Cars Tenders
Cars Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 4.8 Million (USD 83.5 K)
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
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 8.8 Million (USD 151 K)
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
City Of Canlaon Tender
Electrical Goods and Equipments...+2Automobiles and Auto Parts, Electrical and Electronics
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)
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:
Civil Aviation Authority Of The Philippines - CAAP Tender
Others
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 334.7 K (USD 5.7 K)
Details: Description Request For Quotation Date: Rfq No.: Company/business Name: Address: Business/mayor’s Permit No.: Tin: Philgeps Registration Number (required): The Civil Aviation Authority Of The Philippines – Puerto Princesa International Airport, Through Its Area Center Iv Bids And Awards Committee (area Center Iv - Bac), Intends To Procure Supply And Delivery Of Janitorial Supplies For The First Quarter Of Cy 2025 At Ppia Through Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein Addressed To: Atty. Mark Anthony D. Garraez Chairperson, Bids And Awards Committee National Highway, Brgy. San Miguel, Puerto Princesa City, 5300, Palawan Telephone No.: (048) -433-4965 Email: Area4_bac@caap.gov.ph Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By Your Authorized Representative In Sealed Envelope Included Herein, Not Later Than February 10, 2025 At 3:00 Pm. The Following Documents Are Also Required To Be Submitted Along With Your Quotation On The Specified Deadline Above Or Before A Notice Of Award Is Issued: 1. Copy Of 2025 Mayor’s Or Business Permit 2. Copy Of 2025 Tax Clearance 3. Philgeps Certificate (platinum Membership) 4. Spa For Sole Proprietorship/ Secretary’s Certificate For Corporation & Cooperative) 5. Brochure (if Required) 6. Notarized Omnibus Sworn Statement (for Abc’s Above Php50,000.00) (in The Prescribed Template. Downloadable At: Https://www.gppb.gov.ph/downloadables.php) 7. Annual Income Tax Return / Business Tax (for Abc’s Above Php500,000.00) For Any Clarification, You May Contact Us At Telephone No. Or Email Address Provided. Jelyn B. Gabuco Rodney Alvin R. Magnaye Head, Bids And Awards Committee Assistant, Bids And Awards Committee Secretariat Secretariat After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Supply And Delivery Of Janitorial Supplies For The First Quarter Of Cy 2025 At Ppia Technical Specifications / Scope Of Work Compliance (w/ The Specs) Unit Price (in Php) Remarks Yes No 1. Bleach, 3,785 Ml/gal. (chlorine Bleach), 40gals. 2. Car Freshener, Orange, 10 Cans 3. Doormat, All Cotton (rectangle Or Oblong), 50pcs. 4. Fabric Conditioner, 1000ml, 50 Liters 5. Floor Brush, Aluminum Handle, 10pcs. 6. Hand Brush, 5pcs. 7. Gloves, Size: Medium (made Of Lined Latex), 150 Pairs 8. Gloves, Size: Large (made Of Lined Latex), 150 Pairs 9. Insecticide, Aerosol Type, 500ml, 20 Bots. 10. Mop Handle, Screw Type, Aluminum, 20pcs. 11. Mop Handle, Made Of Rayon, 10pcs. 12. Broom Soft, (tambo) Weight: 200g, Tiger Grass, 15pcs. 13. Broom Stick, (tingting) Usable Length: 760mm, 15pcs. 14. Cake Deodorizer, 100g/pc, Assorted Scent, With Holder, 150pcs. 15. Detergent Powder, (150pcs/box), 15 Boxes 16. Glass Cleaner, 500ml, 20pcs. 17. Glass Wiper, Extended Holder, 10pcs. 18. Toilet Bowl Cleaning Strip, 30g, 150 Boxes 19. Trash Bin, Pedal Type, Aluminum Type, 50 Liters, 5pcs. 20. Scented Gel, Air Freshener, 180g, Lemon Scent, 30pcs. 21. Scouring Pad, 5pcs/pack, 220mm X 140mm X 8mm, 30 Packs 22. Toilet Brush With Holder, 10pcs. Other Supplies And Materials 23. Koi King Fish Food, 1kg/pack, 8kgs. 24. Paper Cups, 6.5oz., 6 Boxes 25. Nylon, 300mm, 30 Kilos 26. Chlorine, 100 Kilos 27. Bidet, Stainless Steel Type, 30 Sets Warranty Period: Delivery Period: 3 Calendar Days Supply And Delivery Of Janitorial Supplies For The First Quarter Of Cy 2025 At Ppia Approved Budget For The Contract Total Offered Quotation Three Hundred Thirty-four Thousand Seven Hundred Pesos And 00/100 Only (php334,700.00) In Words: In Figures: . Signature Over Printed Name Position/designation Office Telephone/fax/mobile Nos. Email Address/es
Bureau Of Plant Industry Tender
Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 65 K (USD 1.1 K)
Details: Description Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Unit (bac Office), Bureau Of Plant Industry-los Baños National Crop Research, Development And Production Support Center (bpi-lbncrdpsc), Economic Garden, Brgy. Timugan, Los Baños, Laguna Or Through Courier. 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lot. 10. Deadline For Submission Of Bids: March 06, 2025; 3:00 Pm . 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: 7-15 Calendar Days (cd)-readily Available Goods 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 65,000.00 End User: Bpi-cpeqs Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 2 Unit Big Flashlight Rechargeable Waterproof Heavy Duty Spotlight Electric Torch Emergency Super Bright ₱8,000.00 2 Unit Ns60 12 Volts Maintenance Free Sealed Lead Acid Car Battery (for Generator System) ₱5,420.00 1 Unit 12 Volts/24 Volts Battery Charger Heavy Duty 24a ₱9,000.00 1 Piece Heavy Duty Battery Jump Starter / Booster Cable. 500a, 3.2 Meters, 12mm With Bag ₱840.00 2 Unit Heavy Duty Stainless Knapsack Sprayer, 16 Liters Capacity, Manual Pump ₱4,800.00 1 Piece 2.4g Rechargeable Wireless Powerpoint Presenter Clicker With Laser Remote Control ₱720.00 1 Unit Portable Gasoline Powered Chain Saw: A. 24 Inches Bar Length, 58cc Engine Displacement, 4200 Watts Output Power/11000 Rpm, 2 Stroke Air Cooled, 550 Ml Fuel Tank Capacity ₱18,000.00 Grand Total 65,000.00
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 4.9 Million (USD 86.3 K)
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 4,949,999.20 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0069 - Basic Infrastructure Program (bip) Bip- Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities Construction/rehabilitation Of Local Road, Brgy Poblacion, Sagada, Mountain Province. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 45 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 20, 2025 – March 11, 2025 9:30 Am From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On February 27, 2025 10:00 Am At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before March 11, 2025 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 11, 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 Date Of Issue February 20, 2024
Department Of Education Division Of Camarines Sur Tender
Food Products
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 255 K (USD 4.3 K)
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – General Services Projects No. 25-02-16 Attention : All Service Provider Subject : Advertisement Date : February 6, 2024 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (small Value Procurement). Description Unit Qty Unit Price Total Abc/cost Food And Venue For The Meeting/conference For Towards A Culture Of Excellence: Implementation Of The Result-based Performance Management System For The Curriculum Innovation In Sdo Camarines Sur Food (2 Snacks And 1 Lunch) With Venue For 85 Participants @ Php 600.00/pax X 5 Days = Php 255,000.00 Pax 85 3,000.00 255,000.00 Technical Specifications For Food: I. Menu Day 1 (march 27,2025) Am Snack Cheese Tuna Sandwich Pineapple Juice In Can Lunch 1 Regular Serving Of Beans W/ Minced Meat 1 Regular Serving Of Breaded Porkchop 1 Cup Of Steamed Rice 1 Bottle Of Mineral Water 1 Serving Of Lechetin, Combination Of Gelatin And Leche Flan Pm Snacks 1 Regular Serving Pancit Guisado 2 Sliced Garlic Bread 1 Bottle Of Mineral Water Day 2 (may 22,2025) Am Snacks 1 Regular Serving Of Chicken Sandwich With Potato Chips Pineapple Juice In Can Lunch 1 Regular Serving Chicken Pork Adobo 1 Regular Serving Of Pinangat 1 Cup Of Steamed Rice 1 Regular Serving Of Buko Pandan Cake 1 Regular Serving Of French Onion Soup 1 Bottle Of Mineral Water Pm Snacks 1 Regular Serving Of Sotanghon Guisado 2 Sliced Toasted Bread Pineapple Juice In Can Day 3 (july 24,2025) Am Snacks 1 Regular Serving Of Hamburger Pineapple Juice In Can Lunch 1 Regular Serving Of Buttered Vegetables 1 Regular Serving Of Fried Chicken 1 Cup Of Steamed Rice 1 Regular Serving Of Coffee Jelly 1 Bottle Of Mineral Water Pm Snacks 1 Regular Serving Of Macaroni Salad 1 Regular Serving Of Clubhouse Sandwich Orange Juice In Can Day 4 (september 25,2025) Am Snack 1 Regular Serving Of Banana Cake Orange Juice In Can Lunch 1 Regular Serving Of Roasted Pork Asado 1 Regular Serving Of Fresh Lumpia 1 Cup Of Steamed Rice 1 Serving Of Leche Flan 1 Bottle Of Mineral Water Pm Snacks 1 Regular Serving Of Bijon Guisado 2 Sliced Of Garlic Bread Pineapple Juice In Can Day 5 (november 27,2025) Am Snacks 1 Regular Serving Of Buko Pie Pineapple Juice In Can Lunch 1 Regular Serving Of Buttered Chicken 1 Regular Serving Of Sayote W/ Shrimp 1 Cup Of Steamed Rice 1 Serving Of Fruit Salad 1 Bottle Of Mineral Water Pm Snacks 1 Regular Serving Of Miki Bijon 2 Pcs. Ube Pandesal Mango Juice In Can Ii. Conditions 1. Meal Coverage (5 A.m. Snacks, 5 Lunch, 5 P.m. Snacks) For The Participants 2. Date: March 27, May 22, July 24, September 25 & November 27, 2025 3. With Unlimited Coffee, Creamer And Sugar In A Coffee Nook 4. With Water Dispenser And Purified Water 8.with Assigned Waiters And Head Waiter During The Event Proper Technical Specifications For Venue: I. Availability Of Function Rooms 1. One (big) Air Condition Session Hall That Can Accommodate 85 Participants For Day 1 Sessions (march 27,2025) With 9 Round Tables,10 Chairs Per Table 1 Rectangular Table For Secretariat And 1 Long Table And Chairs For Vips And Guest. 2. One (big) Air Condition Session Hall That Can Accommodate 85 Participants For Day 2 Sessions (may 22,2025) With 9 Round Tables,10 Chairs Per Table 1 Rectangular Table For Secretariat And 1 Long Table And Chairs For Vips And Guest. 3. One (big) Air Condition Session Hall That Can Accommodate 85 Participants For Day 3 Sessions (july 24,2025) With 9 Round Tables,10 Chairs Per Table 1 Rectangular Table For Secretariat And 1 Long Table And Chairs For Vips And Guest. 4. One (big) Air Condition Session Hall That Can Accommodate 85 Participants For Day 4 Sessions (september 25,2025) With 9 Round Tables,10 Chairs Per Table 1 Rectangular Table For Secretariat And 1 Long Table And Chairs For Vips And Guest. 5. One (big) Air Condition Session Hall That Can Accommodate 85 Participants For Day 5 Sessions (november 27,2025) With 9 Round Tables,10 Chairs Per Table 1 Rectangular Table For Secretariat And 1 Long Table And Chairs For Vips And Guest. Ii. Location And Site Condition 1. Venue Must Be Within Naga City For The Accessibility Of The Participants And Geographical Reason 2. With Access To Main Roads And National Highways. 3.with Free Parking Space With Could Accommodate At Least 5-10 Cars 4.venue Must Be Conducive For Intensive Writeshop. Preferably Free From Noise Or Noise Proof Session Hall. Iii. Neighborhood Data 1. Sanitation And Health Condition - Proper Waste Management System Such As Regular Garbage Collection And Sanitary Permit From Appropriate Authority. 2. Police And Fire Station - Proximity To Police And Fire Stations Iv. Venue 1. Structural Conditions: The Foundation Is Made Of Concrete And Structural Steel Materials Or Combination Of Both. 2. Functionality Of Function Room 2.1 Session Room - 1 Session Hall 2.1.1 Arrangement Of Tables And Chairs Must Be Properly Organized 2.1.2 With Round Tables And Chairs Per Day Session Per Hall 2.1.3 With 1 Long Table And 5 Chairs For The Vips And Guest 2.1.4 With 1 Rectangular Table For Secretariat 2.1.5 Front Stage Must Be Free From Obstruction From The View Of The Participants 2.1.6 One (1) Lcd Projector (specification: Vz580 Wuxga And Vx610ga) Wide Screen, Complete Set Of Sound System,2 Microphone (if Wireless, Provision Of Extra Batteries) 2.1.7 One (1) Podium / Lectern For Each Hall 2.1.8 Hotel I.t. Staff On Stand-by In The Session Hall 2.1.9 Unlimited Access To Internet / Wifi And At Least 100 Mbps. 2.1.10 Free Backdrop, Lay Out Approved By The End-user Care Of The Winning Bidder Indicating The Title, Date, Venue And Other Salient Information About The Training. 4 X 8 Ft. Size 2.1.11 Extra Extension Cord That Can Be Used By The Participants 2.2 Light, Ventilation And Air Conditioning - With Uninterrupted Electrical Supply, Fully Air-conditioned Hall 3. Facilities 3.1 Water Supply And Toilet – With Continuous Clean Water Supply And With Equal Access For All Participants 3.2 Lighting System – With Uninterrupted Electrical Supply 3.3 Elevator – With Elevator Going To The Venue 3.4 Fire Escapes – With Fire Escapes, Structure In Compliance With The Standard Provided By The Building Code Of The Philippines. 3.5 Fire Fighting Equipment - With Accessible Emergency Exit And Alarm, With Standby Fire Extinguisher And Automatic Sprinklers 3.6 Internet And Telecommunications - Unlimited Access To Internet/wifi. Internet Bandwidth Should Not Be Lower That 100 Mbps. With Other Internet Provider As Back Up 4. Other Requirements: 4.1 Maintenance - Maintain Cleanliness/disinfection Of Hall And Restrooms. Refilling Of Tissue Paper In Comfort Rooms. 4.2 Attractiveness -with Ambiance That Promotes Learning Note: Partial Billing For The Winning Supplier. Total 255,000.00 Source Of Fund: Division Mooe- Gass Fund 2025 Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local : 407 Or 0946-1944-109 For Any Query. Date Of Opening: February 10, 2025 9:00 A.m. Delivery Date: ¬¬¬¬¬¬¬¬7 Cd From The Date Of Receipt Of The Notice To Proceed The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Sgd. Arvin R. Sese, Ceso Vi Bac Chairperson – General Services Projects
DEPT OF THE AIR FORCE USA Tender
United States
Closing Date24 Feb 2025
Tender AmountRefer Documents
Details: Update: 04/27/2020 - Aoi #2 And #3 Have Been Added To This Notice. Please Reference Attachments For Information. update: 2/25/2020 An Aoi Has Been Added To This Notice. Please Reference Attachments For Information. section 1 – Introduction
under The Authority Of 10 U.s.c. 2371b The Agility Prime Office Is Pursuing Prototype Projects From Nontraditional And Traditional Defense Contractors. These Projects Will Help The Government Assess The Transformative Vertical Flight Market And Vertical Takeoff And Landing (vtol) Technologies. This Effort Seeks To Establish A Collaborative Strategy With Industry And Investors That Accelerates Fielding Of The Most Promising Technologies For Savings And Utility To The Government, As Well As Potential Commercial Market Success. As These Systems Mature Toward Certified Commercial Operations, The Government Will Identify Opportunities For Early Adoption, With The Potential For Procurement And Fielding In The Next Three Years. the Core Technologies Of Interest Include Emerging Electric Vtol (evtol) And Urban/advanced Air Mobility (uam/aam) Aircraft, Although Alternatives Will Be Considered. These Aircraft May Incorporate Non-traditional Electric Or Hybrid Propulsion For Manned Or Optionally Manned Missions, With Onboard Pilot, Remote Pilot, Or Autonomous Control. Based On Emerging Commercial Trends, These Transformational Commercial Vehicles Are Typically Characterized By Employment Of Distributed Propulsion For Vertical Flight And Potential Use Of A Wing For Horizontal Flight, Along With Augmented Flight Control Systems, And High Levels Of Automation Or Autonomy. Besides Aircraft, This Effort Will Consider Similar Support To Enabling Technologies. during This Opening, The Government Intends To Test The Hypothesis That, Compared To Other Ground And Air Vehicles, These Aircraft Could Revolutionize Mobility Given: 1) Lower Maintenance Cost And Time, Through Mechanical Simplicity; 2) Improved Safety And Declining Personnel Demands, Using Autonomy; 3) Affordable Quantity, Based On Potential Mass Production; 4) Improved Acoustics, Employing Distributed Propulsion; And 5) Greater Flexibility And Reduced Infrastructure Needs, With Runway Independence. To Mitigate Risk, This Hypothesis Will Initially Be Tested Outside Of The Urban Environment In Scenarios That Could Potentially Open A Broad Public-use Market For Early Government Adoption Prior To Civil Certification In A Way That Accelerates Uam. Modularity Similar To A Satellite Bus Or Universal Serial Bus (usb) Could Enable Vast Use Cases. These Vehicles, Referred To As Orbs, Are Not Drones, Cars, Helicopters, Trucks, Airplanes, Motorcycles, Or Suvs, But Might Support Similar Missions. Given Their Flexibility, An Orb Could Act As An Organic Resupply Bus For Disaster Relief Teams, An Operational Readiness Bus For Improved Aircraft Availability, And An Open Requirements Bus For A Growing Diversity Of Missions. Orbs Could Enable Distributed Logistics, Sustainment, And Maneuver, With Particular Utility In Medical Evacuation, Firefighting, Civil And Military Disaster Relief, Installation And Border Security, Search And Rescue, And Humanitarian Operations.
this Effort Expands On What Has Thus Far Been A Fruitful But Ad Hoc Engagement With Industry In This Sector Through The Following Path: 1) Requesting Details Regarding Planned Commercial Technologies And Markets; 2) Identifying Technologies That Are Likely To Result In Successful Prototypes; 3) Creating Opportunities For Collaborative Test Planning With The Potential Of Offering Test Assets And Expertise; 4) Leveraging This Campaign For Near-term Government Airworthiness Authorization As Well As Procurement Of Hardware, Software, Data, Or Services. The Intent Is To Accelerate Certification, While Also Assessing The Value Of Early Adoption And Fielding. Near-term Government Use-cases Could Occur Prior To Civil Certification And Might Provide Revenue And Data To Help Accelerate Even Broader Adoption And Technology Development. other Transaction For Prototype (otp)
the United States Government (usg) May Choose To Award One Or More Otps As A Result Of This Opening, Depending On Evaluations And Funds Availability. In Such Cases, An Other Transaction For Prototype (otp) Agreement, In Accordance With 10 U.s Code 2371b, Will Then Be Negotiated For Prototype Project Delivery, Based On The Selected Solution Brief(s). If The Parties Intend, Upon Successful Completion Of The Prototype Project, To Enter Into A Follow-on Production Agreement Without Further Competition Using 2371b Authority, All Such Follow-on Production Agreement Terms Must Be Negotiated Prior To Execution Of, And Included Within, The Original Otp. Alternatively, Upon Successful Completion Of A Prototype Project Under The Original Otp, The Government And Successful Submitter May Subsequently Solicit And Negotiate Follow-on Far Based Contracts, Or Merely Negotiate Such Contracts, If Sufficient Justification Exists For Sole Sourcing. Follow-on Production Agreements May Include, But Are Not Limited To, Further Prototyping, In-kind Testing, Production, And Fielding As Launch Customer. the Otp Must Satisfy At Least One Of The Following Conditions: there Is At Least One Nontraditional Defense Contractor Or Nonprofit Research Institution Participating To A Significant Extent In The Prototype Project. all Significant Participants In The Transaction Other Than The Federal Government Are Small Businesses (including Small Businesses Participating In A Program Described Under Section 9 Of The Small Business Act (15 U.s.c. 638)) Or Nontraditional Defense Contractors. at Least One Third Of The Total Cost Of The Prototype Project Is To Be Paid Out Of Funds Provided By Sources Other Than Other Than The Federal Government. the Senior Procurement Executive For The Agency Determines In Writing That Exceptional Circumstances Justify The Use Of A Transaction That Provides For Innovative Business Arrangements Or Structures That Would Not Be Feasible Or Appropriate Under A Contract, Or Would Provide An Opportunity To Expand The Defense Supply Base In A Manner That Would Not Be Practical Or Feasible Under A Contract. opening Procedure And Participation
this Opening Is A Competitive Solicitation, Continuously Open Until February 24 2025, Which Provides The Authority And Background For A Series Of Future Areas Of Interest (aois—see Definition In Section 2 Below) Requesting Solution Briefs And Proposals For New Solutions Or Potential New Capabilities That Fulfill Objectives, Close Capability Gaps, Or Provide Potential Technological Advancements In The Area Of Transformative Vertical Flight. The Government Reserves The Right To Award Other Transactions For Prototype (otp) Under The Authority Of 10 U.s.c. 2371b As A Result Of This Opening, If Deemed Appropriate, Based On Information Learned About This Field In The Course Of This Offering, Funds Availability, And In Accordance With The Procedures Herein, But The Government Is Not Required To Make Any Award, Unless The Government, In Its Sole Discretion, Deems Such Award Appropriate. “prototypes” Under This Legal Authority May Include Not Only Commercially Available Technologies Fueled By Commercial Or Strategic Investment That Result In Novel Applications For Defense Purposes, But Also, Among Other Things, Prototype Demonstrations, Agile Development Activities That Can Incrementally Improve Commercial Technologies That Then Become Available As Novel Defense Applications, Combinations Of These With Existing Government-owned Capabilities, Or Common Practices Newly Applied For Broad Defense Application(s). The Specific Level Of Support For Each Problem Statement Will Be Enumerated In The Aoi When Published. Please Note: This Opening Is Not Itself A Request For Solution Briefs Or Proposals. Aois Will Be Released In One Or More Separate Documents. otps Entered Into As A Result Of This Opening Shall Be Firm Fixed Price. besides Aircraft, These Aois Could Include But Would Not Be Limited To: Autonomy; Advanced Aircraft Materials And Manufacturing; Novel Acoustics Techniques; Subsystem, Aircraft, And Portfolio Design Tools; Rapid Mission Planning For Dense Air Environments And Logistics Efficiencies; Command And Control Of Air Vehicles; Robotic Landing Gear; Large Flotation Devices; Modular Payload Designs; Air Vehicle Data Networks And Rf Waveforms; Sense And Avoid Architectures, Algorithms, And Sensors; Electrical Power Storage, Generation, Charging; Alternative Onboard And Ground-based Electrical Power Generation; Distributed Electric Propulsion Control Techniques.
this Opening Outlines The Processes And Procedures Whereby Solicit Solution Briefs May Be Submitted In Response To Aois. Aois Are Focused Topic Categories That Will Be Published Separately And Posted To Https://beta.sam.gov. All Solution Briefs Submitted In Response To An Aoi Will Be Considered To Be Made In Response To And Governed By This Opening. The Opening Outlines The Procedures To Submit A Response To An Aoi To Ensure A Competitive Process That Consists Of Three-phases: phase 1 Solution Briefs: Shall Be Submitted As Specified In Section 3.2 Of This Opening. phase 2 Company Engagement: Submitters With Solution Briefs That Satisfy The Aoi Will Be Evaluated And If Found To Be Of Merit May Be Invited To An Engagement Session, Subject To Availability Of Government Funds, Following The Instructions Provided In Section 3.3 Of This Opening, Or Schedule An Engagement With The Government To Provide Further Details On The Aoi. phase 3 Request For Prototype Proposal (rpp): Those Submitters Whose Solution Brief And/or Site Visit Is Found To Satisfy The Aoi, May, Subject To Availability Of Government Funds, Be Invited To Submit A Full Written Proposal Following The Instructions Provided In Section 3.4 Of This Opening For Potential Award Of An Otp For A Prototype Project (see Definition Below). the Government May Publish Aois At Any Time. Interested Submitters Should Check Https://beta.sam.gov For New Aoi Postings Under This Announcement. full Announcement Details On This Ico Are Located In The Attachments Section.
NATIONAL PARK SERVICE USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Closing Date10 Mar 2025
Tender AmountRefer Documents
Details: Site Visits At All Locations (sports And Events Center, Driving Range, Pitchand Putt) Are Now Scheduled For Tuesday, January 28th, And Wednesday, February 12, From 10am To 3 Pm. Prospective Applicants Should Ensure They Visit All Three Locations On The Same Day. Please Be Sure To Register In Advance By Emailinggateway_bmd@nps.govand Providing The Name Of Your Company And The Names/emails Of Attendees. summary Of The Leasing Opportunity: this Request For Proposals (rfp) Provides The Opportunity For Any Interested Individual Or Organization, Hereinafter Referred To As “offeror” (offeror, ‘you’, ‘your’)to Submit Proposals To The National Park Service (nps, ‘lessor’) To Lease Nps Property At Gateway National Recreation Area For Use As Sports And Event Center Under The Following General Terms And Conditions. this Lease Opportunity Is Open On A Competitive Basis And The Facility Will Be Delivered To Lessee, “as-is, With All Faults. The Selected Offeror Will Have Exclusive Rights To Negotiate A Lease Based On The Attached Sample Lease (see Attachment A). Elements Of Your Proposal May Be Incorporated Into The Lease At Lessor’s Discretion. overview Of Property Offered For Lease: historic Hangars 5, 6, 7, And 8 Are Located In The Jamaica Bay Unit Of Gateway National Recreation. The Area In Which They Are Located, Floyd Bennett Field, Is A National Register Historic District. The Hangars Have Been Repurposed As A Sports And Event Center And Are Located At 3159 Flatbush Avenue In Brooklyn, Ny, Between The Belt Parkway And Marine Parkway Bridge. The Sports And Events Center Is Located In A National Park In An Area That Is Open To The Public. hangars 5 & 6 And Hangars 7 & 8 Are Connected By A Steel Frame Infill, Creating A 117,000 Sq. Ft. (16,300 M2) Indoor Recreation Facility. Though The Hangars Are Historic Structures, The Infill Is Not. The Two-floor Facility Contains Offices, A Pro Shop, Two Regulation Sized Ice-hockey Rinks, A Snack Bar, A Lounge Area, Event Space, Gyms, Locker Rooms, Patios, A Climbing Wall, And An Outdoor Swimming Pool(s). additional Recreation Fields And Facilities Included In The Premises Include The Chiller Building, South Football Field, North Football Field, South Bleachers, North Bleachers, Playing Field East Shed, And Playing Field West Shed. The Sports And Events Center Area Also Includes Free Parking For 2,000 Cars, Additional Traffic Circulation Infrastructure, Fencing, Lights, And Scoreboards. a Site Visit For Prospective Offerors Is Expected To Take Place In Mid To Late January Of 2025. More Information Will Be Posted Here: Do Business With Us - Gateway National Recreation Area (u.s. National Park Service) use Of The Lease Premises: nps Intends To Authorize The Continued Operation Of The Facility And Associated Lands As A Sports Center, Recreational Facility, And Event Venue, However Nps Will Consider Additional Proposed Uses So Long As Such Uses Are Determined By The Nps, In Its Sole Discretion, To Be Lawful And Consistent With The Purposes Established By Law For The Park Area. In Addition To The Sports And Events Facility, Areas Authorized For Use Will Include Sports Fields, Walkways, And Some Parking Areas. The Facility Will Also Entail Non-exclusive Use Of Specified Runways For Large-scale Outdoor Events, Subject To Carrying Capacity Limits Imposed By Nps. All Outdoor Large-scale Special Events Require Prior Nps Written Approval, Which Is Subject To Nps’ Sole Discretion. the Area Is Subject To The General Supervision And Inspection Of The Nps And To Rules And Regulations Regarding Ingress, Egress, Safety, Sanitation, And Security. The Lessee Shall Be Responsible For The Maintenance And Repair Of The Premises And Any Improvements To The Premises That May Be Necessary During The Term Of The Proposed Lease. key Information About The Authorized Use: term Of The Lease: No Lease Shall Have A Term Of More Than 20 Years, And The Nps Anticipates A Term Between 10 And 20 Years. The Lease Term Will Commence As Soon As Possible Following Selection Of The Best Offer, Completion Of Lease Negotiations, And Execution Of A Lease. rent: Nps Is Required Under 36 Cfr Part 18 To Receive, At A Minimum, Fair Market Value Rent. Offerors Should Identify The Amount Of Rent They Proposed To Pay In Connection With This Opportunity. The Nps May Provide Rental Offsets For Capital Improvements. The Final Rent Payment Schedule Will Be Negotiated With The Selected Offeror. lessee’s Responsibilities: insurance: During The Term Of This Lease, The Lessee Shall Maintain General Liability, Property & Casualty, Worker’s Compensation & Employer’s Liability, And Business Interruption & Extra Expense Insurance In Amounts Set By The Lessor. At Lease Commencement, Lessee Must Provide Proof Of Property Insurance In The Amount Sufficient To Provide Loss, Damage, And Destruction Coverage For A Facility Of This Size, Scope, And Use, As Well As Proof Of Commercial General Liability Insurance In The Amount Of Not Less Than $3,000,000 Single/$5,000,000 Aggregate, With Additional Excess Liability Insurance [umbrella] Necessary To Provide Adequate Coverage Or Protection Consistent With Industry Standards. existing User Base: The Proposed Applicant Will Have To Manage Continuity In/of Use By Youth And School Groups, And Sports Leagues Currently Utilizing The Facility. access Points: The Flatbush Avenue Entrance Is Currently Closed To Vehicular Traffic Due To Safety And Circulation Concerns. This Requires Visitors To The Facility To Drive In Through Aviation Road, A More Circuitous Route. The Selected Applicant Will Be Responsible For Reconfiguring Vehicular Access To/from The Flatbush Avenue Entrance To/from The Facility At Its Sole Cost And Expense. deferred Maintenance: Historic Hangars 5, 6, 7, And 8 Require Substantial Rehabilitation. The Nps Estimates The Facility May Require Approximately $5 Million In Necessary Repairs To Make The Property Fit For Long-term Use. This Estimate Does Not Include The Cost Of Tenant Fit-outs For Any Specific Use. Offerors Are Responsible For Providing Credible Cost Estimates Consistent With Industry Standards For Proposed Improvements To The Premises. required Repairs And Improvements: The Lessee Will Be Required To Make The Following Repairs Or Improvements To The Premises As Part Of The Lease Terms And Conditions. Such Repairs Or Improvements Include But Are Not Limited To The Following: any Action Required To Address Life/safety Considerations. replacement Of The Ice Rink Compressors If The Proposed Offeror Intends To Continue Utilizing The Ice Rinks. replace The Roof Of The Entire Structure. repair Or Replace The Elevator. repair Or Replace Turf Fields As Deemed Necessary By The Selected Offeror. offerors Are Responsible For Deriving Credible Cost Estimates Based On Industry Standards For Any Improvements Or Repairs To The Premises. A More Complete List Of Required Repairs Or Improvements Is Included In The Rfp: Attachment E: Description Of Required Improvements. building Codes And Zoning: The Premises Are Under The Exclusive Jurisdiction Of The Federal Government And Are Not Subject To The Zoning Regulations Of Kings County. However, The Nps Requires That Any Repairs Or Improvements To Premises Comply With The 2024 International Building Code And 2023 Nfpa 70 (nec), Per National Park Service Requirement, Including The 2024 Icc Codes. The More Stringent Requirement Will Be Used In The Event There Is A Conflict Between The 2024 Ibc And The Ny Ucc Requirements. historic Preservation: The Selected Applicant Will Be Required To Comply With The Secretary Of The Interior's Standards And Guidelines; National Historic Preservation Act (nhpa) And Section 106 Compliance; National Environmental Policy Act (nepa); Nfpa 914 Code For Protection Of Historical Structures When Undertaking Repairs Or Improvements To The Premises. This Means That Construction Design And Drawings Must Be Developed In Keeping With The Above. please Note That Any Proposal Selected Is Likely To Require Compliance Review In Accordance With One Or More Of The Laws, Regulations Or Policies Listed Above. The Cost Of Any Such Compliance Process As Well As The Costs Of Plan Review, Code Review, Construction Inspections, And Any Permitting Required Shall Be Borne By The Lessee. utilities: The Lessee Is Solely Responsible For All Utilities Including Telephone, Cable, And Internet Access. Subject To Advance Written Approval By The Lessor Of Any Utility Service, The Lessee At Its Sole Expense Shall Make All Arrangements With Appropriate Utility Providers (including The Lessor Where Applicable), For All Utilities Not Provided By The Lessor And Furnished To The Premises. Any Utility Service Provided By Lessor Will Be Subject To The Lessor’s Established Policies And Procedures For Provision Of Utility Services To Third Parties. note: Over The Last 5+ Years, The Cost Of Utilities For The Lease Premises Has Ranged From $750k - $1mm Annually. key Personnel: Lessee Shall Be Required To Maintain And Provide To Nps An Updated List Of Its Qualified And Experienced Personnel, Including A List Of All Contractors And Subcontractors Utilized In Connection With The Authorized Activity. sustainability: The Park Manages Its Sustainability Program Under An Environmental Management System, Which Sets Forth Goals Ranging From Solid Waste And Energy Conservation To Renewable Energy And Climate Change Education. lessee Shall Require That Hazardous And Universal Waste Generated From The Site Is Disposed Of In Accordance With State And Local Laws. lessee Shall Ensure That All Trash, Recycling, And Composting Meet Applicable Federal, State, And Local Requirements And Goals. lessee Shall Make Every Effort To Reduce, Reuse, And Recycle Solid Waste. lessee Shall Make Every Effort To Utilize Efficient Energy And Develop And Implement A Comprehensive Plan For Energy And Water Conservation. a Link To The Rfp And Corresponding Attachments, As Well As Information About Other Opportunities At Gateway National Recreation Area, Can Found Here: Do Business With Us - Gateway National Recreation Area (u.s. National Park Service)
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: Modification #1 the Purpose Of This Modification Is Add The Complete Solicitation With The Clauses. Reference Attached File "1a 1305m325q0041 Prism With Clauses." ****** construction Project – Parking Lot Sealcoat Treatment And Striping In Accordance With The Statement Of Work. total Small Business Set-aside Per Far Part 13 Under The Simplified Acquisition Threshold (sat). Firm Fixed-price Contract Will Be Awarded Per The Trade-off Criteria In Car 1352.213-70. See The Attached Full Sf 18 Construction Clauses And Provisions With All Terms And Conditions Which All Vendors Must Be In Compliance With To Be Eligible For Award. New Contract, No Incumbent. bonding/loc Will Be Required Unless Your Quote Is Under $35k. period Of Performance
work Completed No Later Than 240 Days Of Award, Quotes Must Provide Confirmation They Can Fulfill This Requirement. place Of Performance: pocatello, Id - 1945 Beechcraft Ave. Pocatello, Id 83204 las Vegas, Nv - 7851 Dean Martin Dr. Las Vegas, Nv 89139 the General Decision (gd) Id20240091, Posted On 02/16/2024 And Nv20240058, Posted On 09/20/2024 Will Be Incorporated And May Be Viewed At Www.sam.gov see The Attached Sf 18 Construction Template With All Terms And Conditions Which All Vendors Must Be In Compliance With To Be Eligible For Award. the Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt. construction Purchase Order Clauses (fixed-price) updated Through Fac 2025-02 (jan 2025) far 36.204 Disclosure Of The Magnitude Of Construction Projects the Magnitude Is Between $25,000 And $100,000. utilization Of Fedconnect® For Contract Administration the Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®. (end) car 1352.215-72 Inquiries (apr 2010) offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Marilyn.herrera@noaa.gov. Questions Should Be Received No Later Than 4:00 P.m. On 01/17/2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract. (end Of Clause) far 52.236-27 Site Visit (construction) (feb 1995) (a) The Clauses At 52.236-2, Differing Site Conditions, And 52.236-3, Site Investigations And Conditions Affecting The Work, Will Be Included In Any Contract Awarded As A Result Of This Solicitation. Accordingly, Offerors Or Quoters Are Urged And Expected To Inspect The Site Where The Work Will Be Performed. (b) Site Visits May Be Arranged During Normal Duty Hours By Contacting: name: Mike Kent email: Mike.kent@noaa.gov phone: 805-889-0645 (end Of Provision) a Site Visit Is Highly Recommended But Not Required. Vendors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. car 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (apr 2010) the Government Intends To Award A Trade-off, Firm Fixed Price Purchase Order Resulting From This Request For Quotation To The Responsible Offeror Whose Quotation Results In The Best Value To The Government, Considering Both Price And Non-price Factors With Payment Terms Of Net 30. the Evaluation Will Consider The Non-price Technical Solution (technical Approach, Capability, Experience And Past Performance) To Be Significantly More Important Than Price. However, As Quotes Are Determined To Be More Equal In The Non-price Evaluation Factors, Price Becomes More Important. the Government Reserves The Right Not To Award A Purchase Order Depending On The Quality Of The Quote(s) Submitted And The Availability Of Funds. the Government May Award To Other Than The Lowest-priced Vendor Or The Vendor With The Highest Technical Rating If The Contracting Officer Determines That To Do So Would Result In The Best Value To The Government. The Government Will Not Make An Award At A Significantly Higher Overall Price To Achieve Only Slightly Superior Performance Capability. the Following Factors Are Listed In Order Of Importance And Will Be Used To Evaluate Quotations: technical Approach And Capability. the Offeror’s Overall Technical Approach Will Be Evaluated To Assess The Government's Level Of Confidence In The Offeror’s Understanding Of, Approach To, And Ability To Successfully Perform The Requirements As Described In The Statement Of Work. A Detailed Technical Approach Write-up Describing How The Offeror Will Perform This Service Is Required To Be Submitted With The Quote Regardless Of Whether A Site Visit Was Made Or Not. The Technical Approach Write-up Must Not Be A Reiteration Of The Statement Of Work, But How Your Company Plans On Performing The Tasks Listed In The Attached Statement Of Work. (i.e. Performance Checklists, Anticipated Number Of Employees, Anticipated Hours At The Facility And/or Confirmation Of Supplies Being Provided, Etc.) experience. the Offeror's Background, Experience, And Qualifications (relevant Past Projects Performing Similar Services, Certifications Related To Current Requirement, Etc.) Will Be Assessed To Determine The Likelihood That The Offeror Can Successfully Perform The Contract Requirements. Offeror Must Have Knowledge And Experience With Parking Lot Sealcoat Treatment And Striping. past Performance. quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Services Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work. the Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To (cs/co Email) By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information. the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services. offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance. price. the Quoted Prices Will Be Evaluated But Not Scored. The Government Will Evaluate The Price Quote For Completeness And Reasonableness In Relation To The Rfq Requirements. Quoted Prices Must Be Entirely Compatible With The Non-price Technical Solution. period Of Performance: Work Completed No Later Than 240 Days Of Award, Quotes Must Provide Confirmation They Can Fulfill This Requirement. warranty In Writing For Parts And Labor. (end Of Provision) car 1352.213-71 Instructions For Submitting Quotations Under The Simplified Acquisition Threshold—non-commercial (apr 2010) (a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code And Small Business Size Standard For This Acquisition Is 238990 And $19.0m. (b) Submission Of Quotations. Submit Quotations To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. At A Minimum, Quotations Must Show– (1) The Solicitation Number; (2) The Name, Address, And Telephone Number Of The Offeror; (3) Acknowledgment Of Solicitation Amendments; (4) A Technical Description Showing That The Offeror Can Supply The Requirements In The Specifications Or Statement Of Work In Sufficient Detail To Allow The Government To Evaluate The Quotation In Accordance With The Evaluation Factors Stated In The Solicitation. (5) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Reference Information (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information). (6) Price And Any Supporting Details For The Price, As Requested In The Solicitation. (c) Offerors Are Responsible For Submitting Quotations And Any Modifications Thereto, So As To Reach The Government Office Designated In The Solicitation By The Time Specified. The Offeror's Initial Quotation Should Contain The Offeror's Best Terms From A Price And Technical Standpoint. The Government May Reject Any Or All Quotations If Such Action Is In The Public Interest; Accept Other Than The Lowest Quotation; And Waive Informalities And Minor Irregularities In Quotations Received. (end Of Provision) statement Of Work parking Lot Sealcoat Treatment And Striping background: the National Weather Service (nws), Weather Forecast Office (wfo’s) In Pocatello, Id And Las Vegas, Nv Have Parking Lots That Have Not Been Resealed In 10-15 Years And Are In Severe Need Of Treatment. The Existing Surface Has Deteriorated With Large Cracks. general Intention: to Obtain The Services Of Crack Repair, Seal Coat And Re-striping Parking Stalls To Include One Handicap Stall With Handicap Symbol. general Requirements: the Contractor Shall Provide All Supervision, Labor, Tools, Materials And Equipment Necessary To Perform Work As Stated. All Work And Materials Supplied Shall Be In Accordance With These Instructions, Manufacturer’s Specification, All Applicable Federal, State, Local, Osha, Epa, Nec, Nfpa, Building And Facilities Codes And Criteria. the Contractor Shall: 3.1. Provide, As Necessary, Sufficient Traffic Barricades While The Work Is In Progress To Restrict Access To The Work Area Until The Sealer Application And Re-striping Work Is Completed. Remove The Barricades Only After Notifying The Contracting Officer’s Representative (cor) That The Work Is Complete And Vehicle Access Is Authorized. 3.2. Contractor Shall Verify All Measurements Stated Below For Wfo Specifications. Total Asphalt Area For Each Site Is Listed Below. pocatello, Id - 14,350 Ft2 las Vegas, Nv - 14,500 Ft2 3.3. The Material Used Is Within Its Manufacturer Stated Shelf Life; Proof Of Shelf Life Shall Be Provided To The Cor. 3.4. Prior To Surface Cleaning, Clean Out All Cracks Using Compressed Air, And Seal All Cracks Between 1/8” To 2” In The Pavement Using An Approved Crack Sealant. The Crack Sealant Shall Be Compatible With The Surface Sealer Being Applied To The Asphalt Paved Areas Of This Project. 3.5. Repair Cracks That Are Larger Than 2” In Width By Saw Cutting. Remove 6” Of Old Material On Each Side Of The Crack (1 Foot In Total). Pack Removed Area With New Asphalt. 3.6. Before Applying The Sealer, All Foreign Material Shall Be Removed From The Surfaces To Be Treated Including Stall Striping Tape, Loose Material, Dirt, Clay, Oil And Grease Spots. Oil And Grease Spots Shall Be Cleaned And Spot Primed. After The Cleaning Operation And Prior To Application Of The Sealer, The Contractor Will Inspect The Area To Be Treated To Determine Its Ability To Receive The Sealer. 3.7. The Asphalt Sealer Shall Be Of A Type That Has Been Used Commercially In The Specified Areas For At Least The Past Three Years. The Sealer Shall Also Have A Proven Record Of Satisfactory Performance Based On The Ability Of The Material To Reduce The Rate Of Loss Of Fines And To Retard Crack Propagation Of The Pavement. 3.8. All Pavement Markings Which Existed Prior To The Application Of The Surface Sealer Shall Be Reestablished By The Contractor After The Manufacturer-recommended Curing Period. All Guidelines And Templates Shall Be Furnished By The Contractor. Finished Edges Of All Markings Shall Be Sharply Outlined. Paint Colors Shall Be Those As Specified By The American Association Of State Highway And Transportation Officials (aashto) For The Intended Use. attachments pocatello Wfo Drawing las Vegas Wfo Drawing submittal Requirements: the Contractor Shall Provide Electronic Copy Of Each Required Submittal In Accordance With The Below Schedule: deliverable objective due deliver To specification Sheets Describing In Detail The Marking Paint To Be Used For All Sites determine Material To Be Used within 10 Days Of Awarded Contract cor specification Sheets Describing In Detail The Crack Sealing Material To Be Used For All Sites determine Material To Be Used within 10 Days Of Awarded Contract cor specification Sheets Describing In Detail The Surface Sealing Material To Be Used For All Sites determine Material To Be Used within 10 Days Of Awarded Contract cor work Schedule, With Start And Completion Dates coordinate Scheduling With Nws within 3 Days Of Awarded Contract, Or Before Work Begins cor designation Of On-site, Job-site Supervisor And Contact Information provide A Primary Point Of Contact (poc) To Nws contract Award cor 1-year Warranty Documentation warranty Parts And Labor upon Acceptance Of Work contracting Officer (co) sds (safety Data Sheet) list Any Hazardous Material That Will Be Used In Performance Of This Contract. Ref. Far 52.223-3 And Fed-std-313e within 3 Days Of Awarded Contract, Or Before Work Begins, Whichever Occurs First co/cor location: project Is To Be Completed On The Below Premises. pocatello, Id - 1945 Beechcraft Ave. Pocatello, Id 83204 las Vegas, Nv - 7851 Dean Martin Dr. Las Vegas, Nv 89139 period Of Performance: work Must Begin Within Ten (10) Business Days Of Award Of The Purchase Order; “work” Includes Ordering Materials Not Already In Stock And Necessary To Perform The Work. On Site Work Shall Be Completed Within Two Hundred And Forty (240) Calendar Days Of Receipt Of All Necessary Materials. definitions: where “as Shown”, “as Indicated”, “as Detailed”, Or Words Of Similar Import Are Used, It Shall Be Understood That Reference To The Drawings Accompanying This Specification Is Made Unless Stated Otherwise. where “as Directed”, “as Required”, “as Permitted”, “approved”, “acceptance”, Or Words Of Similar Import Are Used, It Shall Be Understood That The Direction, Requirements, Permission, Approval, Or Acceptance Of The Co Is Intended Unless Stated Otherwise. as Used Herein, “provided” Shall Be Understood To Mean “provided Complete In Place”, That Is “furnished And Installed”. regular Working Hours: regular Working Hours Are From 0700 To 1600 Monday Through Friday Except Federal Holidays And Other Days Specifically Designated By The Designated Representative. “regular Working Hours” Means Hours A Contractor Can Expect To Be Allowed To Perform Work On Site, Or Be Able To Contact The Office. Anything Outside Regular Working Hours Must Be Done By Permission Of The Cor. observance Of Legal Holidays And Site Closure Information the Contractor Shall Observe Any Federal Holidays If The Holiday Falls Within The Period Of Performance Of This Contract. when Any Holiday Falls On A Saturday, The Preceding Friday Is Observed; When Any Holiday Falls On A Sunday, The Following Monday Is Observed. All Personnel Assigned To This Contract Shall Limit Their Observation Of Holidays To Those Set Forth Above. in Each Instance, The Contractor Agrees To Continue To Provide Sufficient Personnel To Perform Requirements Of Any Critical Tasks Already In Operation Or Scheduled, And Shall Be Guided By The Instructions Issued By The Cor. In The Event Of A Site Dismissal Or Closure Due To Weather, Emergency Or Other Circumstances, The Contractor Is Instructed To Contact The Cor. 2025 Holiday Schedule date holiday wednesday, January 01 new Year’s Day monday, January 20 birthday Of Martin Luther King, Jr. monday, January 20* inauguration Day monday, February 17** washington’s Birthday monday, May 26 memorial Day thursday, June 19 juneteenth National Independence Day friday, July 04 independence Day monday, September 01 labor Day monday, October 13 columbus Day tuesday, November 11 veterans Day thursday, November 27 thanksgiving Day thursday, December 25 christmas Day *this Holiday Is Designated As "inauguration Day" In Section 6103(c) Of Title 5 Of The United States Code, Which Is The Law That Specifies Holidays For Federal Employees. Federal Employees In The Washington, Dc, Area Are Entitled To A Holiday On The Day A President Is Inaugurated On January 20th For Each Fourth Year After 1965. **this Holiday Is Designated As "washington's Birthday" In Section 6103(a) Of Title 5 Of The United States Code, Which Is The Law That Specifies Holidays For Federal Employees. Though Other Institutions Such As State And Local Governments And Private Businesses May Use Other Names, It Is Our Policy To Always Refer To Holidays By The Names Designated In The Law. conduct Of Work the Contractor Must Ensure Employees Are Physically Able To Accomplish The Work Specified Herein. All Such Employees Working On Government Premises Are Subject To All Applicable Federal Rules And Regulations With Regard To Entering And Leaving The Premises And Building(s). Any Contractor Employee Who Is Considered Incompetent, Careless, Insubordinate, Unsuitable, Or Otherwise Objectionable Or Whose Continued Employment Is Contrary To The Public Interest By The Government’s Designated Representative Will Be Promptly Removed From The Contract Work Upon Notification To The Contractor By The Contracting Officer That Such Conditions(s) Described Above Exist. Onlylegal Us Citizens And Immigrants Are Allowed To Work On Federal Government Construction Projects. safety Requirements: all Work Shall Be Conducted In A Safe Manner And Shall Comply With Station Regulations And Department Of Labor Standards. The Government Will Not Provide Safety Equipment To The Contractor. The Contractor’s Work Site May Be Inspected During Performance Of The Contract For Osha And Station Safety Violations. It Will Be The Contractor’s Responsibility To Rectify Any Violations Immediately. the Contractor Shall Report Any Accidents That Occur During The Performance Of The Contract To The Co Or A Designated Representative, Within 24-hours Of An Occurrence. provide And Maintain Fire Extinguishers In Construction Areas. Flammable And Combustible Liquids: Store, Dispense And Use Liquids In Accordance With 29 Cfr 1926, Nfpa 241 And Nfpa 30. security Requirements: all Personnel Performing Work Under This Contract Shall Be Legal Citizens Or Legal Immigrants Of The United States. identification Of Contractor Vehicles: each Contractor Provided Vehicle Shall Show The Contractor’s Name That Is Clearly Visible And Let The Administrative Assistant At The Front Desk Know What Vehicle Belongs To You As The Contractor. Display A Valid State License Plate And Safety Inspection Sticker, If Applicable. Contractor Vehicles Operated On Government Property Shall Be Maintained In Good Repair. station Regulations: the Contractor And His Employees Shall Become Acquainted With And Obey All Government Regulations As Posted, Or As Requested By The Cor. government-furnished Equipment, Utilities, And Facilities: a Designated Representative Will, Upon Request, Designate Specific Areas Adjacent To The Building And Within The Existing Parking Lot, Specific Areas For The Delivery And Lay-down Of Materials And Equipment To Be Used By The Contractor Specific To This Work. Utilities, Such As Electricity Specific To This Work Will Be Supplied By The Government. cleanup: the Premises Shall Be Kept Free At All Times From Accumulation Of Waste And/or Rubbish Resulting From The Work. Upon Completion Of The Work, All Debris, Tools And Surplus Materials Shall Be Removed And The Entire Area Shall Be Left In A Neat And Clean Condition. All Debris, Trash, Waste And Surplus Material Shall Be Properly Disposed Of Off-site. points Of Contact: to Be Provided At Time Of Award. invoicing: upon Completion And Acceptance Of The Work, The Invoice Shall Be Submitted Via The Invoice Processing Platform (ipp). The Nws Designated Representative To Certify For Payment Is To Be Provided At Time Of Award. construction Order Certifications And Other Statements Of Offerors (fixed-price) ***note: Offeror Must Complete And Return This Section With Quote.*** order/contract Number: 1305m325q0041 name Of Offeror: ____________________________________ asbestos-containing Materials Certification the Offeror Hereby Certifies That No Asbestos-containing Materials, Products Or Supplies Will Be Delivered To The Work Site Or Utilized Or Installed During The Performance Of The Proposed Contract. The Offeror Also Certifies, That If Awarded The Contract, They Will Be Responsible For The Cost Of Removal Of All Asbestos-containing Materials, Products Or Supplies Delivered To The Work Site Or Utilized Or Installed During The Performance Of The Contract, And The Cost For Remediation Of Any Hazard Created. offeror Name: ________________________________________ certifying Official (vendor Signs) signature: printed Name: title: date: authorized Negotiator(s) the Offeror Or Respondent Represents That The Following Persons Are Authorized To Negotiate On Its Behalf With The Government In Connection With This Request For Offer: name title telephone Number
8181-8190 of 8445 archived Tenders