Cars Tenders

Cars Tenders

DEPARTMENT OF EDUCATION DIVISION OF ABRA Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Education Cordillera Administrative Region Schools Division Office Of Abra Invitation To Bid For The Cy 2024 Quick Response Fund (qrf) Repair Of Classrooms Batch 1 (lot 4) - 2nd Posting Bid Reference Number/project Id: Car-abra-2025-01-001 1.the Department Of Education-schools Division Office Of Abra (deped-sdo Abra) Through The Cy 2024 Quick Response Fund (qrf) Intends To Apply The Following Sum Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot: Lot No. Recipient School And Municipality Contract Duration Total Project Allocation Total Allocation Per Lot 4 Abra High School, Bangued 90 2,013,234.97 ₱ 7,597,113.07 Bangued West Central School, Bangued 2,924,888.53 Velasco Elementary School, Tayum 2,658,989.57 Total Abc: ₱ 7,597,113.07 Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2.the Deped-sdo Abra Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required For The Three (3) Recipient Schools Under The One (1) Lot. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4.interested Bidders May Obtain Further Information From Department Of Education, Schools Division Office Of Abra, Actividad Economia St., Zone 2, Bangued, Abra And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm (monday-friday). 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amount For Each Lot: Lot No. Abc Per Lot Payment For Pbd 4 ₱ 7,597,113.07 10,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person Or Through Electronic Means. 6.the Department Of Education – Schools Division Office Of Abra Will Hold A Pre-bid Conference On January 15, 2025, 10 O’clock In The Morning At Deped-schools Division Of Abra, 3rd Floor Conference Hall Which Shall Be Open To Prospective Bidders. The Conference Will Be Conducted Via Face To Face And Video Conference Through Google Meet. To Join The Video Meeting, Click This Link: Https://meet.google.com/swr-szrh-dzu, Otherwise, To Join By Phone, Dial +1 740-561-3767 And Enter This Pin: 853 301 527#, This Will Be Open To Prospective Bidders. 7.bids Must Be Duly Received By The Bac Secretariat Through Any Of The Following: (i)manual Submission At The Office Address As Indicated Below, (ii)online Or Electronic Submission As Indicated Below, Or (iii)both, On Or Before January 27, 2025, 9:30 In The Morning. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9.bid Opening Shall Be On January 27, 2025, 10 O’clock In The Morning At Deped Sdo-abra, 3rd Floor Conference Hall, Bangued, Abra And/or Via Google Meet. Bidders' Representatives Who Wish To Participate May Attend In Person Or Join Online Through The Provided Video Conference Link. 10.the Deped-sdo Abra Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Micheella B. Alcantara Department Of Education-schools Division Office Of Abra Actividad-economia Sts., Zone 2 (consiliman), Bangued, Abra Email Address: Depedabrabac@gmail.com Number: 09764057247 January 8, 2025 Christopher C. Benigno Phd, Edd, Ceso Vi Bac Chairperson
Closing Date27 Jan 2025
Tender AmountPHP 7.5 Million (USD 129.5 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 24,499,999.40 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0061 - Convergence And Special Support Program, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation/ Application Of Road Safety Facilities (roadway Lighting) Along Mt Province - N Vizcaya Rd - Ko383+954 - Ko386+255. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 90 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 – February 10, 2025 9:30 Am From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On January 28, 2025 2:00 Pm At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before February 10, 2025 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 10, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 09124675680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable
Closing Date10 Feb 2025
Tender AmountPHP 24.4 Million (USD 422.1 K)

DEPT OF THE ARMY USA Tender

Housekeeping Services
Corrigendum : Closing Date Modified
United States
Details: The 129 Msg/msg Contracting Office, Moffett Field Angb, California Is Issuing This Request For Quotes (rfq) With The Intent To Award A Single Firm Fixed Price (ffp) Contract For Services, Non-personal, For Janitorial Services. description Of Services: The Contractor Shall Provide All Labor And Supervision Necessary To Accomplish Complete And Thorough Custodial Services Within The 129th Rescue Wing Facilities, Mountain View, California, 94035, Moffett Air National Guard Base, As Described In The Statement Of Work. The Government Shall Provide All Cleaning Supplies, Materials, And All Bathroom Products To Include Paper Towels, Soap, Toilet Paper, And Seat Covers. The Government Shall Also Provide Equipment For The Contractor’s Use To Include Vacuums, Buffers, And Spot Carpet Cleaners. *****site Visit***** a Site Visit Will Be Conducted On Wednesday, 12 February 2025 At 10:00 Am Pacific Standard Time (pst) For The Purposes Of Briefing Contract Requirements And Answering Questions Regarding This Solicitation. A Pre-site Visit Briefing Will Be Held At The Emergency Management Classroom In The 129th Civil Engineer Facility, Building 683, Moffett Angb, California. Attendees Will Be Directed From The Installation’s Main Gate, Building 600, To The Civil Engineer Facility. The Site Visit Will Be Held Following The Pre-site Visit Briefing. For Orientation Purposes, The Nearest Gps Address To The Contractor’s Commercial Inspection Gate Is 934 Macon Rd., Moffett Field, Ca 94035. All Interested Contractors Will Be Expected To Pre-coordinate Security Access For The Actual Date Of The Pre-site Visit Briefing Or Expect Denial Of Base Access. “same Day” Access Coordination, One-for-one Personnel Swaps, Or Other Last Minute De-conflictions Will Not Be Possible. Interested Contractors Prepared In Advance With Confirmed Pre‐coordinated Access Will Report To The Installation Main Gate (bldg. 600) To Be Directed To The Pre-site Visit Briefing. The Site Visit Will Follow The Pre-site Visit Briefing. Interested Contractors Are Strongly Encouraged To Attend Both And Shall Follow Any Other Base Access Requirements Posted In The Solicitation. Any Questions For The Pre-site Visit Briefing Must Be Submitted By 4:00 Pm Pst Time Two Business Days Prior To The Event Via Email To Both Cmsgt Dana Johnson (dana.johnson.16@us.af.mil) And Tsgt Austin Breault (austin.breault.1@us.af.mil). please Direct All Security Access Coordination Through Cmsgt Jose F. Hernandez-leon (jose.hernandezleon.1@us.af.mil) By 11:00 Am Pst Three (3) Business Days Prior To The Event. this Information Must Be Provided In Advance, Five (5) Business Days Prior To The Meeting, In Order To Ensure Access To The Military Base And Performance Site And Ensure Adequate Seating For The Pre-site Visit Briefing Attendees. Even If You Have Access To The Base You Must Register To Ensure Adequate Seating. The Furnishing Of The Above Information Is Voluntary; However, Your Failure To Furnish All Or Part Of The Requested Information May Result In The Government’s Denial Of Your Access To The Pre-site Visit Briefing. This Information Will Be Provided To The Base Security Forces Who Will Authorize Your Entrance To The Site. visitors Must Proceed To The Installation’s Main Gate Upon Arrival. You Will Be Required To Present The Following Information Upon Arrival: (1) Vehicle Registration, (2) Valid Driver License, (3) Proof Of Insurance For Vehicle, (4) Safety Inspection And/or Car Rental Agreement If Applicable. Any Of The Above Information Furnished By You Is Protected Under The Privacy Act And Shall Not Be Released Unless Permitted By Law And/or You Have Consented To Such. information Provided At The Pre-site Visit Briefing Or Site Visit Shall Not Qualify The Terms And Conditions Of The Solicitation And Solicitation Documents. Terms Of The Solicitation And Solicitation Documents Remain Unchanged Unless The Solicitation Is Amended In Writing. If An Amendment Is Issued, Normal Procedures Relating To The Acknowledgment And Receipt Of Solicitation Amendments Shall Apply. all Other Information Is Contained In The Solicitation Documents. amendment 0001 - the Purpose Of This Amendment Is To: 1) Update/add Provisions And Clauses. 2) Add 52.212-1 Addendum And Evaluation Criteria Addendum. 3) Incorporate Questions And Answers Document. amendment 0002 - the Purpose Of This Amendment Is To: 1) Update Sow To Remove Attachment Iii And Update 129 Rqw Duty Calendar. 2) Incorporate The Updated Version Of Attachment Iii As A Standalone Document. 3) Incorporate Trash Bin Map. 4) Incorporate B484 And B545 Site Pictures. 5) Update Questions And Answers Document. 6) Update Period Of Performance. 7) Extend The Solicitation Due Date To 6 March 2025.
Closing Date6 Mar 2025
Tender AmountRefer Documents 

University Of The Philippines Tender

Others
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: Catering Services With Venue For The Aun-qa Writeshop On June 10-11, 2025 Purchase Request No.: Cac-2025-02-0026 Approved Budget For The Contract: ₱96,000.00 Date: 03 March 2025 Rfq No.: 0106 Mop: Np-small Value Procurement Instructions: 1. Accomplish This Rfq Correctly And Completely. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or Any Of Your Duly Authorized Representative/s. 2. Bidder Should Attach A Copy Of The Latest #business Permit, Philgeps Registration Number And Notarized Omnibus Sworn Statement For An Approved Budget For The Contract (abc) Above ₱50,000 Except For Shopping As An Alternative Method Of Procurement That Requires The Latest Business Permit And Philgeps Registration Only. Quotations Exceeding The Abc Shall Be Rejected. In Addition: 2a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 2b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 3. Warranty**, If Appropriate, Shall Be Six (6) Months For Supplies And Materials, One (1) Year For Equipment From The Date Of Acceptance Of The Procuring Entity. 4. Submit Your Quotation, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Or Send To This Email Address Only - Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading Rfq No. 0106 Not Later Than 8:30 Am On 7 March 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. If Applicable, The Winning Bidder Must Include In Their Delivery The Original Copy Of The Following Documents As A Mandatory Requirement For Payment; 7a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 7b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 8. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: Brian D. Lumague Mary Anne R. Rivera Head, Spmo Item No. General Description Compliance With Technical Specifications (pls. Check) Brand (n/a If Not Applicable) Unit Of Mea-sure (ex. Pc, Lot, Kl) Qty Unit Price Total Price Quoted Unit Price* Total Quoted Price Yes No Catering Services With Venue For The Aun-qa Writeshop On June 10-11, 2025 1 Catering Services With Venue For The Aun-qa Writeshop On June 10-11, 2025 Lot 1 ₱ 96,000.00 ₱ 96,000.00 Date: June 10-11, 2025 Venue: Use Of Function Hall From 8:00 Am To 5:00 Pm Function Hall Capacity: Good For 40 Persons Use Of Audio Visual Systems (microphones, Speakers), Projector & Screen, Whiteboard With Whiteboard Markers, Cables And Connectors), Tables & Chairs W/ Complete Set-up Free Internet Access Accessible Electrical Outlets For Charging Devices Catering Services (buffet): Am Snacks Lunch Pm Snacks Mode Of Payment Bid Price Inclusive Of All Taxes And Charges No Downpayment Will Be Made Contract Award: Per Lot Delivery Period: June 10-11, 2025 A Recently Expired Mayor’s/business Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit. However, A Copy Of Your Mayor's Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. *indicating A Price/amount Under "quoted Unit Price" Shall Mean Complying With The Technical Specification Of The Item Without Checking The Compliance Column Otherwise Provide A Counter-offer **warranty Included ꙳꙳꙳ Nothing Follows ꙳꙳꙳ Total: ₱ 96,000.00 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 Date7 Mar 2025
Tender AmountPHP 96 K (USD 1.6 K)

Metropolis of Lyon DGEEP Tender

Services
Civil And Construction...+3Bridge Construction, Consultancy Services, Civil And Architectural Services
France
Details: Title: Neuville-sur-saône : Mission De Maîtrise D'oeuvre Pour La Rénovation Du Pont Bow-string Et La Création D'une Passerelle Modes Actifs Entre Neuville-sur-saône Et Albigny-sur-saône description: Le Pont Actuel Permet De Relier Les Villes De Neuville Et Albigny, Il A Été Construit En 1931 En Remplacement De L'ouvrage D'origine Datant De 1831 (situé En Amont). Le Pont D'albigny-neuville Est Le Seul Pont De Type Bow-string En Béton Armé De L'agglomération Lyonnaise. Cet Ouvrage D'art Est Composé De Cinq Travées : Les Trois Travées Principales Sont De Type Bow-string Et Les Deux Travées Latérales D'accès Sont Des Ponts-à-poutres Multiples Sous Chaussée. La Travée Centrale A Été Dynamitée En Septembre 1944 Et Reconstruite À L'identique Après La Guerre. La Structure Connait Des Désordres Structurels Évolutifs Sur Des Organes Essentiels (arcs, Suspentes, Tablier, Appareils D'appui, Culées), Avec Un État De Fort Endommagement Dû À Des Réactions Généralisées De Gonflement Interne Du Béton. Les Corbeaux Et Les Poutres De Rives Situées Sous La Partie En Encorbellement Sont Les Points Les Plus Critiques De L'ouvrage. Il A Été Classé En 3 (note Qoa) Lors De La Dernière Idp. L'opération Consiste En La Réparation De L'ouvrage Routier Actuel Et Accolé À Celui-ci À L'amont La Création D'un Ouvrage Dédié Aux Modes Actifs : Piétons Et Cycles. La Réparation De L'ouvrage Existant Et La Création D'une Nouvelle Passerelle Font Partie Intégrante D'un Seul Et Même Projet Qui Vise Dans Un Premier Temps À Rétablir La Pérennité De L'ouvrage Existant Mais A Également Pour Objectif D'équilibrer Les Usages Au Sein De L'espace Public En Promouvant Les Modes Actifs. Cet Ouvrage Doit Permettre La Sécurisation De La Traversée Piétonne Et Cycles. Il Sera Réalisé À L'amont Immédiat Du Pont Actuel Et Devra Dégager Une Largeur Utile De 3,00 Mètres Pour Les Piétons Et De 3,00 Mètres Pour Les Cycles. Toute Proposition De Dimensionnement Inférieur Aux Valeurs Cibles Devra Être Justifiée Et Validée Par Les Instances Techniques Et Politiques Référentes Du Projet. Il Est À Noter Que La Surlargeur Créée Par Cette Nouvelle Passerelle Ne Pourra Être Supérieure À 5 Mètres Au-delà De L'ouvrage Existant. Cette Opération S'inscrit Dans Le Cadre Plus Général Des Différents Projets D'aménagement Du Secteur, Avec Notamment : - La Requalification Des Quais De Neuville (entrée Nord) ; - L'aménagement De La Voie Lyonnaise N° 3 Nord ; - La Piétonnisation De La Section Ouest De La Rue Victor Hugo ; - Le Renouvellement De La Conduite D'eau Potable Traversant L'ouvrage Par Edlg. Le Périmètre Géographique De L'opération Comprend L'ouvrage De Neuville Sur Saône Portant La Route Départementale D16 Et L'emprise De La Future Passerelle Accolée Au Pont. Le Périmètre Englobe Également Les Accès Immédiats À L'ouvrage (murs Des Culées, Intégrations Dans Les Giratoires, Raccordement Au Quai Bas Côté Neuville, Éclairage, Signalisation, Etc.). Ce Projet Devra Obtenir La Validation Des Architectes Des Bâtiments De France Car Le Pont Est Situé Dans Un Périmètre De Monument Historique. Lors Des Études De Faisabilité, Un Diagnostic Patrimonial De L'ouvrage Et Du Val De Saône A Été Mené. Ces Éléments Seront À Prendre En Compte Par La Maîtrise D'oeuvre
Closing Date24 Jan 2025
Tender AmountEUR 1.2 Million (USD 1.2 Million)

DEPT OF THE NAVY USA Tender

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

DEFENSE LOGISTICS AGENCY USA Tender

Energy, Oil and Gas
United States
Details: Request For Information Spe603-25-r-5x11 fuel Operations Support In Charleston, South Carolina dla Energy Is Seeking Information On Industry Capabilities/interest/potential Sources For The Receipt, Storage, And Issue 265,000 Barrels Of Aviation Turbine Fuel (fill Capacity), In Charleston, South Carolina. This Announcement Constitutes A Request For Information (rfi) Only; There Is No Solicitation At This Time. The Government Is Neither Negotiating Nor Calling For Offers At This Time. This Announcement Is An Expression Of Interest Only And Does Not Commit The Government To Pay For Any Response Preparation Cost. The Government Will Not Make An Award On The Basis Of This Rfi. concept Of Operations: Fuel Operations Would Primarily Consist Of Receipt, Storage, Protect And Ship U.s. Government-owned Jet-a. All Storage Capacities And Capabilities Must Be Available And Operational Under A Single Deep Water Storage Terminal Facility. area Of Consideration: Cooper River, Charleston South Carolina estimated Annual Throughput: 1,340,000 Barrels capabilities Sought: a. Facilities Capable Of Receiving: u.s. Government-owned Petroleum Products Via Tanker/barge On A 24 Hours Per Day, Seven Days Per Week Basis At Pumping Rates Compatible With The Mode Of Transportation Tendered, A Minimum Of 2,000 Barrels Per Hour For Barges And 8,000 Barrels Per Hour For Tankers. Deep-water Tanker/barge Berth And Access To The Open Sea. Alternate Receipt Into Seaport Tankage Via Tank Car. b. Facilities Capable Of Shipping: u.s. Government-owned Petroleum Products Via Tanker/barge On A 24 Hours Per Day, 7 Days Per Week Basis, At Pumping Rates Compatible With The Mode Of Transportation Tendered (minimum 2,000 Barrels For Barges And 8,000 Barrels Per Hour For Tankers). Also, The Ability To Issue By Pipeline Dfsp Charleston (tap Into The Existing Pipeline). c. Dock Berthing And Mooring Facilities: facilities Capable Of Receiving And Berthing Tanker/barge Not To Exceed 58,746 Dead-weight Tonnage (dwt), 625 Feet Length Overall (loa), Beam Of 105.6 Feet, With A Minimum Draft Of 45 Feet At The Dock. The Facilities Should Be Equipped With A Turning Dolphin Capable Of Accommodating The Lateral Forces Induced When Turning A Vessel. Provide A Detailed Description Of Any Port Restriction/requirement And Harbor, Or Other Fees, Along With Height Restrictions From Ships Manifold To The Waterline During Loading. d. Ability To Simultaneously Issue To Two (2) Medium Range Tanker’s, T-ao’s, T-ake’s And/or Barges. Barges Are Used To Fill And Support Offshore Moored Vessels. e. Lighting: The Facility Must Be Equipped With Illumination To Allow Receipt And Shipping Operations During The Hours Of Darkness. f. Storage Of Aviation Turbine Fuel, Grade Jet-a Totaling 265,000 Barrels g. All Product Must Be Held At A Single Location. h. If The Total Storage Capacity Cannot Be Met, Provide The Capacity That Can Be Supported. submissions Should Be Sent To Rachel Dudley At Rachel.dudley@dla.mil No Later Than 3:00 P.m. Local Fort Belvoir, Va Time On January 6, 2024. Please Direct Any Questions Concerning This Rfi To Contract Specialist, Rachel Dudley At Rachel Dudley Or 703-453-7573, Vickie Davis At Vickie.davis@dla.mil, And/or Contracting Officer, Yalier Fuster At Yalier.fuster@dla.mil Or 804-912-0930. interested Firms Must Include In Their Submission, The Rfi Number Spe603-25-r-5x11 In The Subject Line Of Their Emails. The Following Information Is Requested: 1. Provide A Company Profile To Include Number Of Employees, Annual Revenue History (last 3 Years), Office Location(s), Duns/cage Code Number, Business Size, And A Statement Regarding Current Business Status. 2. Capability Statement. Provide A Brief Explanation Of Your Firm's Capabilities To Provide Contractor-owned, Contractor-operated Fuel Storage Facilities, Equipment, Tools, Materials, Supplies, And Supervision Necessary To Receive, Store, Issue, Maintain Quality, Account For Petroleum Products, Maintain The Associated Fuel Facilities And To Provide Qualified And Experienced Personnel, With Appropriate Clearances, If Required. 3. Past Performance. Do You Have Past Performance As A Prime Contractor Or Subcontractor On A Service Contract For Similar Fuels Management Requirements? If So, Please Provide The Following Information: Contract Number, Name Of Government Agency Or Commercial Entity, Period Of Performance, Dollar Value, Type Of Contract (fixed Price, Cost Reimbursement, Etc.), And An Explanation Of Services Provided As They Relate To Coco Fuels Management. If Your Firm Acted As A Subcontractor Or Joint Venture, Name The Prime Contractor Or Other Party, The Specific Work Performed And Percentage. Address Any Past Performance Problems, And Resolutions Taken. 4. Location: Please Provide The Location/address Of Your Facility.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 4,899,999.10 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0053 - Convergence And Special Support Program- Construction/ Improvement Of Access Roads Leading To Trades, Industries And Economic Zones (road Leveraging Linkages For Industry And Trade Infrastructure Program - Roll-it): Bila-bagnen Oriente Road In Support Of Agribusiness, Coffee And Food Processing Industries, Bauko, Mountain Province. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 45 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 – January 28, 2025 9:30 Am From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On January 15, 2025 10:00 Am At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before January 28, 2025 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 0912-467-5680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable
Closing Date28 Jan 2025
Tender AmountPHP 4.8 Million (USD 83.5 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 8,859,199.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0028 - Organizational Outcome 1: Ensure Safe And Reliable National Road System - Asset Preservation Program - Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads - Mt. Prov-cagayan Via Tabuk-enrile Rd - K0406 + 1001 - K0407 + 052, K0410 + 115 - K0410 + 288, K0410 + 509 - K0410 + 629. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 119 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 – January 28, 2025 9:30 Am From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On January 16, 2025 10:00 Am At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before January 28, 2025 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 0912-467-5680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable
Closing Date28 Jan 2025
Tender AmountPHP 8.8 Million (USD 151 K)

City Of Canlaon Tender

Electrical Goods and Equipments...+2Automobiles and Auto Parts, Electrical and Electronics
Philippines
Details: Description Republic Of Philippines City Of Canlaon Office Of The Bids And Awards Committee Request For Sealed Quotation Date: 30-jan-25 Quotation No.: 2025-01-032 Pr No.: 2025-01-32-b Department: Gso, Canlaon City Bac Control No.: 32 Sir/madam: Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 02/03/2025 In The Return Envelope. Procurement Terms & Conditions 1. The Total Approved Budget For The Contract (abc) Is (p200,000.00) 2. Price Quotation Should Be Inclusive Of The Required Tax Obligations 3. Delivery Period Is Within 7 Days Upon Receipt Of Notice To Proceed (ntp) 4. Refusal To Accept An Award Maybe Ground For Imposition Of Administrative Sanctions Under Rule Xxiii Of The Revised Irr Of Ra 9184 "5. Failure Of The Supplier To Deliver Goods And Render Services Under The Contract Within The Specified Delivery " Schedule Shall Be Liable For Damages For The Delay. Zosilito A. Ongco Vice Chairman/temp.presiding Officer Item No Qty Unit Of Issue Item Description Unit Cost Unit Price Total Price 1 20 Meters Air Hose Isuzu Elf-gen 461 762.00 2 2 Unit Alternator Assy Isuzu Elf-gen 466 12,500.00 3 2 Pcs Battery, 12 Volts, 15 Plates Isuzu 10pc1 (dropside) 12,300.00 4 1 Unit Brake Master, Assy 4bc2 Canter 7,500.00 5 1 Set Clutch Disc Assembly 4bc2 Canter 4,550.00 6 2 Pcs Cross Joint Isuzu Pick Up 4ja1 3,200.00 7 2 Pcs Cross Joint W/ Sample Motorpool 2,900.00 8 1 Pc Fan Belt, B-39 10pdi 500.00 9 1 Pc Fuel Pump Isuzu Ls 3,500.00 10 1 Pc Head Cover L300 780.00 11 1 Set Hydrovac Repair Kit Toyota Ambulance Hi-ace 4,820.00 12 1 Set Idler Arm, Assy Jeep 4,865.00 13 1 Pc Ignition Switch D4bx Funeral Car 4,430.00 14 1 Set Intake Valve L300 1,800.00 15 1 Set Liner O-ring 10pdi 3,500.00 16 4 Pcs Noozle Tip L300 800.00 17 1 Unit Oil Pump, Assy Isuzu 10pc1 (dropside) 18,500.00 18 1 Set Overhauling Gasket 10pc1 13,000.00 19 2 Pcs Per Oil Seal- W/s Isuzu Elf-gen 463 450.00 20 2 Pc Pinion Bearing Isuzu 10pc1 (dropside) 3,900.00 21 5 Set Pressure Hose 4bc2 Canter 1,200.00 22 1 Unit Radiator,assy Suzuki Carry 6,850.00 23 1 Pc Repair Kit Bushing Isuzu Ls 4,500.00 24 1 Pc Repair Kit Oil Seal Isuzu Ls 4,800.00 25 1 Pc Solenoid Switch Toyota Ambulance Hi-ace 3,835.00 26 1 Pc Steering Pump Isuzu Elf-gen 458 9,800.00 27 1 Set Tie Rod End Toyota Ambulance Hi-ace 4,250.00 28 1 Pc Timing Belt 4gb1 3,000.00 29 1 Set Valve Seal L300 280.00 Total For Use Of Various Vehicles,general Services Office,canlaon City Brand Model: Delivery Period: Warranty: Price Validity: After Having Carefully Read And Accepted Your General Conditions. I/we Quote On The Item/s At Price/s Noted Above. Canvassed By: ___________________________________ ___________________________________ (name And Signature Of Authorized Canvasser) (name & Signature Of Dealer/representative) Date: Address: Tel No.: Date:
Closing Date3 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)
7671-7680 of 7934 archived Tenders