfq No. 0002” Or Physically In An Envelope, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Not Later Than 1:00 Pm On 13 January 2025. 5. Price Validity Shall Be For A Period Of 90 Calendar Days. 6. If Applicable, Bidders Shall Indicate The Brand And Model Number Of The Item/s Being Offered. 7. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: Brian D. Lumague Mary Anne R. Rivera (sgd.) 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 Printing And Framing Of Photographs Lot 1 88,000.00 88,000.00 20 Pcs Canvass Printing And/ With Plain Frame Color (16"x 20") - High Resolution/ Printing 10 Pcs Canvass Printing And/ With Plain Frame Color (20"x 24") - High Resolution/ Printing ***please Indicate Unit Price Of Each Item*** Contract Award: Quotation Having Several Items That Shall Be Awarded As One Lot. #ref! Delivery Period: 30 Calendar Days *indicating A Price/amount Under "quoted Unit Price" Shall Mean That Bidder Will Comply With The Technical Specification Of The Item Even Without A Check On The Compliance Column; Otherwise, Bidder Must Provide A Counter-offer. Reminders: A. 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. B. Procuring Entities Already Maintaining An Updated File Of Any Of The Bidder’s Above-mentioned Requirements, Whether Through The Philgeps Certificate Of Registration And Membership Or Its Own Records, May No Longer Require Re-submission Of Specific Documentary Requirements. ꙳꙳꙳ Nothing Follows ꙳꙳꙳ Total: ₱ 88,000.00 Total Quoted Amount In Words: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Items At Prices Noted Above. Name Of The Company: Tel. No. : Address: Fax No. : Name Of Representative: Email Address: Position: Signature: Date:
Closing Date13 Jan 2025
Tender AmountPHP 88 K (USD 1.5 K)
City Of San Pablo Tender
Automobiles and Auto Parts
Philippines
Details: Description Pb No. 2025-033 (pr-0332-02-24-25) 1. 1 Unit Multi Purpose Vehicle Pick-up Specifications: Model: 2025 2.0l Sports 4x4 6at Dimension: 5,370 X 1,918 X 1,884 (lxwxh), Ground Clearance 235mm, Water Wading: 800mm Engine: 2.0l Turbo Diesel Max Power And Torque: 170@3500, 405@1,750-2500 Type: 6-speed Automatic, Electronic Locking Rear Diffirential Chassis/suspension: Front: Double Wishbone With Coil Spring And Anti Roll Bar, Rear: Leaf Spring Breaks: Ventilated Disc/drum Steering: Electric Power Assited Steering (epas) Wheel Size And Type/tires : 255/65/r18 Exterior Headlights: Led Multi Reflector With Daytime Running Lamps Wipers: Rain Sensing Exterior Mirror: Power Folding/power Adjustable/side Turn Indicator, Other: Side Steps, Rearbox Steps, Bedliner, Easy Lift Tailgate Interiors And Convenience Selectable Drive Modes, Smart Key Less Entry With Push Button Start Instrument Cluster: 8" Digital; Rear View Mirror: Auto Dimming Aircon: Single Zone Manual Air Temperature Control Seating: Leather And Synthetic Leather With Unique Sports Styling, 6 Way Manual Adjust Driver & 4 Way Manual Adjust Passenger Rear: Bench Seat With Center Armrest And Fold Up Function Audio And Connectivity 10 Colored Portrait Touch Screen, Connectivity: Sync 4a With Wireless Apple Carplay & Android Auto Compatibility With Usb Port And Wireless Charging, 6 Speakers Advance Driver Assistechnology Adjustable Speed Limiter, Cruise Control Safety And Security Hill Launch Assist And Roll Over Mitigation, 6 Airbags, Rear View Camera, Abs With Ebd, Esp With Traction Control System And Child Seat Isofix Anchor Points. 2. 1 Unit Service Vehicle Specifications: Model: 2025 2.0l 4x2 6at Dimension: 4,914 X 1,923 X 1,842 (l X W X H), Ground Clearance 227mm, Water Wading: 800mm Engine: 2.0l Turbo Diesel Max Power And Torque: 170@3500, 405@1,750-2,500 Type: 6-speed Automatic, Electronic Locking Rear Differential Chassis/suspension: Front: Double With Coil Spring And Anti Roll Bar, Rear: Coils Spring With Watt's Link & Anti Roll Bar Breaks: Front And Rear Ventilated Discs Steering: Electronic Power Assisted Steering (epas) Wheel Size And Type/tires : 255/55/r20 Exterior Headlights: Led Multi Reflector With Daytime Running Lamps Wipers: Rain Sensing Exterior Mirror: Power Folding/power Adjustable/side Turn Indicator, Others: Panoramic Moonroof, Roof Rails, Lift Gate Power, Splash Guards, Tow Hooks Front & Rear Interiors And Convenience Selectable Drive Modes, Smart Key Less Entry With Push Button Start Instrument Cluster: 8" Digital; Rear View Mirror: Auto Dimming: Ambient Lighting Aircon: Dual-zone Electronic Automatic Temperature Control Seating: Leather And Synthetic Leather With Unique Everest Styling, 8 Way Power & Passengers, Bench Seat With 60:40 Split Folding Seat Back, & 3rd Row Passengers Manual Folding Seats. Audio And Connectivity 12 Coloured Portrait Touch Screen; Connectivity: Sync 4a With Wireless Apple Car Play & Android Auto Compatibility With Usb Port And Wireless Charging 6 Speakers Advance Driver Assitechnology Adjustable Speed Limiter, Cruise Control, Safety And Security Hill Launch Assist And Roll Over Mitigation, 6airbags, Rear View Camera, Abs With Ebd, Esp With Traction Control System And Child Seat Isofix Anchor Points. Deadline For Submission Of Bids: March 17, 2025, 1:30 Pm
Closing Date6 Mar 2025
Tender AmountPHP 3.9 Million (USD 68.1 K)
7651-7660 of 7958 archived Tenders