Cars Tenders

Cars Tenders

Landeshauptstadt Potsdam Tender

Civil And Construction...+1Road Construction
Germany
Closing Date18 Feb 2025
Tender AmountRefer Documents 
Details: In 2023, the Potsdam City Council adopted the concept of "Rethinking inner-city street spaces" as a guideline for the administration. This is intended to achieve the goal of a car-free inner city with streets that are livable and safe for everyone, but at the same time also serve local businesses and promote their growth. As part of this concept, a real experiment is to be carried out in the inner city of Potsdam as a local street festival and various alternative uses of the street space without cars are to be tested in a very practical way together with the citizens of the city and opinions are to be obtained. The state capital Potsdam is looking for a contractor as a service provider to organize the real experiment. This service provider is to take on the necessary services from the conception to the implementation and follow-up of the event and the involvement / activation of the stakeholders on behalf of the city. The real experiment is to show the streets of tomorrow on a weekend in July 2025 in parts of the 2nd Baroque city center as a local street festival (not a major event or nationwide city festival). The aim is to test and experience together that streets are not just made for cars, but also have space for pedestrians, cyclists and e-mobility and can be places for the community with a high recreation, leisure and entertainment factor. For the real experiment, sections of the road are to be temporarily closed to car traffic. Residents, business people and guests are invited to try out alternative uses on the open streets. Here, various communal (new, sustainable) activities such as sport, art, culture, street markets, play areas, neighbor meetings, cooking together, etc. can be tested and experienced on the street. The stakeholders activated by the contractor (residents, clubs, associations, artists, restaurateurs, etc.) are to actively involve those interested through joint activities and discussions, entertain them and convey information in a clear manner. During the experiment, experiences, impressions, the behavior of the participants and the needs of the residents are to be collected and evaluated.

DEPT OF THE AIR FORCE USA Tender

Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In The Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. funds Are Not Presently Available For This Requirement But The Government Expects Funding To Be Made Available No Later Than 7 Days Prior To The Performance Date Of The Contract Awarded From This Solicitation. Apparent Awardee Must Accept A Letter Of Intent To Guarantee Performance Until Funding Is Made Available. 1. The Solicitation Number Is Fa4861-25-sec. This Solicitation Is A Request For Quotation (rfq). 2. The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-06, Dated 29 August 2024. 3. This Rfq Is To Be Solicited As A Total Small Business Set. The Associated North American Industry Classification System (naics) Code 334519 With A Small Business Size Standard Of 600 Employees. 4. The Anticipated Contract Type Will Be A Firm Fixed Price (ffp). The Contract Line Item Number (clin) Structure Is As Follows: Clin 0001 – Security Equipment Iaw Sow [qty.: 1 Lot] 5. Description Of Requirement For The Items To Be Acquired: ***reference Attachment 1 – Statement Of Work For Specifications, Descriptions, And Additional Information. a. Period Of Performance 02 Apr 2025 – 06 Apr 2025 b. Place Of Delivery: Nellis Afb, Nv c. Inspection And Acceptance: Fob Destination far 52.212-1 Instructions To Offerors - Commercial Products And Commercial Services. (sep 2023) requirements. In Accordance With Far 52.204-7 And Defense Far Supplement (dfars) 252.207-7004 Alt A, Prospective Vendors Must Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Lack Of Sam Registration Shall Be A Determining Factor For Contract Award. Prospective Vendors Should Visit The Sam Website At Http://www.sam.gov.com To Register. All Quotes Shall Include The Following Minimum Information: Product Specifications, Cage Code, Sam Unique Entity Id, Payment Terms, Discount Terms, Point Of Contact, Phone, Fax, Email And Proposed Delivery Schedule. It Is The Responsibility Of The Offeror To Contact The Government To Confirm Receipt Of The Quote Prior To The Offer Due Date And Time. site Visit. A Site Visit Will Be Held At Nellis Afb, Nv In Building 588 On Friday, 13 December 2024, At 0900 Pdt. Please Rsvp No Later Than Thursday, 12 December, At 1400 Pdt. Send An Rsvp Email To Sra Carlos Burnes At Carlos.burnes@us.af.mil And Tsgt David Kim At David.kim.18@us.af.mil. Include Your Company Name, The Name Of The Individual(s) Attending, Company Phone Number, Phone Number Of The Individual(s) Attending. There May Only Be Two (2) Representatives Per Company. (note: Vendors Will Be Met At The Nellis Afb Main Gate At No Earlier Than 0800 Pdt. Vendor Are Required To Provide A Valid Driver’s License [this Must Be A Real Id Or Two (2) Forms Of Identification, Proof Of Insurance And Car Registration]. questions And Answers. All Questions Must Be Submitted Via Email To Sra Carlos Burnes At Carlos.burnes@us.af.mil. The Deadline For Submitting Questions Is Friday, 27 December 2024, At 1200 Pst. Questions Submitted After The Cut-off Date Will Not Be Reviewed Or Answered. Answers Will Be Provided By Tuesday, 31 December, At 1600 Pst. quote Due Date. Quotes Are Due Friday, 03 January 2025, At 1600 Pst. Only Electronic Offers Submitted Via Email Will Be Considered For This Requirement. Submit Offers To Sra Carlos Burnes At Carlos.burnes@us.af.mil. (end Of Provision) far 52.212-2 Evaluation - Commercial Products And Commercial Services (nov 2021) (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Vendor Whose Quote Conforming To The Solicitation Is The Lowest-priced, Technically Acceptable (lpta). This Is An “all Or None” Requirement And Will Be Awarded On One Contract. Multiple Contracts Will Not Be Issued. Vendors Who Do Not Quote The Entire Package Requested Will Be Considered Non-responsive And Their Quote Will Not Be Evaluated. technical Acceptable/unacceptable Ratings--- acceptable: Offeror Has Followed Instructions In 52.212-1. Offeror’s Quote Clearly Meets The Requirement As Stated In The Solicitation And All Attachments. unacceptable: Offeror Has Not Followed Instructions In 52.212-1. Offeror’s Quote Does Not Meet The Requirement As Stated In The Solicitation And All Attachments. (end Of Provision) far 52.252-2 Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/ (end Of Clause) provisions And Clauses Incorporated By Reference far 52.204-7 System For Award Management (oct 2018) far 52.204-13 System For Award Management Maintenance (oct 2018) far 52.204-24 - Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) far 52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures (dec 2023) far 52.212-3 - Offeror Representations And Certifications—commercial Products And Commercial Services (may 2024) far 52.212-4 - Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023) far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (may 2024) far 52.219-1 - Small Business Program Representations (feb 2024) far 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation (dec 2016) dfars 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022) dfars 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) dfars 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023) dfars 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021) dfars 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) dfars 252.204-7024 Notice On The Use Of The Supplier Performance Risk System (mar 2023) dfars 252.211-7003 Item Unique Identification And Valuation (jan 2023) dfars 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023) dfars 252.225-7001 Buy American And Balance Of Payments Program (feb 2024) dfars 252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022) dfars 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022) dfars 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023) dfars 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation (jun 2023) dfars 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023) dfars 252.232-7003 - Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) dfars 252.232-7006 - Wide Area Workflow Payment Instructions (jan 2023) dfars 252.232-7010 Levies On Contract Payments (dec 2006) dfars 252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023) dfars 252.247-7023 Transportation Of Supplies By Sea (jan 2023) daffars 5352.201-9101 - Ombudsman (jul 2023) daffars 5352.242-9000 - Contractor Access To Air Force Installations (jun 2024) list Of Attachments

Islington Tender

Others
United Kingdom
Closing Date13 Feb 2025
Tender AmountGBP 132.5 Million (USD 164.7 Million)
Details: Islington Council (the “authority”) Invites Suitable Expressions Of Interest From Bidders For This Contract. 1 Background This Contract Opportunity Is An Alignment Of A Number Of Existing Parking Service Contracts. The Ceo And Cctv Enforcement Service And The Vehicle Removal And Pound Facility Service Are Due To Expire On 30 September 2025, The Cashless Parking Service And Business Processing Service – Printing, Posting And Scanning Are Due To Expire On 31 March 2026. The New Single Contract Being Advertised Includes; Ceo And Cctv Enforcement, Cashless Parking, Business Processing - Printing, Posting And Scanning, Vehicle Removal And Pound Facility, And Complaints Handling. The Authority Is Committed To Delivering These Services To The Highest Standards At The Most Economically Advantageous Price. The Contract Will Include A Number Of Key Performance Indicators And Monitoring Mechanisms To Ensure The Effective Delivery Of These Services. The Authority Will Deliver These Services To Achieve Its Policy Objectives Including Responding To Climate Change/net Zero Carbon Objectives, Cleaner Air, Reducing Traffic And Emissions And Creating Liveable Neighbourhoods, Keeping Cycle And Bus Lanes Free And Ensuring Emergency Corridors Are Kept Clear. There Are Strict Controls Linked To Any Income To The Authority Generated By The Contract Meaning It Can Only Be Spent On Improving Transport And Environmental Services. Key Policy Objectives Set Out In The Authority’s Vision 2030 Strategy And Transport Strategy 2020 - 2041 Relevant To The Contract Include: · Reduce The Volume And Proportion Of Trips Made By Motor Vehicles In Islington. · Reduce Carbon Emissions By Encouraging Walking And Cycling And Transforming The Borough’s Streets. · Improve Local Air Quality By Reducing Transport-related Pollutants That Are Harmful To Health And The Environment. · Reduce Transport-related Pollution Including Noise, Light And Vibration And Associated Negative Health And Environmental Impacts Particularly In Sensitive Locations. · Ensure That New Developments Reduce The Need To Travel And Are Car-free. · Encourage Residents And Businesses To Switch To Low Emissions Vehicles. · Excellent Customer Service · Ease Of Use To Service (cashless Payments) The Authority’s Strategic Priorities That The Contract Will Contribute To Are: · Local Jobs And Businesses In A Thriving Local Economy, We Will Be Involving Community And Resident Engagement Teams. · We Are Driven By Delivering Impact. · We Work In Partnership. 1.1 Services To Be Delivered The Authority Requires The Bidder To Provide The Services Listed Below, Which Will Be Evaluated As Part Of The Bidders Tender With The Exception Of Resilience Services: Civil Enforcement Officer (ceo) And Cctv Enforcement This Element Of The Service Includes On-street Enforcement Undertaken By Civil Enforcement Officers Patrolling The Street On Foot And Using Appropriate Vehicles To Ensure Parking Restrictions Are Enforced 24 Hours A Day Including Bank Holiday And Special Events Taking Place At The Arsenal Football Stadium. The Contract Requires Cctv Clip Processing To Take Place To Identify Moving Traffic And Bus Lane Contraventions And Subsequently The Issuance Of Valid Penalty Charge Notices. The Authority Currently Issues Approximately 400,000 Pcns Per Year With An Estimated 200,000 Being Issued By Civil Enforcement Officers, And An Estimated 200,000 Which Were Captured By Cctv. This Service Will Commence On 1 October 2025. Cashless Parking Services The Authority Requires A High-quality Cashless Parking Service, This Will Include Electronic Short Stay Purchases Of Kerbside Parking Permits And Visitor Vouchers. The Authority’s Charging Structure Is Based On Vehicle Co2 Emissions. There Are Approximately 1.4 Million Transactions Taking Place Annually. This Service Will Commence On 1 April 2026. Printing, Posting And Scanning Services The Authority Requires A Solution For The Printing And Posting Of Statutory And Other Related Documentation Along With The Scanning And Indexing Of Incoming Correspondence Not Received Via Our Dedicated It Systems. There Are Approximately 500,000 Letters That Are Printed And Posted Annually And An Estimated 50,000 Items For Scanning And Indexing. This Service Will Commence On 1 April 2026. Vehicle Removal And Pound Facility The Authority Requires The Provision Of Removal Trucks, Clamping Services And A Pound Facility To Conduct Relocations And Removal Of Vehicles Identified As Persistent Evaders And Vehicles Causing An Obstruction On The Public Highway. There Is An Estimated 1200 Relocations And 300 Vehicles Removed To The Pound Annually. This Service Will Commence On 1 October 2025. Complaints Handling The Contract Requires The Successful Bidder To Be Responsible For Managing The First Line Of Complaints Related The Services Being Delivered. This Service Will Commence On 1 October 2025. Resilience Services There Is Also A Requirement To Deliver A Resilience Service Upon Request By The Authority, For Services Usually Undertaken In House. This Includes But Not Limited To; Notice And Debt Processing, Suspensions, Sign And Line Maintenance And Business Intelligence. 1.2 Additional Goods And Services During The Term Of The Contract, With No Obligation On The Authority To Proceed With Any Or All Of These Options, The Authority May Require The Bidder To Purchase On The Authority’s Behalf Other Services, Including But Not Limited To; • A Parking Management And Processing It System • Purchase Of Additional Cctv Cameras 1.3 Accommodation The Authority Will Supply Three Premises For The Bidder To Operate From, Which The Authority Reserves The Ability To Change The Location And Number Premises During The Term Of The Contract. These Premises Are Currently Used By The Incumbent For The Delivery Of All Enforcement Services Within The Borough. 2 Tupe [transfer Of Undertakings (protection Of Employment) Regulations] Potential Providers Must Be Aware That Tupe Will Apply To This Service. Further Details Will Be Available In The Invitation To Tender. 3 Contract Period The Initial Duration Of The Contract Will Be 48 Months From An Estimated Start Date Of 1 October 2025 With An Option To Extend For A Further 48 Months And A Final Option To Extend For A Further 24 Months. (maximum Of 120 Months). 4 Contract Value The Estimated Total Value Of This Contract Is £132,560,369 Over The Maximum 120 Months. This Is Based On An Estimated £9.2 Million Per Annum To Which Interest On An Annual Basis Will Be Applied. However, The Authority Expects The Bids Received Will Be Lower Than The Estimated Value. This Figure Does Not Include Resilience And Additional Goods And Services Shown Above, Which The Authority May Utilise During This Contract. 5 Award Criteria The Contract Will Be Awarded To The Most Economically Advantageous Tender (meat) In Accordance With The Public Contracts Regulations 2015. Meat For This Contract Is Quality 60% And Cost 40%. Tender Submissions Will Be Subject To Minimum Quality Thresholds, Further Details Will Be Provided In The Procurement Documents. • Cost 40% • Quality 60% The 40% Price Element Will Be Evaluated By The Schedule Of Rates. For Further Information Please See Itt 02a Schedule Of Rates Guidance Document. The 60% Quality Element Comprises Of: A) Social Value - Which Equates To 20%, This Will Be Evaluated By The Social Value Calculator And Method Statement Sv1. For Further Information Please See Itt 01b Social Value Information And Guidance. B) Method Statements - Which Equates To 40%, This Will Be Evaluated As Set Out In Section 4a In The Itt 01 Return. For Further Information Please See The Itt 00 Guidance. Total 100% Tenderers Should Be Aware That We Reserve The Right To Hold Presentations And/or Interviews During The Tender Process. Presentations And/or Interviews Will Be For Verification/clarification Purposes Of The Written Submission. We Reserve The Right To Interview Leading Bidders. 6 Procurement Process As The Value Of The Contract Is Above The Threshold For Wider Advertising Of The Opportunity, A Contract Notice Will Be Published On Contracts Finder And Find A Tender Service. This Contract Will Be Procured Using The Open Procedure. The Open Procedure Means That All Bidders Who Successfully Express An Interest Will Automatically Be Invited To Tender And Have Access To The Tender Documents. Those Who Submit A Tender And Meet The Minimum Requirements Will Have Their Full Tender, Method Statements And Pricing Evaluated. 7 How To Express An Interest If You Wish To Apply For This Contract Opportunity Please Follow These Steps: • Register Your Company Free Of Charge Via The London Tenders Portal • When You Receive An Email Confirming Your Username And Password Use These To Log On To The London Tenders Portal And Express Your Interest In 2425-0464, Parking Enforcement, Cashless Parking And Associated Services. 63712400 (parking Services) 98351110 (parking Enforcement Services) • Shortly After You Have Expressed Interest, You Will Receive A Second Email Containing A Link To Access The Procurement Documents. All Questions Relating To This Contract Opportunity Should Be Raised Via The Messages Section Of The Relevant Contract On The London Tenders Portal. Please Do Not Contact Any Officer Of The Council Directly.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date12 Mar 2025
Tender AmountRefer Documents 
Details: 1. Important Notice: Offerors Are Required To Complete Their Registration In The System For Award Management (sam) Database Via The Website Https://www.sam.gov. Reference Is Made To Dfars Clause 252.204-7004, Alternate A, System For Award Management. Offerors Are Strongly Recommended To Review Their Information In Sam To Be Current And Up To Date. Failure To Register In Sam Makes An Offeror Ineligible For Award Of Dod Contracts. The Proposed Requirement Is Limited To Offerors Eligible For A Set-aside Under The Woman-owned Small Business (wosb) Program When Designated As A Certified Concern In Sam Or Has A Pending Application For Certification In Dynamic Small Business Search (dsbs). Dsbs Is Available At Https://web.sba.gov/pro-net/search/dsp_dsbs.cfm. Reference Is Made To Far 19.1505 Set-aside Procedures, Paragraphs (e) And (f). Offerors Designated As Certified In Sam Or Have A Pending Application For Certification In Dsbs Will Be Considered. The Government Will Only Accept Offers From Sba Certified Woman-owned Small Business Concerns Or From Offerors With An Accepted, In-process Application With Sba For Certification As Wosb. Potential Offerors Should Check System For Award Management (sam) To Verify Certification As An Sba Certified Woman-owned Small Business Concern. To Secure Sba Certification, Potential Offerors Shall Submit Their Application For Certification For Wosb To Sba. For More Information Visit, Https://wosb.certify.sba.gov/getstarted/. 2. This Notice Does Not Constitute A Request For Proposal, Request For Quote, Or Invitation For Bid. The Intent Of This Notice Serves As A Pre-solicitation Synopsis Only. The Solicitation Will Be Available On Or Around March 2025.place Of Contract Performance: Various Dod Activities In Guam. A Sources Sought Notice N4019225r9003 Vehicle Lease For This Procurement Was Posted On 23 December 2024 Through 16 January 2025 On Sam Followed By A Market Research To Determine Capability Of Small Businesses To Perform The Requirements Of Providing Lease Vehicles As Posted In The Sources Sought. As A Result Of The Market Research Analysis, A Determination Was Made To Set Aside This Procurement Under The Sba Women-owned Business (wosb) Program. The Navfac Marianas Small Business Office Concurs With This Decision. This Requirement Is To Support Clients That Have Been Authorized And Approved For Commercial Vehicle Lease By The Navfac Marianas Transportation - Base Support Vehicle And Equipment Department At Naval Base Guam, Andersen Air Force Base, And The Marine Corps Base Camp Blaz Transportation Office For Various Department Of Defense (dod) Activities In Guam. The Outcomes To Be Achieved Are The Provision To Provide All Labor, Supervision, Tools, Materials, Equipment, Transportation, And Management Necessary For The Delivery Of The Leased Vehicles, With Unlimited Mileage, For Various Department Of Defense (dod) Activities In Guam. The Outcomes For This Acquisition Are Consistent With Far 37.101 Definition Of Service Contracts. This Is A Performance-based Acquisition. The Metrics To Be Used To Measure The Outcomes Will Be Pre-defined Performance Standards. These Performance Standards Ensure The Contractor Has The Workforce (staffing And Skills) Required To Adequately Support The Mission On Guam. These Standards Are Used To Describe The Government?s Expectations Of The Contractor In Performance Of The Contract. Some Examples Of Performance Standards Include: (1) Vehicle General Maintenance Shall Be Performed By The Contractor In Accordance With Manufacturer Specs; (2) Vehicles Provided Shall Be Free Of Defects That May Impair Serviceability Or Detract From Appearance; (3) tires Furnished Shall Be The Same Size, Type, And Ply Rating For All Wheels Including The Spare; And (4) Vehicles Shall Meet The Current Environmental Protection Agency Corporate Average Fuel Economy (epa Caf�) Ratings. The North American Industry Classification System (naics) Code For This Procurement Is 532112 Passenger Car Leasing, With A Small Business Size Standard Of $47 Million As Of Sba?s Table Of Small Size Standards. This Service Is In Alignment With The Department Of Defense (dod) Taxonomy Associated With The Acquisition Of Services, Supplies And Equipment, Specifically The Transportation Services Portfolio Group. 3. This Contract Will Replace A Contract For Similar Services Solicited As Woman-owned Small Business And Awarded To White Eagle Global Solutions, Inc. (wegs), Which Will Expire On 30 September 2025. Award Was Made On 14 September 2020 As A Requirements Indefinite Delivery Indefinite Quantity (idiq) Contract. The Existing Contract Consists Of A 12-month Base Period And Four (4) 12-month Option Periods, Covering The Period Of 01 October 2020 Through 30 September 2025. The Total Contract Value At The Time Of Award Was $4,896,900.00. All Four (4) Options Have Been Exercised With An Estimated Contract Price Of $4,932,120.00 With Various Task Orders Issued Against The Contract. 4. The Proposed Requirements Idiq Fully Non-recurring Work Contract Includes A Base Period Of Six (6) Month Plus Five (5) Option Periods, And One (1) 6-month Option To Extend Services For A Total Contract Performance Period Of Seventy-two (72) Months. The Proposed Contract Will Include Far Clause 52.217-8 Option To Extend Services That If The Government Does Not Award A Follow-on Contract In Time, The Government May Require The Contractor To Continue Performance For An Additional Period Up To Six Months Under The Option To Extend Services Clause. The Government Will Not Issue A Synopsis When Exercising The Option(s). Ordering Period To Follow Each Performance Period With Delivery Requirements Having Firm Fixed-price Line Items. 5. Source Selection Will Consist Of Evaluation And Selection Of The Best Value Offer Using Simplified Acquisition Procedures (sap) Outlined In Far Part 13. Evaluation Of Offers Will Be Based On Two Factors, (1) Price And (2) Past Performance. Past Performance Rating Will Be Based On Recent (1-5 Years) And Relevant Projects In Terms Of Size, Scope, And Magnitude, And Will Be Assigned An Adjectival Rating Of Acceptable, Unacceptable, Or Unknown. The Objective Of This Source Selection Is To Select The Offeror That Provides The Best Value To The Government. Best Value Determination Will Be Accomplished By Comparing The Differences In Offerors Past Performance Factor (acceptable/unacceptable) With Differences In Their Price To Other Offerors And Government Estimate. The Government Intends To Award A Contract Without Conducting Discussions. If Discussions Are Needed, The Government Reserves The Right To Hold Discussions With All Offerors During The Pre-award Process To Obtain Best Value For The Government. Basis Of Award: The Contract Resulting From This Solicitation Will Be Awarded To The Responsible Offeror Whose Offer, Conforming To The Solicitation, Is Determined To Be The Most Advantageous To The Government Considering Price And Past Performance Evaluation Factors. Price Is The Overriding Consideration Followed By Past Performance. The Government Shall Choose The Lowest Priced Offer With An Acceptable Past Performance Rating For Award. 6. The Issuance Date For The Request For Proposal (rfp) Is 15 Days Or More From The Date Of This Pre-solicitation Notice. In Accordance With Far 19.505(e) And (f), Proposals Received From All Responsible Sba Certified Women-owned Small Business Concerns Or From Offerors With An Accepted, In-process Application With Sba For Certification As Wosb. The Rfp And Any Amendments Will Be Posted On The Procurement Integrated Enterprise Environment (piee) Solicitation Module. Contractors Must Register At The Piee Website To Obtain Access To The Rfp Documents. Piee Can Be Accessed Via Https://piee.eb.mil/sol/xhtml/unauth/index.xhtml And Can Be Downloaded Free Of Charge. Instructions For Registering Can Be Found At Https://dodprocurementtoolbox.com/site-pages/solicitation-module Under ?vendor Access Instructions.? All Prospective Offerors Are Encouraged To Register For The Solicitation When Downloading From Piee. Once Registered In Piee Solicitation Module, The Contractor Will Be Able To Access Authorized Rfp Documents. Amendments And Notices To The Rfp Will Be Posted On Piee For Downloading. This Will Be The Primary Method Of Distributing Amendments. Therefore, It Is The Offeror?s Responsibility To Check The Website Daily For Any Amendments And Other Information Pertaining To This Solicitation. Paper Copies Of The Rfp, Solicitation, Amendments, Exhibits, And/or Attachments Will Not Be Provided.

Trento Agusan Del Sur Tender

Automobiles and Auto Parts
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 1.9 Million (USD 34.1 K)
Details: Description Notice To Bidders Sealed Proposals Plainly Marked "proposal For Supply/delivery Of Spare Parts For Replacement Of Damage Spare Parts For Various Vehicle (pr# 2025-01-0044). Subject To The Terms And Conditions Set Forth In The Updated Irr Of Ra 9184 Under "goods", Sealed Bids Will Be Received In The Office Of Bids And Awards Committee, This Municipality On Or Before 10:00am, February 18, 2025 And Thereafter Publicly Opened In The Presence Of The Members Of The Bac, Observers And Bidder's Representatives. Avanza Pp3 D350 3 Pcs Oil Filter 1 Pc Battery 9 Plates 3 Pcs Fuel Filter 1 Set Brake Pad 1 Set Brake Shoe Adventure Shf 167 4 Pcs Bulb 12 Volts 1 Pc Flasher 12 Volts 4 Pcs Rocker Arm Exh. 4 Pcs Rocker Arm Int. 1 Pc Rocker Arm Shaft 1 Pc Aircon Belt Mz690609 1 Pc Timing Belt A 1 Pc Timing Belt B 1 Pc Aircon Belt 4 Pcs Fuel Filter Fc-321 1 Pc Belt 2 Pcs Alternator Belt 6 Pcs Tubeless Tire 185 X R14 1 Set Brake Pad 1 Pc Hose Aps 1 Set Tie Rod End 2 Pcs Stabilizer Bushing 2 Pcs Shock Absorber Front 10 Pcs Bushing Link 2 Pcs Leaf Spring Assy. 1 Set Barke Shoe Aps 1 Pc T/gate Handle 4 Pcs Strat Bar Bushing 6 Pcs Wheel Bolt W/nut 2 Pcs Bolt 10x65 Nc W/nut Innova P6 U756 2 Pcs Wiper Blade 4 Pcs Oil Filter C-111 4 Pcs Fuel Filter F-197 4 Pcs Tire 205/65 R16 Ptv Ambulance 150105 2 Pcs Bumper Lump L/r Hilux Healt Center 2 Pcs Head Light Valve Hi-ace P6 F390 1 Set Brake Pad Ford Ranger Nfd 7351 1 Pc Fan Belt 7pk Gates Type 2 Pcs Fuel Filter 2 Pcs Oil Filter Ford Ranger Nex 4128 2 Pcs Fuel Filter 2 Pcs Oil Filter 2 Pcs Back Rest Raptor C5 T131 4 Pc Tire 285/70 R17 Everest Ngp 9015 4 Pcs Tire 265/50 R20 Montero Sgc 418 2 Pcs Ball Joint, Upper 2 Pcs Ball Joint, Lower Dt Mrf Nal 9737 1 Pc Activator Cable 10 Pd 1 Pc Brake Foot Valve 1 Pc Clutch Lining Assy Elf White Nfo06253 4 Pc Thermostat 4 Pcs Tire 235/75 R15 Foton Dropside 152403 1 Pc Release Bearing 1 Pc Clutch Disc Ambulance Nissan 1 Set Emergency Light Dump Truck Green Sgx 150 2 Pcs Cross Joint 1 Pc Clutch Pressure Plate 1 Pc Release Bearing Dump Truck Shy 966 2 Pcs Tail Light Assy 2 Pcs Hydrauvac Assy. 1 Set King Pin Kit 10 Pcs Rubber Cup 1 Pc Leaf Spring 4 Sets Tire 10:00 X 20 Lug 2 Sets Tire 10:00 X 20 Miller Dump Truck Saa 5424 1 Pc Drag Link Assy. 2 Pcs Tail Light Assy 1 Pc Selector Cable 2 Pcs Brake Shoe Master Bonding 1 Pc Oil Filter C-503, Primary 1 Pc Oil Filter C-305, Secondary 1 Pc Fuel Filter Fc-317 8 Pcs Wheel Bolt Uni. Rr Left Side 2 Pcs Tail Light Assy 1 Pc Clutch Plate Aps 1 Set Drag Link Head 8 Pcs Wheel Bolt Universal 4 Sets Tire 10:00 X 20 Lug 2 Sets Tire 10:00 X 20 Miller Dump Truck Skj 873 1 Pc Oil Filter C-509a 1 Pc Oil Filter C-510a 1 Pc Pinion Bearing Inner 1 Pc Pinion Bearing Outer 1 Pc Pilot Bearing 10 Pcs Rubber Cup 1 Pc Pinion Oil Seal 2 Pcs Oil Seal 1 Pc Propeller Flange 4 Pcs Propeller Bolt 2 Pcs Clamp Type 1 Pc Clutch Disc W/lining 1 Set Grease Pump Assy. W/acc. 4 Pcs Wheel Cylinder, Front 4 Pcs Wheel Cylinder, Rear 1 Set Brake Shoe, Front 1 Set Brake Shoe Rear 1 Pc Car Fan 8 Pcs Hub Bolt W/nut, Rr/rh 8 Pcs Hub Bolt W/nut, Rr/lh 2 Pcs Shock Absorber 1 Pc Air Filter 2 Pcs Shock Absorber Front 2 Pcs Shock Absorber Rear 1 Set Water Pump Assy. 1 Pc Clutch Disc Assy. Backhoe Volvo 1 Pc Hydraulic Cylinder Build Up Machining 1 Set Hydraulic Packing Arm Cylinder 1 Pc B.u Bushing Compactor Bomag 26 Pcs Cable Tie Big Hd Self Load 10 Wheeler 8 Pcs Stud Bolt 14x80 W/nut 10 Pcs Oil Seal Dump Truck 10w Red Cut 8 Sets Tire 12.00 X 20 Lug 2 Sets Tire 12.00 X 20 Miler 2 Pcs Fuel Water Separator Primary,aps 2 Pcs Fuel Water Separator Secondary 4 Pcs U-bolt 20x92x75 2 Pcs Center Bolt 14x240 1 Pc Handle Bar 6 Pcs Relay 24v, 20 Amps 1 Pc Acc. Cable 122" 1 Pc Magnetic Air Horn Switch 6 Pcs Wheel Bolt,rr 3 Pcs Wheel Bolt 2 Pcs Tire Valve Dump Truck 10 Wheeler Isuzu 1 Pc Dump Cable Assy. Aps 2 Pcs Bolt Hook 2 Pcs Tail Light Assy 1 Pc Towing Hook, Aps 2 Pcs Towing Hook Bolt, Aps 10 Mtrs Welding Cable 1 Pcs Welding Holder 8 Sets Tire 12r X 20 Lug 2 Sets Tire 12r X 21 Miler 1 Set Tire Wrench 33x38 1 Pc Fuel Filter Fc-321 1 Pc Oil Filter C-412 1 Pc Oil Filter C-1516 1 Pc Fuel Filter F-1503 Payloader 2 Pcs Fuel Filter Human Lifter 1 Pc Oil Filter Do-568 1 Pc Fuel Filter O-6740 Backhoe Loader 1 Set Packing 2 Set Fuel Filter Fs1212

Municipality Of Conner, Apayao Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 24.7 Million (USD 423.7 K)
Details: Description Republic Of The Philippines Province Of Apayao Municipality Of Conner Local Government Unit Invitation To Bid For; Project Title: Construction Of One (1) Unit Warehouse In Conner, Apayao Location: Paddaoan, Conner, Apayao Project Id: 24mgu-infra-048 The Local Government Unit Of Conner, Apayao, Through The Da-rfo-car Intends To Apply The Sum Of Twenty-four Million Seven Hundred Fifty Thousand Pesos Only (24,750,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of One (1) Unit Warehouse In Conner, Apayao Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Conner, Apayao Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 907 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). 2. 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. 3. Interested Bidders May Obtain Further Information From Local Government Unit Of Conner, Apayao And Inspect The Bidding Documents At The Address Given Below From Civil Registrar Office 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders At The Office Of The Municipal Civil Registrar On December 27, 2024. {insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 5. The Local Government Unit Of Conner, Apayao Will Hold A Pre-bid Conference On January 3, 2025 @ 10:00 Am At The Lgu-premises, Caglayan, Conner, Apayao Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat In Person At The Office Of Civil Registrar Office On Or Before January 17, 2025 @ 9:00 Am (i) Manual Submission At The Office Address As Indicated Above. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 17, 2025 @ 9:30 Am At The Given Address Below Lgu-premises, Caglayan, Conner, Apayao. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Local Government Unit Of Conner, Apayao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. Scope Of Work Item No. Description Unit Quantity A.1.1(6) Provision Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer (rental Basis) Month 30 A.1.2(2) Provision Of 4x4 Pick Up Type Service Vehicle For The Engineer On Bare Rental Basis Month 30 A.1.1(11) Provision Of Furniture/fixtures Equipment And Appliances For The Field Office For The Engineer Lumpsum 1.00 B.3 Permit And Clearances Lumpsum 1.00 B.5 Project Billboard/signboard Each 1.00 B.7(2) Occupational Safety And Health Lumpsum 1.00 B.9 Mobilization/demobilization Lumpsum 1.00 B.16 Recognition Plate/project Marker Each 1.00 102(2) Surplus Common Excavation Cu.m. 3,000.00 803(1)a Structural Excavation (common Soil) Cu.m. 1,077.68 804(1)b Embankment From Borrow Cu.m. 218.40 804(4) Gravel Fill Cu.m. 88.09 311(1)e1 Portland Cement Concrete Pavement (280mm Thk.) Cu.m. 398.11 900(1)c2 Structural Concrete (footing And Slab On Fill), Class A, 28 Days Cu.m. 252.88 900(1)c4 Structural Concrete (column), Class A, 28 Days Cu.m. 115.45 900(1)c6 Structural Concrete (beams/girders), Class A, 28 Days Cu.m. 72.60 902(1)a Reinforcing Steel (deformed), Grade 40 Kgs. 45,065.92 903(2) Formworks And Falseworks Sq.m. 1,102.50 1000(1) Soil Poisoning Ltr. 177.48 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel), 100mm Sq.m. 381.28 1046(2)a2 150mm Chb Non-load Bearing (including Reinforcing Steel) Sq.m. 410.26 1047(8) Structural Steel (roof Framing) Bdft. 1,245.83 1014(1)b2 Prepainted Metal Sheets (rib Type, Long Span, Above 0.50mm) M 1,245.83 1013(2)a2 Fabricated Metal Roofing Accessory (flashings, Gauge 26)) M 157.80 1013(2)b1 Fabricated Metal Roofing Accessory (gutters, Gauge 26) M 52.50 1010(2)a Door (flush) Sq.m. 61.68 1007(1)b Aluminum Framed Glass Door (swing) Sq.m. 21.29 1011(1)a Roll-up Door Lumpsum 1.00 1008(1)a Aluminum Glass Windows (sliding) Sq.m. 31.43 1008(1)c Aluminum Glass Windows (awning) Sq.m. 4.32 1008(1)d Aluminum Glass Windows (fix) Sq.m. 6.59 1027(1) Cement Plaster Finish Sq.m. 1,267.24 1018(5) Glazed Tiles Sq.m. 301.00 1018(2) Unglazed Tiles Sq.m. 48.00 1003(1)a1 Carpentry (4.5mm, Metal Frame, Fiber Cement Board) Sq.m. 484.07 1003(1)e2 Carpentry (metal Furring Frame, Pre-painted Metal Panel) Sq.m. 221.27 1032(1)a Painting Works Sq.m. 2,907.48 1051 (1) Railing Lumpsum 1.00 1001(8) Sewer Line Works Lumpsum 1.00 1001(9) Storm Drainage And Downspout Lumpsum 1.00 1002(6) Cold Waterline Works Lumpsum 1.00 1002(4) Plumbing Fixtures Lumpsum 1.00 1001(6) Catch Basin (concrete) Each 10.00 1001(11) Septic Vault Lumpsum 2.00 1100(10) Conduit, Boxes And Fittings (conduit Works/conduit Rough-in) Lumpsum 1.00 1101(33) Wires And Wiring Devices Lumpsum 1.00 1103(1) Lighting Fixtures And Lamps Lumpsum 1.00 1202(6)a1 Fire Extinguisher Lumpsum 7.00 1208(1) Fire Alarm System Lumpsum 1.00 13. For Further Information, Please Refer To: Edmundo B. Desiderio Jr, Ce. Bac Sec Head-infrastructure Office Of The Municipal Engineer Vivian B. Pacis Bac Chairman-infrastructure Office Of The Civil Registrar 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: [philgeps, Local Government Unit Of Conner, Apayao]

University Of The Philippines Tender

Food Products
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 101.7 K (USD 1.7 K)
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 For The 2nd Sem Ay 24-25 Registration On 14-17 Jan 2025 Purchase Request No.: Cac 2025-01-001, Css-2025-01-0002, Cs-2501-00001 Approved Budget For The Contract: ₱101,750.00 Date: 07 January 2025 Rfq No.: 0003 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 Must Possess Documentary Requirements Such As A Valid Business Permit, Philgeps Registration Certificate, A Notarized Omnibus Sworn Statement (for An Approved Budget For The Contract [abc] Above ₱50,000 Except For Shopping As An Alternative Method Of Procurement) And Income/ Business Tax Return (for Abc Above Php 500,000.00). These Shall Be Submitted During The Evaluation Of The Offer As Per Appendix A Of Annex "h" Of The Revised Irr Of Ra 9184. Quotations Exceeding The Abc Shall Be Rejected.* In Addition: 2a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 2b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 3. Warranty**, If Appropriate, Shall Be Six (6) Months For Supplies And Materials, One (1) Year For Equipment From The Date Of Acceptance Of The Procuring Entity. 4. Please Submit Through Email To Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading “rfq No. 0003” Or Physically In An Envelope, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Not Later Than 8:00 Am On 13 January 2024. 5. Price Validity Shall Be For A Period Of 90 Calendar Days. 6. If Applicable, Bidders Shall Indicate The Brand And Model Number Of The Item/s Being Offered. 7. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: Brian D. Lumague Mary Anne R. Rivera (sgd.) Head, Spmo Item No. General Description Compliance With Technical Specifications (pls. Check) Brand (n/a If Not Applicable) Unit Of Mea-sure (ex. Pc, Lot, Kl) Qty Unit Price Total Price Quoted Unit Price* Total Quoted Price Yes No Catering Services For The 2nd Sem Ay 24-25 Registration On 14-17 Jan 2025 College Of Arts And Communication 1 "catering Services During The General Registration Period At Cac For Sem 2, Ay 2024-2025 (am Snacks, Lunch And Pm Snacks) Date: 14-17 January 2025 # Of Pax: 20 Pax Price: P500.00 Per Head Per Day Type: Packed Individually Place Of Delivery: Cac Faculty Lounge Time Of Delivery: Snacks - 9:30 Am And 2:30 Pm; Lunch - 11:30 Am Menu: Please See Attached Other Inclusions: Free Flowing Coffee, Cream And Sugar, Paper Cups And Stirrer" Lot 1 ₱ 40,000.00 ₱ 40,000.00 2 "lunch To Be Served During The Cac Tenured Faculty Meeting Date: 17 January 2025 # Of Pax: 10 Pax Price: P250.00 Per Head Type: Packed Individually Place Of Delivery: Cac Room 203 Time Of Delivery: 11:30 Am Menu: Please See Attached " Persons 10 ₱ 250.00 ₱ 2,500.00 B. College Of Social Sciences 3 "lunch For The General Registration On January 15, 2025 Plain Rice, Pork Liempo,enseladang Sayote Tops, Sinigang Na Bangus, Mixed Fruits, Coke Place Of Delivery: Css Deans Office Time Of Delivery: 11:30am" Lot 1 ₱ 11,250.00 ₱ 11,250.00 "lunch For The General Registration On January 16, 2025 Plain Rice,pork Afritada,breaded Fish Fillet,sauteed Vegetable,leche Flan,egg Drop Soup, Coke Place Of Delivery: Css Deans Office Time Of Delivery: 11:30am" "lunch For The General Registration On January 17, 2025 Plain Rice, Chicken Menudo, Buttered Vegetable,fried Bangus,chicken Soup, Mixed Fruits, Ice Tea Place Of Delivery: Css Deans Office Time Of Delivery: 11:30am" C. College Of Science 4 Catering Services For The Cs General Registration For 2nd Sem Ay 24-25 On January 14-17, 2025; From 8:30am-4:30pm; For 30pax@400.00/pax X 4 Days Lot 1 ₱ 48,000.00 ₱ 48,000.00 Am Snacks- P 100.00 (packed) Lunch- P 200.00 (buffet Type) Pm Sncks - P 1100.00 (packed) Time Of Delivery: Am Snacks (9:30am) Lunch (11:30am) Pm Snacks (2:30pm) Food: For Snacks: Choice Of Pasta/noodles (approx. 100-150g Per Serving) Or Sandwiches/pastries (2 Pieces/slices) W/ Drinks (330-500ml) For Lunch: Consists Of 2 Viands Meat Dish (either Chicken, Fish, Pork & Beef Or Soup-based, Approx. (80-100g/serving), Vegetables (80-100g/serving), 1 Cup Of Rice, Dessert Or Fruits & Drinks (330-500ml) Mode Of Payment: Bid Price Shall Be Inclusive Of All Taxes And Charges. Payment Shall Be Billed And Paid Monthly Based On The Actual Number Of Pax Ordered. Supplier Will Be Informed 2-3 Days Prior To The Meeting. Contract Award: Per Line Item (which Means That Supplier Can Bid For One Item Only Or Can Bid For All The Items Because Awarding Will Be Per Line Item) Delivery Period: Catering Services For The 2nd Sem Ay 24-25 Registration On 14-17 Jan 2025 Mode Of Payment: 30 Days Upon Receipt Of Statement Of Billing Or Invoice. Payment Will Be Based On The Actual No. Of Pax Attending In Case Of A Meeting. Provision For Change In Menu, Place Of Delivery And Schedule: Two (2) - Three (3) Calendar Days Before The Scheduled Event. *indicating A Price/amount Under "quoted Unit Price" Shall Mean That Bidder Will Comply With The Technical Specification Of The Item Even Without A Check On The Compliance Column; Otherwise, Bidder Must Provide A Counter-offer. Reminders: A. A Recently Expired Mayor’s/business Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit. However, A Copy Of Your Mayor's Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. B. Procuring Entities Already Maintaining An Updated File Of Any Of The Bidder’s Above-mentioned Requirements, Whether Through The Philgeps Certificate Of Registration And Membership Or Its Own Records, May No Longer Require Re-submission Of Specific Documentary Requirements. ꙳꙳꙳ Nothing Follows ꙳꙳꙳ Total: ₱ 101,750.00 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:

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Details: Navsup Weapon Systems Support (navsup Wss) Philadelphia Intends To Solicit For A Basic Ordering Agreement (boa) On A Sole Source Basis With Palomar Products Inc (cage 00816). repairs: a001- Item: Nrp,t1 Card,ics D32 nsn: 7r H 1680 016455495 pn: 1183932 a002- Item: Jack Box Assembly nsn: 7r H 5935 015855305 pn: 1183340-100 a003- Item: Power Conditioner,a nsn: 7r H 1680 015855472 pn: 1183820 a004- Item: Cca,csu Conference nsn: 7r H 1680 015876612 pn: 1183904-2 a005- Item: Radio Card Red nsn: 7r H 1680 015886042 P8 pn: 1183659-1 a006- Item: Mounting Base,elect nsn: 7r H 5975 016099159 pn: 1183099-100 a007- Item: Nrp,wide Band Analo nsn: 7r H 1680 016447136 pn: 1183934 a008- Item: Nrp,csu Conference nsn: 7r H 1680 016447137 pn: 1183933-1 a009- Item: Nrp,csu Conference nsn: 7r H 1680 016447138 pn: 1183933-3 a010- Item: Nrp,csu Conference nsn: 7r H 1680 016447139 pn: 1183935-3 a011- Item: Nrp,node Interface nsn: 7r H 1680 016447140 pn: 1183930 a012- Item: Nrp,csu Conference nsn: 7r H 1680 016447169 pn: 1183935-1 a013- Item: Panel,electrical-el nsn: 7r H 5975 015855304 pn: 1183300-100 a014- Item: Circuit Card Assemb nsn: 7r H 5998 016452306 pn: 1183933-2 a015- Item: Variable Output Car nsn: 7r H 1680 016455500 pn: 1183931 a016- Item: Circuit Card Assemb nsn: 7r H 5998 016450312 pn: 183935-2 a017- Item: Control,intercommun nsn: 7r H 5831 016265909 pn: 1183230-103 a017 Aa- Item: Flight Deck Mission nsn: 7r H 1680 016185514 pn: 1183230-101 a018- Item: Interface Unit,comm nsn: 7r H 5895 016010210 pn: 1183200-100 a019- Item: Flight Deck Mission nsn: 7r H 5831 016225744 pn: 1183221-101 a020- Item: Control,intercommun nsn: 7r H 5831 016281395 item: 1183200-101 a021- Item: Control,intercommun nsn: 7r H 5831 016479050 pn: 1189230-100 a022- Item: Circuit Card Assemb nsn: 7r H 5998 017050391 pn: 1289933-2 a022 Aa- Item: Circuit Card Assemb nsn: 7r H 5998 016488602 pn: 1189933-2 a023- Item: Circuit Card Assemb nsn: 7r H 5998 017050409 pn: 1289932 a023 Aa- Item: T1 Card, Ics nsn: 7r H 5998 016450284 pn: 1189932 a024- Item: Circuit Card Assemb nsn: 7r H 5998 017055902 pn: 1289931 a024 Aa- Item: Vop Card,ics D3 nsn: 7r H 5998 016460640 pn: 1189931 a025- Item: Circuit Card Assemb nsn: 7r H 5998 017053184 pn: 1289930 a025 Aa- Item: Node Interface Modu nsn: 7r H 5998 016447141 pn: 1189930 a026- Item: Circuit Card Assemb nsn: 7r H 5998 017053522 pn: 1289934 a026 Aa- Item: Wide Band Analog Ca nsn: 7r H 5998 016447131 pn: 17053 a027- Item: Mission Audio Panel nsn: 7r H 5831 017024059 pn: 1289200-100 a027 Aa- Item: Control,intercommun nsn: 7r H 5831 016447132 pn: 1189200-100 a028- Item: Flight Deck Mission nsn: 7r H 5831 017024060 pn: 128221-100 a028 Aa- Item: Control Panel Assem nsn: 7r H 5831 016479048 P pn: 1189221-100 a029- Item: Switching Unit,audi nsn: 7r H 5821 017082694 pn: 1289100-100 a029 Aa- Item: Switching Unit,audi nsn: 7r H 5821 016445165 pn: 1189100-100 a030- Item: Flight Desk Mission nsn: 7r H 5831 017053582 pn: 1289230-100 a030 Aa- Item: Electronic Unit As, nsn: 7r H 5831 016511260 pn: 1189230-101 a031- Item: Circuit Card Assemb nsn: 7r H 5998 017056447 pn: 1289935-3 a031 Aa- Item: Circuit Card Assemb nsn: 7r H 5998 016485006 pn: 1189935-3 a032- Item: Circuit Card Assemb nsn: 7r H 5998 017053177 pn: 1289933-1 a032 Aa- Item: Circuit Card Assemb nsn: 7r H 5998 016485000 pn: 1189933-1 a033- Item: Circuit Card Assemb nsn: 7r H 5998 017053180 pn: 1289933-3 a033 Aa- Item: Conference Relay Cc nsn: 7r H 5998 016485004 pn: 1189933-3 a034- Item: Circuit Card,radio nsn: 7r H 5998 016485002 pn: 1189935-2 a035- Item: Circuit Card,radio nsn: 7r H 5998 016485007 pn: 1189935-1 spares: b001- Item: Circuit Card Assemb nsn: 7r H 5998 017050409 pn: 1289932 b002- Item: Circuit Card Assemb nsn: 7r H 5998 017055902 pn: 1289931 b003- Item: Flight Deck Mission nsn: 7r H 5831 017024060 pn: 128221-100 b004 – Item: Flight Desk Mission nsn: 7r H 5831 017053582 pn: 1289230-100 the Government Intends To Acquire These Supplies Using The Provisions, Clauses And Procedures Prescribed In Far Part 13 And Far Part 15. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies. Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice. source Approval Statement Applies To This Nsn. This Is A Sole Source Repair Boa With The Approved Source Palomar Products Inc (cage 00816). It Is Expected That Award Will Be Made To This Firm. Any Firm Which Is Not Already Approved To Manufacture This Material Must Submit A Source Approval Request, Sar. This Procurement Will Not Be Delayed To Wait For A Sar Approval. this Procurement Is Not A Total Small Business Set-aside. electronic Procedures Will Be Used For This Synopsis. The Synopsis Will Be Posted To Neco. no Telephone Requests Will Be Honored And No Hard Copies Will Be Mailed Out. responses To This Notice Of Intent Shall Be Submitted No Later Than One (1) Day From The Date Of This Synopsis To Navsup Wss Philadelphia, Attn: Mr. Patrick Horan, Contract Negotiator, Code (n792.06), 700 Robbins Ave, Bldg 1, Philadelphia, Pa 19111.

Bureau Of Fisheries And Aquatic Resources Region Xii Tender

Electronics Equipment...+2Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 470.1 K (USD 8 K)
Details: Description Laptop (i5) 2 Units ₱90,000.00 Intel® Core™ I5-1155g7 Display: 15.6" Fhd (1920x1080) Memory: Ddr4 8gb (3200mhz) Storage: 512gb Nvme Pcle Ssd Os: Windows 11 Home Connectivity: Hdmi,dp,type-c,usb Port System Type: 64-bit Video Graphics: Intel® Iris® X E Graphics Monitor 27" Fhd Smart Monitor W/ Mobile Connectivity 1 Unit ₱20,000.00 Resolution: 1920 X 1080 Aspect Ratio: 16:9 Connectivity: Built-in Wifi & Bluetooth 60 Hz, 2 Hdmi Port Usb Hub: 2 Port Connect To Share With Speaker Connect To Share With Speaker Color: White Optical Usb Mouse 2 Pieces ₱1,200.00 Keyboard 2 Pieces ₱1,300.00 Mouse Pad 2 Pieces ₱1,200.00 Mouse (wireles) 6 Pieces ₱12,960.00 Laptop Charger 1 Piece ₱4,000.00 Specification: Ac Adapter Adlx65ccgu28 Laptop Charger 1 Piece ₱4,000.00 Specification: Ac Adapter Tpn-la15 Keyboard 3 Pieces ₱12,648.00 Specification: Rgb Keyboard Mouse Mat (xxl) 6 Pieces ₱9,420.00 16 Gb Ddr4 3200mhz Fury Beast Rgb(1x16gb) Memory Module 1 Unit ₱3,055.00 Cpu Cooler Fan (black) 1 Unit ₱2,340.00 Specification: Cooler Master Hyper 212 Argb Internal Drive 3 Units ₱8,385.00 Specification: Ssd 480gb 3 2.5" Solid State Drive Sata Graphics Card 1 Unit ₱11,050.00 Specification: Core 15-12400 Desktop Processor 6 Cores Threads Alder Lake Lga1700 Processor 8gb Ddr4 3200mhz Fury Beast Ram 2 Units ₱3,250.00 Cpu 2 Units ₱23,390.00 Specification: Core 15-2400 Desktop Processor 6 Cores 12 Threads Alder Lake Lga 1700 Processor Motherboard 2 Units ₱12,298.00 Prime H610m-k Ddr4 / Ddrs Lga 1700matx Power Supply 2 Units ₱5,460.00 Sst-st50f-es230 500w 80+true Rated Power Storage 480gb 2 Units ₱5,590.00 A400 Ssd 480gb 3 2.5" Solid State Drive Sata Cpu Cooler 2 Units ₱1,190.00 Tw-003 Hydro Bering Cpu Air Cooler Case S100 Tempered Glass Micro Chasis 2 Units ₱6,500.00 Mx-22 21.5" 1920 X 1080 Tn 75hz 7ms Monitor 2 Units ₱6,500.00 Ups 650va 2 Units ₱4,300.00 Powerbank Specifications: 20,000 Mah Portable Water Station 1 Unit ₱38,400.00 Specification: Sizeable 768wh Capacity And 800w Output Provide Upto 1.8kwh A Day With Solar Charging Fastest Recharge 0-100% In Only 70 Min Safest Lfp Battery Provides 10 Years Of Use X-boost Output To 1600w And Run 80% Of High Wattage Appliances 4 Ways To Charge: Ac, Car, Solar, And Usb-c Lightweight At Only 7.8kg Smart App Control With Bluetooth Or Wi-fi Drone 1 Unit ₱49,999.00 Specification: Up To 4k60p Video & 48mp Row Stills Tri-directional Obstacle Avoidance Regulation-friendly 8.8 Oz Weight Up To 34 Minutes Of Flight Time Rotating Gimbal For Vertical Shooting Slow Motion Video At Full Hd 1080p120 Upto 7.5 Mile Range With Ocusync 3 Focustrack Subject Tracking System Foldable Design For Easy Travel/storage Drone Battery 2 Pieces ₱8,640.00 Specification: Inteligent Flight Battery Backpack For Drone 1 Piece ₱16,200.00 Specification: Fits Pro Mirrorless Or Dslr With 70-200mm, 4-5 Extra Lenses Maxfit Divider System For Maximum Capacity & Snug Protective Fit Travel Friendly: Stowable Shoulder Straps, Removable Waist Belt 256gb Micro Sd Card 2 Pieces ₱6,300.00 Lens (16/64/256) 1 Pieces ₱5,600.00 Landing Pad 50cm Waterproof 1 Piece ₱950.00 Propeller (pair) X 2 Screws X 12 Diameter X Tread 2 Pieces ₱1,020.00 Phitch: 6.0 X 3.0 Inches Weight (each): 0.9 Grams Charging Hub 1 Piece ₱3,000.00 Wifi 6 Bluetooth 5.0 Pcie Adapter 5 Pieces ₱13,000.00 Specification: Unrivalled Wifi 6 Speed- Breaks The Gigabit Barrier With Speed Up To 2402 Mbps (5ghz) + 574 Mbps (2.4 Ghz) Reliable Connections-intel® Wi-fi 6 Chipest Brings Faster And Clearer Wi-fi To Fully Unlock The Potential Of Your Wi-fi 6 Router Luetooth 5.0 Rj45 Connector Cat6 200 Pieces ₱1,600.00 Rj45 Crimp Tool Kit 1 Set ₱1,600.00 Eight In One Docking Station Dmi Mode 100mbps Network Port 7 ₱4,550.00 Specifications: 100mbps Network Port High Speed Transmission Pd Power Supply Sd/tf High Definition Image Quality 7 Ports Led Usb 2.0 Adapter Hub Power On/off Switch For Pc Laptop Computer 3 ₱600.00 Solid State Drive (ssd) 1tb 3 ₱12,000.00 Powershared 10ml 9l Micro Cut Shredder 1 ₱24,200.00 Specification: Shreds 10 Shets Of Paper At A Time Into 1x12mm Micro-cut Particles (security Level P-5) That's 2000+ Particles Per A4 Sheet Safety Lock Manually Disables The Shredder To Prevent Accidental Activation Shreds Non-stop For Up To 10minutes 19l Pull-out Bin For Easy Disposal Of Paper Waste Shreds Staples And Credit Cards Xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx General Conditions: 1. All Entries Must Be Typewritten And Legible; *** 2. Bidders Must Submit Certificate Of Philgeps Registration; 3. Bidders Must Submit Necessary Business Permits (sec; Lgu; Dti; Cda, Etc.); 4. Place This Rfq In A Sealed Envelope And Type The Following Details On The Face Of The Envelope: * Your Company Name * Pr No. * Rfq No. * Philgeps Reference No. 5. Delivery Period Must Be At Least Within Seven (7) Calendar Days Upon Receipt Of The Notice Of Award/ Purchase Order (indicate Days Of Delivery In The Bidder’s Certification Box); 6. Item/s Delivered Must Have Warranties For Unit Replacements, Parts, Labor Or Other Services; 7. Price Validity Shall Be For A Period Of Three (3) Months; 8. Quoted Prices Must Be Inclusive Of Taxes, And Other Charges Or Fees And Shall Not Exceed The Approved Budget For The Contract (abc); 9. Transactions With Bfar Shall Mean Compliance By The Winning Bidder With The Bid And Delivery Requirements Before The Issuance Of Check Payment; 10. Failure To Comply With These Conditions Shall Mean Disqualification Of Your Bid Proposal. 11. Terms Of Payment: At Least Thirty (30) Days Upon Effectivity Of Purchase Order.

Province Of Ifugao Tender

Telecommunication Services
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 621 K (USD 10.7 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee On Goods Request For Price Quotation (for Abc Of Php 100,000 & Above) Pr No. 462 Date: February 06, 2025 Office: Pho Rfq No.: Bac Canvass Cost Of Bid Documents: Php 1,000.00 (please Fill Up This Part) ( Mandatory) Company/ Business Name: Address; Business/mayor's Permit No. Tin: Philgeps Registration Number(required): The Provincial Local Government Unit Of Ifugao, Through Its Bids And Awards Committee (bac), Intends To Procure Megaphone & Batteries , In Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Public Act. No. 9184 Please Quote Your Best Offer For The Item/s Described Herein,subject To The Terms And Conditions Provided On The Last Page Of The Rfq. Submit Your Quotation Using This Form, Duly Signed By You Or Your Duly Authorized Representative On Or Before February 20, 2025 At 1:00 Pm Based On The Bac- Wall Clock. Late Submission Will Not Be Accepted. The Following Documents Are Required To Be Submitted During The Post-evaluation And Qualification Of Your Offered Bid. Failure To Submit/ Comply With The Said Documents Will Be A Ground For Disqualification. Document Remarks Official Receipt Of Payment Issued By The Provincial Treasury Office Or Deposit Slip From The Land Bank Account Of The Plgu (0832-1085-53) 1. For 100,000.00-500,000.00 Abc (php 500.00) 2.for 500,001.00- 1 Million Abc (php 1,000.00) Copy Of 2024 Mayor's Permit Or Business Permit 1. No Need To Submit If A Copy Of The 2024 Mayors Permit Was Already Submitted At The Bac Office. Notarized Omnibus Sworn Statement (gppb-prescribed Form)(for Above 50k Abc) 1. Forms Are Available At The Bac Office. Annual Income Tax Return (for Above 500k Abc) 1. 2023 Annual Income Tax Return. 2. No Need To Submit If A Copy Of The 2022 Annual Income Tax Return Was Already Submitted At The Bac Office. Special Power Of Attorney (spa Or Secretary's Certificate) 1. To Be Submitted If The Person Is An Authorized Representative. 2. Should Be Duly Notarized. 3. To Be Presented To The Bac-secretariat Upon Submission Of The Rfq. Original Brochure With Complete Specifications 1. For Office Equipments, Information Technology (it)equipments, Agricultural And Medical Equipments, Motor Cycles, Industrial Equipments And All Other Equipments That Has Technical Specifications. For Any Clarification, You May Contact Us At Telephone No. 09539316730 Or Email Address At Bacgoodsifugao13@gmail.com. Carmelita B. Buyuccan Bac- Chairperson Page 1 Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Fill Up Completely All Necessary Information & Affix Signature Over Printed Name On The Place As Designated. 5. Pay The Cost Of Bid Documents At The Provincial Treasury Office Or Thru The Land Bank Account Of The Plgu (php 500.00 For Abc Of 100,000.00-500, 000.00 & Php1,000.00 For Abc Of 500,001- 1,000,000.00). 6.submit The Complete Rfq Form From Page 1 To 4 Together W/ The Official Receipt Of The Paid Bid Documents. 7. Quotations May Also Be Submitted Through Electronic Mail At Bacgoodsifugao13@gmail.com. 8. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Used. 9. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Purchasers Specifications Unit Of Qty Supplier's Supplier's Total Cost Brand Offered No. Issue Unit Cost 1 Megaphone 50-55w Rechargeable Mu-8r Talk Siren Usb Sd Recording Pcs 178 - Size: 230-235mm, Length 350-355m - Power Supply Options: Rechargeable Lithium Battery 12 With Built In Charger - Power: 25w Rmc/50 Maximum - Aux (connect To Mobile, Cd Player Mp3) With Bluetooth - Built-in 120-150 Seconds Recording Function/replay - Three Tone Alarm (siren, Whistles And Car Horn) - Volume Control, File Forward/back On/off Switch - Broadcastrange= 800 Meters - Multi Functions Can Be Executed In The Attached Microphone - 2 Megaphone Batteries Pcs 800 - Diameter: 33.2 Mm/1.3 Inches - Page 2 Length: 61.5 Mm/2.42 Inches - **** Nothing Follows **** - Bidder's Grand Total: Grand Total: 621,000.00 - = Purpose: Procurement Of It Supply To Be Used In The Information And Communication Of The Health Promotion Playbook Bakuna Champions. Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Helen Cacliong Signature Over Printed Name Canvasser Position/designation Date Page 3 Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Ninety (90) Calendar Days From The Date Of Submission. 3. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. One Project Having Several Items, Which Shall Be Awarded As One Separate Contract Per Item. 6. Award Of Contract Shall Be Made To The Lowest Quotation ( For Goods And Infrastructure) Or, The Highest-rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Bids And Awards Committee Of Ifugao Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity With The Technical Specifications. 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Bac- Ifugao Shall Adopt And Employ "draw Lots" Or "similar Method Of Chance" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 11.delivery Period Should Be Within Thirty (30) Days Upon Receipt Of Purchase Order (p.o). 12. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents,ie, Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor,or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contactor, Or Consultant. 13. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Plgu-ifugao May Rescind Or Terminate The Contact Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 14. Warranty Under Section 62 Of Ra 9184 And Its Updated 2016 Revised Implementing Rules And Regulation. 62.1 For The Procurement Of Goods, In Order To Assure That Manufacturing Defects Shall Be Corrected By Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To One Percent (1%) Or A Special Bank Guarantee Equivalent To One Percent (1%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expandable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Signature Over Printed Name Of Bidder Position/ Designation Mobile Number/s Email Address/es Page 4
8411-8420 of 8602 archived Tenders