Catering Tenders
Catering Tenders
Municipality Of Sibunag, Guimaras Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee Invitation To Bid For Bid No. 2025-007–foods For Various Activities During The 30th Foundation Day Celebration Of The Municipality Of Sibunag On February 14-20, 2025 The Municipality Of Sibunag Through The Special Purpose Appropriation: Voluntary Blood Program & Special Purpose Appropriation: Tourism Development Program Intends To Apply The Sum Of Seven Hundred Eighty-three Thousand Four Hundred Pesos (783,400.00) Being The Approved Budget For The Contract (abc) To Pay-ments Under The Contract For Bid No. 2025-007–foods For Various Activities During The 30th Foundation Day Celebration Of The Municipality Of Sibunag On February 14-20, 2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of Sibunag Now Invites Bids For Bid No. 2025-007–foods For Various Activities During The 30th Foundation Day Celebration Of The Municipality Of Sibunag On February 14-20, 2025. Delivery Of The Goods Is Required 30 Calendar Days. Bidders Should Have Completed, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Docu-ments, Particularly In Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Re-public Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 3. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Municipality Of Sibunag And Inspect The Bid-ding Documents At The Address Given Below From 8:00 Am To 4:30 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20-30, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of One %thousand Pesos (p1,000.00). 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:00 Pm Of Janu-ary 30, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 7. Bid Opening Shall Be On 1:15 Pm Of January 30, 2025 At Assessor’s Office, Sibunag Municipal Hall, Dasal, Sibunag, Guimaras. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Municipality Of Sibunag 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. For Further Information, Please Refer To: Engr. Zaldy C. Domalina Bac Chairperson Municipality Of Sibunag Dasal, Sibunag, Guimaras Cp # 09207155768 Engr. Zaldy C. Domalina Bac Chairperson Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee -ooo- Subject: Bid Proposal Project: Foods For Various Activities During The 30th Foundation Day Celebration Of The Municipality Of Sibunag On February 12-20, 2025 Project Location: Municipal Site, Dasal, Sibunag, Guimaras Date/time Of Bidding: January 30, 2025, 1:00 Pm Item # Description Unit Qty Unit Cost Total Cost Feb. 14, 2025 Bloodletting Snacks: Bread & Bottled Water 350ml Pax 40 Lunch: Rice, Kbl, Buttered Chicken, Bottled Water 350ml Pax 40 Arroz Caldo With Egg Pax 150 Dinner: Rice, Fried Chicken, Pork Menudo, Bottled Water 350ml Pax 6 Feb. 15, 2025 Breakfast: Rice, Boiled Egg, Longganisa, Bottled Water 350ml Pax 6 Snacks: Bread & Bottled Water 350ml Pax 388 Lunch: Rice, Kbl, Bottled Water 350ml Pax 6 Lunch: Rice, Kbl,buttered Chicken, Bottled Water 350ml Pax 293 Dinner: Rice, Patatim, Garlic Shrimp, Bottled Water 350ml Pax 101 Feb. 16, 2025 Breakfast: Rice, Scrambled Egg, Dried Fish, Bottled Water 350ml Pax 6 Snacks: Bread And Bottled Water 350ml Pax 157 Lunch: Rice, Fish Sinigang, Bottled Water 350ml Pax 210 Lunch: Rice, Fish Sinigang, Atsara, Bottled Water 350ml Pax 6 Lunch: Rice, Fish Sinigang, Lumpia Shanghai, Bottled Water 350ml Pax 137 Dinner: Rice, Pork Menudo, Buttered Chicken Bottled Water 350 Pax 61 Feb. 17, 2025 Breakfast: Rice, Corned Beef, Egg Sunny Side Up Bottled Water Pax 6 Snacks: Bread & Bottled Water 350ml Pax 337 Lunch: Rice, Sweet & Sour Pork, Bottled Water 350ml Pax 6 Lunch: Rice, Sweet & Sour Pork, Fried Chicken, Bottled Water 350ml Pax 152 Dinner: Rice, Beef With Mushroom In White Sauce, Tempura, Bottled Water 350ml Pax 76 Feb. 18, 2025 Breakfast: Rice, Hotdog, Boiled Egg, Bottled Water 350ml Pax 6 Snacks: Bread & Bottled Water 350ml Pax 82 Lunch: Rice, Chicken Sarciado, Bottled Water 350ml Pax 6 Lunch: Rice Chicken Sarciado, Lumpia Shanghai, Bottled Water 350ml Pax 32 Dinner: Rice, Pork Sinigang, Mixed Seafood, Bottled Water 350ml Pax 61 Feb. 19, 2025 Breakfast: Rice, Scrambled Egg, Beef Loaf, Bottled Water 350ml Pax 6 Snacks: Bread & Bottled Water 350ml Pax 482 Lunch: Rice, Pork Menudo, Bottled Water 350ml Pax 6 Lunch: Rice, Pork Menudo, Butterd Shrimp, Bottled Water 350ml Pax 132 Dinner: Rice, Butterd Chicken, Lumpia Shanghai, Bottled Water Pax 111 Dinner (buffet): Pork Patatim, Mixed Seafood, Buttered Chicken, Beef With Broccoli, Lumpia Shanghai, Rice, Bottled Water 350ml Pax 100 Feb. 20, 2025 Breakfast: Rice, Pork Chorizo, Boiled Egg, Bottled Water 350ml Pax 6 Snacks: Bread And Bottled Water 350ml Pax 2,452 Lunch: Rice, Pork Sinigang, Bottled Water 350ml Pax 6 Lunch: Rice, Pork Sinigang, Tempura, Bottled Water 350ml Pax 52 Dinner: Rice, Sweet & Sour Pork, Fried Chicken, Bottled Water 350ml Pax 596 Rehearsals - 5days Snacks (am & Pm): Bread & Bottled Water 350ml Pax 200 Pictorials Snacks (am & Pm): Bread & Bottled Water 350ml Pax 80 Lunch: Rice, Chicken Sarciado, Lumpia Shanghai, Bottled Water 350ml Pax 40 Basketball And Volleyball League Snacks: Biscuit & Bottled Water Pax 416 Water: Mineral Water Gallon 120 Total Bid Amount: In Words: Prepared And Submitted By: ____________________________________ ___________________________ Signature Over Printed Name Name Of Firm ___________________________ Date Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Be: The Name Of The Contract Is Foods For Various Activities During The 30th Foun-dation Day Celebration Of The Municipality Of Sibunag On February 14-20, 2025 The Identification Number Of The Contract Is Bid No. 2025-007 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: The Amount Of Not Less Than Thirty-nine Thousand One Hundred Seventy Pesos (39,170.00) If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or The Amount Of Not Less Than Twenty-three Thousand Five Hundred Two (23,502.00) If Bid Security Is In Surety Bond. 19.3 In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.2 Bidders Shall Submit License As Food Catering 21.2 Additional Contract Documents Relevant To The Project That May Be Required By Existing Law And/or The Procuring Entity.
Closing Date30 Jan 2025
Tender AmountPHP 783.4 K (USD 13.3 K)
Department Of Agriculture Tender
Others
Philippines
Details: Description Invitation To Bid For The Provision Of Food, Venue And Accommodation During The Conduct Of The Following F2c2 Activities In Negros Oriental 1. The Department Of Agriculture-regional Field Office 7, Will Conduct A Public Bidding Through Early Procurement Activities (epa) Of National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) And Intends To Apply The Sum Of Seven Hundred Ninety Eight Thousand Pesos (₱798,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Provision Of Food, Venue And Accommodation During The Conduct Of The Following F2c2 Activities In Negros Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture – Rfo 7 Is Conducting This Procurement Through The Early Procurement Activity (epa) For National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) To Ensure The Timely Delivery Of Goods, Implementation Of Infrastructure Projects And Rendition Of Consultancy Services Where The Procuring Entity (pe) Is Encouraged To Start Procurement Activity Short Of Award. 3. Epa Shall Refer To The Conduct Of Procurement Activities, From Posting Of The Procurement Opportunity, If Required, Until Recommendation Of The Bids And Awards Committee (bac) To The Hope As To The Award Of The Contract, For Goods To Be Delivered, Infrastructure Projects To Be Implemented And Consulting Services To Be Rendered In The Following Fiscal Year (i.e., Fy 2021), Pending Approval Of Their Respective Funding Sources. The Bidders, Therefore, Are Herewith Informed Of The Following: A. Interested Bidders Are Invited/requested To Submit Their Bid Proposals Based On Indicative Budget (i.e. Subject To Final Approval) Through This Invitation To Bid, Together With The Bidding Documents; B. The Pe Will Evaluate The Bid Proposals And Determine The Winning Bidder. The Financial Bid Proposal Of The Winning Bidder Will Be Contract Price/amount Which Is Considered Fixed Price. However, The Notice Of Award (noa) Will Only Be Issued Upon The Approval Of The Budget (i.e., Short Of Award); And C. Would There Be A Delay In The Award As Affected By The Possible Delay In The Budget Approval, The Bid Validity As Specified In The Bidding Documents (which Is A Maximum Of 120 Calendar Days), The Winning Bidder May Be Requested To Extend The Bid Validity Accordingly (that Is, Changing The Expiration Of The Original Bid Security). In Case Of The Bidder’s Refusal To Extend The Bid Validity, The Bid Submitted By Said Bidder Will Be Rejected. 4. The Department Of Agriculture-regional Field Office 7 Now Invites Bids For The Provision Of Food, Venue And Accommodation During The Conduct Of The Following F2c2 Activities In Negros Oriental With The Following Details/specifications: 1) Capability Building And Entrepreneurial Skills Development Of Cluster Towards Sustainable Business Enterprise Training Venue: Dumaguete City, Negros Oriental Tentative Date: February 11-13, 2025 Day 1 30 Pax Live-in (3 Meals, 2 Snacks, Venue) @ 2,200.00/pax 5 Pax Live-out (3 Meals, 2 Snacks, Venue) @ 1,800.00/pax Day 2 30 Pax Live-in (3 Meals, 2 Snacks, Venue) @ 2,200.00/pax 5 Pax Live-out (3 Meals, 2 Snacks, Venue) @ 1,800.00/pax Day 3 35 Pax Live-out (2 Meals, 2 Snacks) @ 1,400.00/pax 2) Financial Management And Value Chain Analysis Training Venue: Dumaguete City, Negros Oriental Tentative Date: March 18-20, 2025 Day 1 30 Pax Live-in (3 Meals, 2 Snacks, Venue) @ 2,200.00/pax 5 Pax Live-out (3 Meals, 2 Snacks, Venue) @ 1,800.00/pax Day 2 30 Pax Live-in (3 Meals, 2 Snacks, Venue) @ 2,200.00/pax 5 Pax Live-out (3 Meals, 2 Snacks, Venue) @ 1,800.00/pax Day 3 35 Pax Live-out (2 Meals, 2 Snacks) @ 1,400.00/pax 3) Training On Cluster Development Plan And Business Plan Preparation Venue: Dumaguete City, Negros Oriental Tentative Date: May 12-16, 2025 Day 1 35 Pax Live-in (3 Meals, 2 Snacks, Venue) @ 2,200.00/pax 5 Pax Live-out (3 Meals, 2 Snacks, Venue) @ 1,800.00/pax Day 2 35 Pax Live-in (3 Meals, 2 Snacks, Venue) @ 2,200.00/pax 5 Pax Live-out (3 Meals, 2 Snacks, Venue) @ 1,800.00/pax Day 3 35 Pax Live-in (3 Meals, 2 Snacks, Venue) @ 2,200.00/pax 5 Pax Live-out (3 Meals, 2 Snacks, Venue) @ 1,800.00/pax Day 4 35 Pax Live-in (3 Meals, 2 Snacks, Venue) @ 2,200.00/pax 5 Pax Live-out (3 Meals, 2 Snacks, Venue) @ 1,800.00/pax Day 5 40 Pax Live-out (2 Meals, 2 Snacks) @ 1,400.00/pax Package Inclusion And Specifications: 1. All Participants Should Be Accommodated In One Hotel Venue (accommodation Of Live-in Participants Outside Or Other Than The Hotel Venue Is Strictly Not Allowed): 2. Duration Of The Activity Is 8:00 Am To 6:00 Pm And Can Be Extended Upon Request; 3. Free And Strong/steady Wi-fi/internet Connection In The Activity Venue Minimum Of 5ombps; 4. Catering/food (buffet): Location Should Be Inside The Main Function Room, With Free-flowing Coffee Tea, Milo And Fruits In Season To Be Served Every Mealtime: 5. Can Serve Foods/drinks For Vegetarians, Pescetarians Or Non-pork Eating Participants Upon Request): 6. Backdrop And Activity Tarpaulin; And 7. Free Use Of Hotel Amenities And Facilities. Delivery Of The Goods Is Required On Above Stated Dates From The Receipt Of Approved Notice To Proceed (ntp). Bidders Should Have Completed, Within Five Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 5. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 6. Prospective Bidders May Obtain Further Information From Department Of Agriculture- Regional Field Office 7- Bac 2 Secretariat Through The Contact Details Given Below And Inspect The Bidding Documents As Posted On The Philippine Government Electronic Procurement System (philgeps). 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 13, 2024 From The Given Address Below And Upon Payment Of Non-refundable Bid Document Fee The Amount Of One Thousand Pesos (₱1,000.00) (based On Appendix 8 - Guidelines On The Sale Of Bidding Documents Of The 2016 Revised Irr Of 9184 Updated As Of January 31, 2023. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Which Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 8. The Department Of Agriculture-regional Field Office 7, Will Hold A Pre-bid Conference On December 23, 2024 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City, Which Shall Be Open To Prospective Bidders. Electronic Pre-bidding May Not Available For This Procurement Opportunity. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 27, 2025 - 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 11. Bid Opening Shall Be On January 27, 2025 - 10:00 A.m. At Da-rfo 7 Conference Room, Da Complex, Highway Maguikay, Mandaue City. Bids Will Be Opened In The Presence Of The Bidders Or Bidder’s Authorized Representatives Who Choose To Attend The Activity. Electronic Bidding May Not Available For This Procurement Opportunity. 12. The Department Of Agriculture 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. 13. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Bac 2 / Procurement Section Department Of Agriculture Regional Field Office-7 Telefax No. 032-2682698 Or 032-345-3483 December 13, 2024 (sgd.) Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson
Closing Date7 Jan 2025
Tender AmountPHP 798 K (USD 13.7 K)
Cagayan Valley Medical Center Tender
Others
Philippines
Details: Description Procurement Of An Accredited Certifying Body For The Registration And Surveillance For The Certification Of Iso 9001:2015 Quality Management System (qms). Scope Of Works: The Certifying Body Is Expected To Provide The Following Services: 1. Conduct Of Assessment Audits, Reports, Registration And Surveillance For The Certification Of Iso 9001:2015 Quality Management System (qms) Of Cagayan Valley Medical Center. 2. Provide A Proposal That Includes The Costs For Application, Reports, Registration And Surveillance And Certification Audits Against The Requirements Of Iso 9001:2015 Quality Management System (qms) 3. Audit Reports Detailing Observations, Opportunities For Improvements, And Any Non- Conformity To Iso 9001:2015 Standards Or On Documented Procedures, Immediately After The Completion Of The On-site Audit, Unless Otherwise Agreed Upon By The Two (2) Parties, See The Schedule And Deliverables Of Activities 1. Activities Deliverables Certification Audit And Issuance Of Certificate For Iso Qms 9001: 2015 2. 1. 1.prepare And Submit Certification Audit Plan 2. 2. Conduct Certification Audit 3. 3. Prepare And Submit An Audit Report Detailing Observations, Opportunities For Improvement, And Any Non-conformity To Iso 9001:2015 Standards 4. 4. Issuance Of Iso Qms 9001:2015 Certificate 5. 5. Conduct Annual Surveillance Audits On Site Or Online And Submit An Audit Report. Schedule And Deliverables Of Activities: Certification Audit And Issuance Of Certificate For Iso Qms 9001: 2015 1st Surveillance Audit (stage 2) For Iso Qms 9001:2015 2nd Surveillance Audit (stage 2) For Iso Qms 9001:2015 I. Responsibilities Of The Certifying Body (cb): The Certifying Body Shall Have The Following Responsibilities: A. Provide The Procuring Entity Its Profile Highlighting Related Projects, Scope Of Work And Implementation Methodology. Curriculum Vitae Of The Audit Team Members Shall Also Be Submitted B) Adhere To The Agreed Scope Of Work/deliverables Which Were Approved By The Procuring Entity. C) Prepare And Submit Full Documentation, Status/progress And Terminal/final Report/s Consistent With The Content Of The Approved Scope Of Work/deliverables To The Agency. D) The Cb Shall Strictly Observe Compliance With Data Privacy Act. E) The Cb Shall Shoulder The Transportation Cost To And From Tuguegarao In All Stages Of Audit. Qualification Requirements Of The Certifying Body: The Certifying Body Shall Have The Following Minimum Requirements: 1. The Certifying Body Must Have Valid International Accreditation (attached Most Recent Valid Certificate) 2. With At Least Ten (10)) Years’ Experience And Has Audited Clients In The National And International Level On Qms. 3. The Certifying Body Able To Deploy Pool Of Auditors With Iso Auditing Experience In Health Care Facilities. 4. The Certifying Body Does Not Only Cater Iso Management System But Also Other Certification Esp. The Ones That Protect And Respect Human Rights. 5. The Certifying Body Shall Provide Documentary Proof Of Scope Approval For At Least One (1) Member Of The Audit Team 6. Must Have No History Of Revocation/withdrawal Of Accreditation From Iso Accrediting Bodies The Audit Team Shall Have The Following Minimum Requirements: 1. Lead Auditor Should Have At Least Ten (10) Years Of Experience As Lead Auditor" 2. Other Members Of The Audit Team Should Have At Least 5 Years Of Experience As Auditor 3. At Least One Of The Team Members Must Have At Least Completed A Master’s Degree Relevant To Management, Public Administration And/or Related Field. 4. Audit Team Shall Have The Knowledge Or Familiarity With Government Processes And/or Management Processes Attained Through Work Or Audit Experience. 5. The Certifying Body Shall Provide Documentary Proof Of Scope Approval For At Least One (1) Member Of The Audit Team. % Of The Contract Price Accomplishment Report 50% -upon Completion Of Certification Of Iso Qms Iso Certificate (qms) - Issuance Of Iso Certificate (qms) Audit Report 25% Qms 1st Surveillance Audit Audit Report 25% Upon Conduct Of The 2nd Surveillance Audit Of Iso Qms Audit Report 1. Payments Shall Be Based On The Completion Of The Above-mentioned Activities And Submission Of Required Deliverables Subject To Acceptance Of The Authorized Representative Of The Head Of Procuring Entity. 2. Bid Proposal Shall Cover Hotel Accommodation And Transportation Expenses Of The Audit Team. 3. If The Man-days Will Exceed, No Additional Cost Shall Be Charged To The Cvmc As Long As The Activities Are Within The Scope And Deliverables Set Forth Between The Cvmc And Winning Bidder. I. Criteria For Evaluation/selection Cvmc Will Use The Quality-cost Based Evaluation (qcbe) Which Considers Both The Technical And Financial Proposals In The Ranking Of The Consultants Pursuant To The Provisions Of Ra 9184 And Its Revised Irr. For This Purpose, The Quality (technical Proposal) Is Given A Weight Of 60% While The Cost (financial Proposal) Is 40% And Is Allocated As Follows: Criteria Percentage 1. Technical Proposal A. Qualification Of Proposed Professional Staff (40%) - (10%)lead Auditor With > 10 Years Of Experience, With Valid Lead Auditor’s Certificate • > 10 Years (full Points) • 10 Years (less Points) - (10%) Audit Team Members With > 5 Years Experience, With Valid Auditor’s Certificate • > 5 Years (full Points) • 5 Years (less Points) - (10%) Members Of The Audit Team With At Least 5 Completed Iso Quality Management System (qms) Audits • > 5 Completed Audits (full Points) • 5 Completed Audits (less Points) - (10%) At Least One Member With A Phd And/or Masters Degree • > 1 With Phd And/or Masters Degree (full Points) • Only One (1) With Phd And/or Masters Degree B. Firm Experience & Capability (20%) - >10 Years (full Points) - 10 Years (less Points) 60% 2. Financial Proposal 40% Total 100% Documentary Requirements Of The Certifying Body: The Following Technical Requirements Shall Be Submitted Along With The Financial Proposal: A. Company Profile Of The Certifying Body With The List Of Proposed Audit Team Members; B. International Accreditation Certificateand/or Pab Certificate As Certifying Body C. Valid And Current Mayor’s Permit Issued By The City Or Municipality Where Place Of Business Is Located; D. Sec Registration Certificate; E. Philgeps Registration Certificate (platinum); F. Proposal For Iso Certification The Audit Plan And Methodology G. List Of On-going And Completed Projects Being Certified; H. Latest Income/business Tax Return Or Tax Clearance. I. Notarized Omnibus Sworn Statement; And J. Curriculum Vitae Of The Proposed Audit Team And List Of Government Health Care Facilities Handled By Each Of The Team Members For The Past Five (5) Years.
Closing Date17 Jan 2025
Tender AmountPHP 500 K (USD 8.5 K)
City Government Of Navotas Tender
Textile, Apparel and Footwear
Philippines
Details: Description Request For Quotations: Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Duly Representative And Copies Of Eligibility Requirements (business Permit, Local/national Tax Clearance And Philgeps Certificate Of Registration) Not Later Than The Deadline For Submission. Items: Procurement Of Supplies, Materials And Food For The Kasalang Bayan 2025 Under The Other Mooe Fund Of The City Local Civil Registrar’s Office Lot 1-food 100 Pax Packed Lunch – 2 Viands, 1 Rice With Dessert And Bottled Water 350ml @25,000.00 600 Pax Catered Foods – Lunch – 4 Viands, With Dessert, Iced Tea @330,000.00 100 Pax Am Heavy Snacks – Pasta With Sandwich And 350ml Bottled Water @10,000.00 Abc:php365,000.00 Lot 2-supplies 1 Pc/s Cake – Wedding Cake 3 Layered Ceremonial @16,200.00 70 Pc/s Cake – Bento Cakes For Individua Couples Round @31,500.00 6 Pc/s Drinks – Sparkling Wine, White Grapes @3,900.00 70 Pc/s Flower Bouquet – Flowers (bride’s Bouquet) -artificial @56,000.00 55 Lot/s Flower Bouquet – Artificial Rose Flowers, White, 18pcs Per Lot @33,000.00 30 Lot/s Flower Bouquet – 9 Head Butterfly Orchid Artificial Flowers Bouquet Per Lot @9,000.00 30 Bouquet/s Flower Bouquet – Fresh, Baby’s Breath Flowers @15,000.00 6 Pack/s Balloon – Balloons, Metallic White 5 Inches 100 Pcs/pack @1,800.00 6 Pack/s Balloon – Balloons, Standard White 5 Inches 100 Pcs/pack @1,800.00 10 Pack/s Balloon – Balloons, Standard White 12 Inches 100 Pcs/pack @4,000.00 10 Pc/s Balloon – Balloons, Metallic White 18 Inches @1,000.00 10 Pc/s Balloon – Balloons, Standard White 18 Inches @1,000.00 5 Pack/s Balloon – Long Balloons Twisting Balloon 100 Pcs/pack @1,500.00 6 Roll/s Ribbon – Curling Ribbon, 100 Meters Per Roll @600.00 6 Box/es Clip – Metal Binder Clip, Big 51mm, 12pcs Per Box @600.00 8 Pack/s Screw – Wall Sticker Hooks Screw 10 Pcs/ Pack @400.00 1 Pack/s Glue Sticj – Glue Stick 7mm X 190mm, 100pcs Per Pack @700.00 10 Pc/s Styrofoam – Eps (styro) 1’x4”x8” @9,500.00 70 Pack/s Garland – Artificial Eucalyptus Garland Faux Greenery Eucalyptus Leaves Vines 180cm @28,000.00 600 Pc/s Flower Foam – Flower Foam (green) @90,000.00 150 Pc/s Envelope – Wedding Invitation Vintage Linen, Beige/white, Envelope Retro Textured, 5r @10,500.00 2 Pack/s Wax Seal – Wax Seal, Royal Gold, 220 Pcs Per Pack @600.00 10 Pc/s Wine Glass – Wine Glass (champagne Flute Style) @2,500.00 70 Unit/s Rice Cooker – Gifts- Electric Rice Cooker With Steamer, 1.8 Liter @119,000.00 30 Pack/s Photo Paper – Photo Paper A4 180gsm 210mm X 297mm, White 20 Pcs/pack @6,000.00 20 Set/s Lights – Romantic Bendable Lights. 5 Bulb (wedding Background) @50,000.00 2 Pack/s Glitters – Glitters, Red 250gsm @310.00 3 Pc/s Painting Works – Roller Tray 10 X 15 @210.00 5 Kilo/s Masonry Works – Circular Cotton Rags @450.00 Abc:php495,070.00 Lot 3-materials (wedding Venue Decoration) 1 Lot Wedding Venue Decoration (full Set Up/arrangement) - Wedding Decoration (full Set Up/arrangement) Full Flower/garden Arrangement Tables Area Set-up Stage Area Set-up Aisle Area Set-up Wedding Entrance Area Set-up Photo Back Drop Area Set-up Wedding Cakes And Wine Area Set-up Abc:php150,000.00 Delivery Schedule: For Supplies – February 3, 2025 For Foods – February 10, 2025 Note: For Other Information, Queries And Specifications Pertaining To The Said Request Please Coordinate With Our Canvasser (please Secure Complete List And/or Rfq Form From Ms. Maricar E. Pablo, At 09676781263 Pauline Anne S. Sioco At 09338100230, And Roxette May P. Poblete At 0936-493-5632 Or Email Address: Procurement@navotas.gov.ph) Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required. 2. Bidders May Quote For All The Items. 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Days Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Delivery Period Expressed Merely In Days Or Working Days Shall Be Rejected. 7. 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. 8. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 9. The Item/s Shall Be Delivered As Indicated In The Approved Bac Resolution/purchase Order. 10. The Procuring Entity Concerned Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The City Government Of Navotas Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. For The Committee Original Signed Atty. Joel Joselito D. Parong Bac Chairperson
Closing Date20 Jan 2025
Tender AmountPHP 1 Million (USD 17.2 K)
The village of Miskovice Tender
Civil And Construction...+2Others, Building Construction
Corrigendum : Closing Date Modified
Czech Republic
Details: The subject of the Public Contract is Construction Works and Related Supplies and Services Consisting in the Implementation of Construction Modifications and Extensions of Sokolovna, No. 87 In the Municipality of Miskovice in the Central Bohemian Region, Including the Necessary Preparation of Land, Paved Areas, Land Improvements, Implementation of Construction Works and Technological Objects and Other Construction Components, Using the Design & Build Method. Part of the construction is the implementation of clean floor surfaces, tiling and paving, but not the delivery of the interior equipment and catering equipment itself. The supply of interior equipment and catering equipment will be part of a separate procurement procedure. The building is divided into the following buildings: A) Sat 01 – Sokolovna, B) Sat 02 – Courtyard, C) Sat 03 – Playground. Part of the Subject of Fulfillment of the Public Contract Is, in particular: A) Processing of Project Documentation, which will include the following parts: A. Documentation for Construction Implementation (dps). Dps Will Be Prepared On The Basis Of Dúr+dsp From 2020 In The Wording Of The Updated Version Of The Addendum From 2023 Including A Detailed Item Budget With A Statement Of Areas, B. Documentation Of The Actual Execution Of The Construction Incl. Geometrical Plan and Focus of the Actual Construction, C. Operational Documentation, D. Documentation for the Needs of the Cadastral Office. B) Implementation of Construction Activities in the Form of Realization of Construction Modifications and Extensions of Sokolovna, No. 87 In the Municipality of Miskovice, i.e. Execution of construction works and technological objects in accordance with the contract and project documentation. C) Ensuring Approval. More detailed information is provided in other parts of the Public Procurement Terms and Conditions, which are an integral part of the Tender Documentation of this Public Procurement, i.e. In the Project Documentation for the Issuance of a Joint Permit (major+dsp) Entitled "Reconstruction of the Sokolovna" From 2020 As Amended from 2023 (hereinafter referred to as "Project Documentation Entitled "Reconstruction of the Sokolovna") and the Binding Model Contract.
Closing Date9 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Food Products
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In 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.
this Solicitation Is Issued As A Request For Quote (rfq) In Accordance With Far Parts 12 & 13. The Provisions And Clauses Incorporated Into This Solicitation Document Are Those In Effect Through Federal Acquisition Circular 2025-05 Effective 17 January 2025. Provisions And Clauses Incorporated By Reference Has The Same Force And Effect As If They Were Given In Full Text. The Full Text Of The Federal Acquisition Regulation (far) And Defense Federal Acquisition Regulations Supplement (dfars) Can Be Accessed On The Internet At Http://acquisition.gov.
the Solicitation W912nr-25-r-0006 Is Issued As A Request For Quote. This Procurement Is Solicited As A Small Business Set-aside. The Naics Code For This Acquisition Is 722320 - Caterers. This Solicitation Is For A Firm Fixed Price Contract And Will Be Awarded To The Lowest Priced Technically Acceptable. Offer Must Include Proof Of Adherence To Provided Specifications (quotes Will Be Checked For Technical Acceptableness Based On Requirements) And Have A Satisfactory Past Performance With Government Contracts. The Contractor Shall Return The Completed Provision (52.204-24) And Return With Proposal.
the Louisiana Army National Guard Hhc 2-156th Ibct Units Has As A Requirement For Boxed Hot Meals (breakfast And Dinner) For Their Annual Training 6-13 February 2025 Delivered To Four (4) Locations: Abbeville, La, Breaux Bridge, La, Jeanerette, La And New Iberia, La. Vendor Must Deliver To All Four Locations.
timeline
30 January 2025/10:00 A.m. Cst. - Deadline For Questions/clarification (if Applicable)
31 January 2025/10:00 A.m. Cst Proposal Are Due
location
3415 Veterans Memorial Drive, Abbeville La 70510
601 West Bridge Street, Breaux Bridge, La 70517
291 Martin Luther King Drive, Jeanerette, La 70544
700 Parkview Drive, New Iberia, La 70563
the Following Far/dfar Clauses And Provisions Are Applicable To This Acquisition:
52.202-1 Definitions Jan 2012
52.203-3 Gratuities Apr 1984
52.203-5 Covenant Against Contingent Fees Apr 1984
52.203-7 Anti-kickback Procedures Oct 2010
52.204-7 System For Award Management Jul 2013
52.204-13 System For Award Management Maintenance Jul 2013
52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018)
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (oct 2020)
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (aug 2020)
52.204-26 Covered Telecommunications Equipment Or Services-representation (oct 2020)
52.212-4 Contract Terms And Conditions--commercial Items Feb 2012
52.216-24 Limitation Of Government Liability Apr 1984
52.216-25 Contract Definitization Oct 2010
52.222-3 Convict Labor Jun 2003
52.222-19 Child Labor -- Cooperation With Authorities And Remedies Mar 2012
52.222-21 Prohibition Of Segregated Facilities Feb 1999
52.222-26 Equal Opportunity Mar 2007
52.222-35 Equal Opportunity For Veterans Sep 2010
52.222-36 Affirmative Action For Workers With Disabilities Oct 2010
52.222-37 Employment Reports On Veterans Sep 2010
52.222-50 Combating Trafficking In Persons Feb 2009
52.223-6 Drug-free Workplace May 2001
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving Aug 2011
52.225-13 Restrictions On Certain Foreign Purchases Jun 2008
52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran-representation And Certifications Dec 2012
52.232-1 Payments Apr 1984 52.232-18 Availability If Funds Apr 1984
52.232-33 Payment By Electronic Funds Transfer-system For Award Management Jul 2013
52.233-1 Disputes Jul 2002
52.233-2 Service Of Protest Sep 2006
52.233-3 Protest After Award Aug 1996
52.233-4 Applicable Law For Breach Of Contract Claim Oct 2004
52.243-1 Changes--fixed Price Aug 1987
52.252-2 Clauses Incorporated By Reference Feb 1998
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights Jan 2009
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Jun 2012
252.232-7006 Wide Area Workflow Payment Instructions May 2013 Executive Order 13514: Federal Leadership In Environmental, Energy, And Economic Performance (oct 2009)
to Be Awarded This Contract, The Offeror Must Be Registered In The Sam And Remain Active During Period Of Performance. (https://www.sam.gov/portal/public/sam/). All Vendors Must Have A Publicly Visible Registration In The System For Award Management (sam). Duns & Bradstreet, Cage Code & Federal Tax Id Numbers Must Be Submitted With Offer. If You Need Any Additional Assistance Getting Registered, Please Send Me An Email And I Will Send You Additional Instructions.
submission Of Quotes: Offerors Shall Complete W912nr25r0006 Solicitation Quote Sheet, Complete 52.204-4 (#1)and Provide A Meal Plan Based On 21 Day Menu, Electronically To Contract Specialist, Ms. Lavon Wilson At Lavon.d.wilson.civ@army.mil And The Contracting Officer, Mrs. Crystal Stiles, Crystal.l.stiles2.civ@army.mil. The Government Must Have Received Form The Offeror A Fully Compliant Quote. Offerors May Not Submit More Than One (1) Proposal In Response To This Solicitation.”the Quote Is Compliant When It Conforms To All The Requirements, Terms, And Conditions Of The Solicitation, Including The Need Statement. The Proposal Due Date Is 10:00am Cst On Monday February 3, 2025:
submittal Of Solicitation Questions: Questions Concerning This Rfq Or Request For Clarification Shall Be Made Inwriting Via Email To The Contract Specialist,, Ms. Lavon Wilson At Lavon.d.wilson.civ@army.mil And The Contracting Officer, Mrs. Crystal Stiles, Crystal.l.stiles2.civ@army.mil. The Due Date For Questions Will Be 10:00 Am Cst On Friday, January 31, 2025. When Submitting Questions And Comments, Please Refer To The Specific Text Of The Rfq In The Following Format:
subject: Laarng Hhc 2-156th Annual Training Boxed Hot Meals Rfq No. W912nr25r0006
note: For Your Offer To Be Considered Ensure The Following:
worksheet Has Been Accurately And Completely Filled Out
registration In Sam Is Current And Accurate
pricing For All Items Listed And Total Of All Items Completed
representation Selection Has Been Made (#1 ).
submission Made Via Email By The Specified Time And Date.
Closing Date31 Jan 2025
Tender AmountRefer Documents
Bukidnon State University Tender
Others
Philippines
Details: Description 33379 Gallon Alcohol - 99.9% Pure Ipa Isopropyl Alcohol (iupac Name Propan-2-ol; Also Called Isopropyl, Isopropanol, Or 2-propanol) Is A Colorless, Flammable Chemical Compound With A Strong Odor. It Is Miscible In All Proportions With Water And Many Organic Liquids And Has A Good Solvent Power For Many Organic Substances. All Purpose, Used For: -cleaning Electronics -resin 3d Printing -alcohol Inks -and More. Warning: Flammable; Place In A Safe Area And Use Responsibly. Not For Use Directly On The Skin. 5 800.00 4,000.00 33380 Set Arduino Uno R3 - Development Board Compatible With Arduino Atmega328p Theuno R3 Development Board Is One Of The Most Popular Among The Arduino Family, Based On The Atmel Atmega328 Microcontroller. It Offers A Versatile Platform For Various Electronics And Robotics Applications, Ranging From Basic To Advanced Projects. Performancedescription Microcontroller:atmega328 Operatingvoltage: 5v Inputvoltage (recommended): 7-9v Digital I/o Pins: 14 (of Which 6 Provide Pwm Output) Analog Input Pins: 6 Dccurrent Per I/o Pin: 40 Ma Dccurrent For 3.3v Pin: 50 Ma Flashmemory: 32 Kb (atmega328) Of Which 0.5 Kb Is Used By The Bootloader Sram: 2 Kb (atmega328) Eeprom: 1 Kb (atmega328) Clock Speed: 16 Mhz Programming Interface: Usb Via Arduino Ide Software 10 500.00 5,000.00 Compatibility:arduino Ide Compatible, Easy To Program And Use For Beginners And Advanced Users Alike Design Specification Board Type: Arduino Uno R3 Usbinterface: Type B Usb Port For Programming And Power Supply Formfactor: Standard Arduino Uno Shape And Size Poweroptions: Can Be Powered Via Usb Or External Power Supply (7-12v Dc) Headers: Straight Pin Header Variant Available, Compatible With Breadboards And Prototyping Shields Key Features Versatilemicrocontroller: Atmega328 Microcontroller Offering A Good Balance Of Performance And Features Broadrange Of I/o Pins: 14 Digital I/o Pins, 6 Pwm Outputs, And 6 Analog Inputs For Diverse Project Needs Easy Programming: Usb Interface For Programming And Power, Compatible With The Arduino Ide Expandability: Compatible With A Wide Range Of Arduino Shields And Modules For Added Functionality Wideapplication: Suitable For Various Applications In Electronics, Robotics, And Automation 33383 Set Battery - Rechargeable Lithium Battery, 3.7v; 69800 Mah, 2pcs/set 3.7v18650 69800mah Li-ion Rechargeable Battery Features: Rechargeable Battery. Recharging/discharging Protection Circuit. Nomemory Effect. Lowreccuring Operation Cost. Safe And Environmental Friendly. Short-circuit And Over-current Protection. 6 160.00 960.00 Description: Keep In A Dry And Cool Place. Charges Up To 1500 Times For An Economical And Responsible Way To Keep Your Battery-powered Devices Working Specifications: Color: Black & Green Size: 66*18mm Capacity: 69800mah Voltage: 3.7v Battery Type: Li-ion Warning: The Voltage Of Full Charge And Cut Off Discharge Is 4.2v And 2.75v. Don't Heat, Incinerate Or Reverse Polarity. 33451 Set Multi-function Portable Solor Panel Station Generator, 500w Capacity Productoverview: Portable Power Solutions 2578model - Use Of Electrical Appliances Below 150w (lead Acid Battery) 2 22,000.00 44,000.00 This Portable Power Unit Is Designed For Electrical Appliances Requiring Up To 150w Of Continuous Power, Offering A Reliable Power Source For Small Devices. Specifications: Battery:maintenance-free Lead Acid Battery Battery Capacity: 144wh, 12000mah Lithium-ion Battery Acoutput: Pure Sine Wave Output Continuous Power Output: 150w Outputvoltage: 220v Input(adapter): Dc 12v/3a Usboutput: 2 X Usb 5v/2.4a Operating Temperature: -10°c To 40°c Lifecycle: >800 Cycles Dimensions(l X W X H): 225 X 130 X 175 Mm Netweight: Approximately 4.25 Kg 2579model - Use Of Electrical Appliances Below 300w (lithium Battery) Thismodel Is Suitable For Devices Up To 300w, Equipped With A Powerful Inverter And Various Output Options. Specifications: Battery: Lithium-ion, 12.8v/80000mah Inverter: Built-in 300w, Ac Peak Power Output 600w Waveform: Pure Sine Wave Acoutput: 1 Universal Ac Output (110v/220v) Dcoutput: 3 X Dc 12v Output Usboutput: 2 X Usb 5v/2.4a Display: Lcd (voltage, State Of Charge, State Of Discharge) Ledlight Modes: 100% Luminance, 50% Luminance, Flashing, Off Loadcapacity: 3 X 12v Led Light, Fan, Tv, Drone, Computer, Etc. Switching Function: Independent Ac And Dc Output Switching Dimensions(l X W X H): 211 X 160 X 196 Mm 2580model - Use Of Electrical Appliances Below 500w (lithium Battery) Designed For More Power-hungry Devices, This Unit Supports Up To 500w Of Continuous Power. Specifications: Battery: Lithium-ion, 12.8v 460.8wh Inverter: Built-in 500w Waveform: Pure Sine Wave Acoutput: 1 Universal Ac Output (110v/220v) Dcoutput: 3 X Dc 12v Output Usboutput: 2 X Usb 5v/2.4a Display: Lcd (voltage, State Of Charge, State Of Discharge) Ledlight Modes: 100% Luminance, 50% Luminance, Flashing, Off Loadcapacity: 3 X 12v Led Light, Fan, Tv, Drone, Computer, Etc. Switching Function: Independent Ac And Dc Output Switching Dimensions(l X W X H): 265 X 175 X 225 Mm 2581model - Use Of Electrical Appliances Below 500w (lead Acid Battery) This Heavy-duty Model Is Ideal For Larger Applications, Offering Robust Power From A Lead Acid Battery. Specifications: Rated Power: 500w Battery: Lead Acid, 12v 50ah Output:ac 220v/110v ±15%, Dc 12v, 5v Waveform:modified Sine Wave Grossweight: 17 Kg Dimensions(l X W X H): 420 X 265 X 325 Mm Package Includes: Accharger Carignition Cable 2 X 12v 5w Bulbs Usermanual Qualified Certificate Key Features Across Models: Pure Sine Wave Output: Ensures Compatibility And Safety For Sensitive Electronics. Multipleoutputs: Ac, Dc, And Usb Outputs For Versatile Usage. Lcddisplay: Provides Real-time Status Information (on Applicable Models). Ledlighting: Integrated Led Lights With Multiple Modes For Additional Utility. Independent Switching: Separate Control For Ac And Dc Outputs. Portabledesign: Compact And Lightweight For Easy Transportation And Use In Various Environments. These Portable Power Units Are Designed To Provide Reliable And Flexible Power Solutions For A Range Of Applications, From Small Electronic Devices To Larger Household Appliances. 33465 Set Resistor - Assorted Ranges From 1 Ohms To 1 Mega Ohms, 600pcs/box Description: This Assorted Resistor Kit Offers A Comprehensive Range Of Resistors, Covering Values From 1 Ohm To 1 Mega Ohm, Providing Flexibility For Various Electronic 60 150.00 9,000.00 Projects And Applications. With 600 Pieces Neatly Organized In A Box, It's An Essential Component For Hobbyists, Students, And Professionals Alike. Each Resistor Is Labeled Clearly, Ensuring Easy Identification And Selection During Usage. Key Features: Widerange: Encompasses Resistance Values From 1 Ohm To 1 Mega Ohm, Catering To Diverse Project Requirements. Comprehensiveassortment: Contains 600 Resistors In Total, Providing An Extensive Selection For Various Electronic Applications. 33468 Pcs Soldering Iron Stand Holder Generic High Temperature Resistance Metalmaterial Soldering Iron Stand For 936 Soldering Station 907 Soldering Handle 900m Series Full High-temperature Iron Frame, Superior Quality, Durable And Steady. Solidmetal Chassis Plate Distribution Cleaning Sponge. Soldering Iron Must Be Used. No Soldering Iron Included No Sponge Included Black Color Available Specifications: Type: Telescopic Iron Frame Material:metal Size: 16cm X 7cm X 7.5cm Weight: 223g 20 80.00 1,600.00 33469 Roll Soldering Lead - Quick Melt, 5 Meters/roll High-quality Solder Wire Designed For Precision Soldering In Electronics And Electrical Applications. It Features A 60/40 Tin-lead Alloy With A Rosin Core For Excellent Solderability And Insulation Resistance. The Quick Melt Property Ensures Efficient Soldering, Making It Suitable For Both Advanced Users And Professional Settings. Performancedescription Composition: 60% Tin (sn) And 40% Lead (pb). 20 100.00 2,000.00 Wirediameter: 0.8 Mm. Melting Point: Approximately 210°c (410°f). Spooldimensions: Approx. 55 X 55 Mm (2.17'' X 2.17''). Weight:approximately 250 To 280 G Per Spool Material Composition: 60/40 Tin-lead Alloy With Water-soluble Rosin Core. Key Features High-quality Solder: Ensures Reliable And Strong Solder Joints. Good Solderability: Excellent Flow And Wetting Properties. Non-corrosive:does Not Corrode The Components Or Pcb. Minimal Spattering: Reduces Cleanup And Improves Safety During Soldering. Versatileuse: Suitable For A Wide Range Of Electronics And Electrical Applications, Including Circuit Boards And Electronic Devices. 33470 Can Soldering Rosin Paste - Stainless Steel, 20g/can Specialized Flux And Solder Paste Designed For Soldering Stainless Steel And Nickel Sheets. It Facilitates Strong, Reliable Joints By Promoting Excellent Wetting And Adhesion Properties Essential For These Materials. This Paste Is Particularly Useful In Applications Where Traditional Soldering Techniques Might Not Perform Well Due To The Nature Of Stainless Steel. Performancedescription Weight: 20g. Material Composition: Contains Finely Powdered Solder Alloy And Flux. Suitablemetals: Stainless Steel, Nickel, And Other Hard-to-solder Metals. Melting Point: Varies Depending On The Specific Alloy Composition But Typically Around 220°c To 260°c (428°f To 500°f). Flux Type: Acid-based Flux To Ensure Proper Cleaning And Bonding Of Stainless Steel Surfaces. 20 200.00 4,000.00 Key Features: Idealfor Electronics Repair: A Great Soldering Tool For Smartphone Repairs, Pcbs, Bgas, And Electronic Parts. Mild Ph: Non-corrosive To Ics Or Pcbs, Ensuring No Damage During Soldering. Transparent Residue: Leaves Behind A Residue That Is Transparent, Eliminating The Need For Post-soldering Washing. Highermelting Point: Melts At A Slightly Higher Temperature Than Standard Soldering Tin, Providing Robust And Durable Joints. 33472 Pack Thermal Transfer Paper - A4z Paper, 100pcs/pack Designated As Special A4z Yellow Paper, Is Specifically Designed For Producing Printed Circuit Boards (pcbs). This Paper Facilitates The Transfer Of Printed Circuit Patterns Onto Copper-clad Boards Using A Laser Printer And A Heat Press Method. The Yellow A4z Paper Ensures High Precision And Excellent Adhesion Of The Toner To The Copper Surface, Which Is Essential For Creating Accurate And Reliable Pcb Designs. Sheet Size: A4 Color; Yellow Material Composition: Specially Formulated Cellulosebased Paper With A Heat-activated Adhesive Coating. 15 650.00 9,750.00
Closing Date17 Jan 2025
Tender AmountPHP 45 (USD 1)
DEPT OF THE ARMY USA Tender
Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Supplies Prepared In Accordance With The Format In
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.
(ii) The Solicitation Number Assigned To This Action Is W912j2-25-q-a002. The Solicitation Is Issued As A Request For Quote (rfq) From The United States Property And Fiscal Office For Wisconsin, Purchasing And Contracting Division, Camp Douglas, Wi 54618.
(iii) All Solicitation Documents And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2022-06 /may 26, 2022.
(iv) This Requirement Is Unrestricted With An Applicable Naics Code Of 721110. Hotels (except Casino Hotels) And Motels With A Small Business Size Standard Of $35m
please Send Proposals In Accordance With (iaw) The Statement Of Work
the Wiarng Is Looking For A Hotellodging Andconferencespacerental To Include Audio Video And Meals/coffee In The Fox Valleyarea (appleton, Wi Area). But Can Go As Far As 34-40 Miles Out.
****all Conference Space Must Be Within One Buildingand All Meals Must Be Served Within That Building. The Required Sleeping Rooms Can Be In Neighboring Hotels But Must Be Within Two Miles Distance From The Conference Space.*****
(vii) Delivery Schedule Shall Be 30 January 2025 To 02 February 2025. Lodging Will Be For The Nights Of The 30th And 31st Of January And Th 1st Of February.
(vii) Evaluation Will Be Based On Lowest Price Technically Acceptable. Technically Acceptable Includes:
1. Conformance To The Statement Of Work.
2. Complete Bid Sheet (excell Spreadsheet Will Be Provided.)
a Firm Fixed Price Contract Award Is Anticipated.
(x) The Offeror Must Include A Completed Copy Of The Provision At Far 52.212-3 Alt I, Offeror Representations And Certifications -- Commercial Items With A Quote Or Be Currently Registered In The Sam Website With
representations And Certifications Completed.
(xi) The Clause At Far 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition.
(xii) The Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive
orders -- Commercial Items, Applies To This Acquisition. Any Additional Clauses Cited In Far 52.212-5 Are Listed In Section Xiii.
(xiii) The Following Additional Agreement Requirement(s) Or Terms And Conditions Determined By The Contracting
officer To Be Necessary For This Acquisition:
in Accordance With Dfars 252.232-7003, Electronic Submission Of Payment Requests And Receiving
reports, The Contractor Shall Submit Their Payment Request Electronically Using The Wide Area Workflow
(wawf). The Wawf Website Is Located At Https://wawf.eb.mil. There Is No Charge To Use Wawf.
the Following Clauses And Provisions Are Incorporated By Reference Into This Solicitation. Full Text Is Available At
https://www.acquisition.gov.
52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards
52.204-18 Commercial And Government Entity Code Maintenance
52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
52.204-26 Covered Telecommunications Equipment Or Services-representation
52.212-2 Evaluation—commercial Items
52.212-3 Offeror Representations And Certifications—commercial Items
52.212-4 Contract Terms And Conditions--commercial Items
52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders—commercial Items
52.219-1 Small Business Program Representations
52.222-50 Combating Trafficking In Persons
52.232-39 Unenforceability Of Unauthorized Obligations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors
52.233-1 Disputes
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated By Reference
52.252-5 Authorized Deviations In Provisions
52.252-6 Authorized Deviations In Clauses
52.253-1 Computer Generated Forms
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights
252.204-7003 Control Of Government Personnel Work Product
252.203-7005 Representation Relating To Compensation Of Former Dod Officials
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls And
252.204-7012 Safeguarding Of Unclassified Controlled Technical Information
252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support
252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation, Dfars Provisions 252.204-7017 - Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation And Dfars Clause 252.204-7018 - Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services
252.211-7008 Use Of Government-assigned Serial Numbers
252.225-7031 Secondary Arab Boycott Of Israel
252.225-7048 Export-controlled Items
252.225-7974 (dev) Representation Regarding Business Operations With The Maduro Regime (deviation 2020-o0005)
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies On Contract Payments
252.243-7001 Pricing Of Contract Modifications
252.244-7000 Subcontracts For Commercial Items
252.247-7023 Transportation Of Supplies By Sea
(xiv) Dpas Rating Does Not Apply To This Acquisition.
(xv) Quotes Must Be Received No Later Than The Time And Date Indicated On This Rfq. Quotes Must Be Emailed To The Primary Point Of Contact Shown. It Is Your Responsibility To Make Sure Your Quote Is Received.
instructions To Offerors:
1. Quotes In Response To This Solicitation Must Include The Offeror's Cage Code Or Duns Number.
2. Quotes Must Be Valid Until January 16th, 2025.
3. Your Pricing Schedule Must Clearly Annotate Pricing Or The Words, "not Separately Priced" Or "no Cost" For Each Requirement Identified. Omission Of No Cost Line Items May Cause Your Quote To Be Non-responsive. Unit Prices Shall Include All Applicable Fees, To Include Any Non-exempt Taxes.
offerors Shall Submit The Following In Order For Their Award To Be Considered Responsive.
submit Both Bid Sheet With All Applicable Lines Filled Out To Include The Total Price. Service Fees Included. Wiarng Is A Tax Exempt Entitiy.
provide A Narrative And/or Plan Which Demonstrates Your Company’s Ability To Provide The Following, Incompliance With The Statement Of Work:
required Conference Space To Include Capacity And Seating Arrangements.
ii. Required Audio/visual Equipment Including Set Up.
iii. Required Catered Meals, Including Box Lunches Of Quality And Value Consistent With The Federal Per Diem Rate.
iv. Required Number Of Hotel Rooms Needed.
all Contractors Shall Be Registered In The System For Award Management (sam) To Be Eligible For Award Of A
contract. Offerors Shall Ensure Sam Registration Is Active. The Official Sam Website Is
https://www.sam.gov/portal/public/sam/. Contractors Are Encouraged To Complete Sam Registration As Soon As
possible; The Government May Not Delay Award For The Purpose Of Allowing A Contractor Time To Register In Sam.
it Is The Interested Offeror's Responsibility To Check Beta.sam.gov For Updated Information.
*****the Requested Number Of Meals And Hotel Rooms Are Estimated Based On The Expected Number Of Attendees. The Wiarng Will Provide The Successful Offeror Exact Number Of Meals And Rooms No Later Than 18jan 2025.*****
submit Offers In Response To This Synopsis/solicitation To Curtis.p.clements.civ@mail.mil . Offers Received After 11:00 Am Cst On 06jan2025 May Not Be Considered Unless Determined To Be In The Best Interest Of The Government.
no Telephonic Inquires Will Be Accepted.
email Any Questions To Curtis.p.clements.civ@army.mil. Questions Are Due By 31 December 2024 12:00 Pm Cst. It Is The Vendor's Responsibility To Check Www.sam.gov For Any Updates Or Changes.
Closing Date6 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.
the Solicitation Is Being Issued As A Request For Quote; The Solicitation Number Is W912sv-24-q-0001. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2024-02.
the Massachusetts Army National Guard (marng) Has A Requirement To Establish Multiple Blanket Purchase Agreements (bpa) For Yellow Ribbon Event Services. The Yellow Ribbon Reintegration Program Is A Congressionally Mandated Initiative Established Under The National Defense Authorization Act (section 582 Of Public Law 110-183). It Requires Information Events And Activities For All Deploying Units. Various Units In The Deployment Cycle Will Participate In These Events, Which May Be Combined Based On Necessity. It Is Essential That Each Event Is Tailored To Accommodate The Size And Needs Of Both The Deploying Group And Their Families.
a Bpa Is An Agreement, Not A Contract Or Purchase Order. The Bpa Master Agreements Shall Set Forth The Terms And Conditions Prior To An Actual Purchase. The Government Is Not Obligated To Purchase Any Definite Amount Under This Bpa. If A Need Arises, An Authorized Representative Of The Government May Issue An Order Following The Procedures Outlined In The Bpa. If The Bpa Holder Accepts The Order, Then A Binding Contract Between The Government And Bpa Holder Will Exist For That Specific Order.
this Requirement Is Issued Under A Total Small Business Set-aside Using Simplified Acquisition Procedures Iaw Federal Acquisition Regulation (far) Part 13.5 Under Naics Code 722310 Food Service Contractors. The Small Business Size Standard Is $47,000,000. Interested Vendors Must Add The Applicable Naics To Their System For Award Management (sam) Representations And Certifications Prior To Submitting Their Responses.
description Of Requirement:
1. The Contractor Shall Deliver Meals And Food Items As Further Described In Attachment – Performance Work Statement (pws).
2. Additional Terms And Conditions Are Contained In The Following Documents:
a) Blanket Purchase Agreement Terms And Conditions; W912sv24q0001 Yellow Ribbon Master Bpa
b) Attached Provisions And Clauses Incorporated By Reference Or By Full Text Below
3. Contract Line Item Numbers (clin) Will Be Dependent On Individual Calls And/or Orders Issued Under The Resultant Bpa. Delivery Quantities, Locations, And Types Will Vary According To Need And Will Be Determined For Each Order Or Call Placed Under A Master Blanket Purchase Agreement. Clin Format Should Be As Follows:
clin No Item Qty Price
clin 0001 Meeting Space
clin 0002 Av Equipment
clin 0003 Catered Meals
4. The Government Intends To Award Up To Approximately Ten (10) Bpas To Responsible Vendors That Demonstrate A Capability To Provide Event Services Under The Conditions And Safety Requirements As Described In The Pd. The Government Reserves The Right To Award Additional Bpas Beyond The Estimated Number, Or Award No Bpas, From This Combined Synopsis/solicitation As Determined To Be In The Government's Best Interest. Bpas Do Not Obligate Any Funds And Are Not Binding Contracts. The Government Will Be Obligated Only To The Extent That Authorized Bpa Calls Or Orders Are Made Under These Agreements.
5. Bpas Will Be Evaluated Annually And Are Anticipated To Remain In Place For Five (5) Years. The Total Maximum Order Limit For All Master Bpas (combined) Awarded Under This Solicitation Is $865,390.00. Individual Orders Or Calls Will Not Exceed $250,000. The Establishment Of A Bpa Does Not Imply Any Agreement On The Part Of The Government To Place Future Calls Or Orders With The Bpa Holder. The Government Makes No Representation As To The Number Or Dollar Amount Of Orders That May Be Placed.
6. Calls/orders Will Be Competed Among Master Bpa Holders For The Applicable Request For Quotes Via Oral Solicitation Or By E-mail. Failure To Submit A Complete And Timely Response To A Request For Quote (rfq) May Result In It Being Determined Non-responsive.
a) The Government Reserves The Right To Set Aside Any Call/order To Any Specific Socioeconomic Category Of Small Business Bpa Holder(s) (i.e., 8(a), Hubzone, Sdvosb, Or Wosb, Etc. Concerns).
b) The Government Reserves The Right, At The Government's Discretion, To Directly Award A Call Or Issue An Order To Any Bpa Holder That Has Not Yet Received A Call/order Under Their Master Bpa Or Where A Justification Is Made For Exception To Fair Opportunity.
c) The Government Reserves The Right To Not Request Quotes From Any Bpa Holder Due To Lack Of Satisfactory Performance Or A Documented History Of Poor-quality Items On Prior Bpa Orders/calls.
submission Requirements:
1. The Government Will Evaluate All Responses In Accordance With The Submission Requirements And Evaluation Criteria Described Herein. Responses Should Be Prepared Simply And Provide A Concise Description Of Capabilities To Satisfactorily Perform All Requirements. Responses To This Announcement Shall Include:
a) Capability Statement Showing How The Vendor Can Meet All Requirements Of This Solicitation. Including Cage Code, Duns Number, Tin, Business Size And Type (i.e., Small, Small And Disadvantaged, 8(a) Certified, Woman-owned Small, Hub Zone Certified Small, Or Service-disabled Veteran-owned Small Business) For The Applicable Naics Code, And Point Of Contact Information. The Letter Shall Also Include Acknowledgement Of Amendments, If Any, To This Solicitation.
b) Current Price List(s) For Event Space And Prepared Foods That May Be Selected By The Government To Meet The Requirements Of The Pws. Please Note That The Massachusetts National Guard Is Exempt From Tax, Therefore Rates Should Not Include Tax.
c) Quality Control Outline Iaw Pd Section 8(a). Iaw Pd Paragraph 8(a), Responses To This Solicitation Shall Include A Synopsis Of The Quality Control Plan. Plans Must Be In Accordance With The Requirements Defined In The Qasp.
2. The Responses To This Combined Synopsis/solicitation Shall Be Submitted Via E-mail Only. Ensure That The E-mail Is Clearly Marked To Indicate Its Contents, The Solicitation Number, And The Identity Of The Firm Submitting. Responses May Be Submitted In Word Or Pdf Format Only. Do Not Include Links To Websites In Lieu Of Incorporating Information Into Your Response.
3. As Prescribed In Dfars 252.204-7007, Interested Parties Must Be Registered With System For Award Management (sam) Under The Naics 722310. Representations And Certifications Must Also Be On Record. These Registrations Can Be Done Through The System For Award Management (sam) At Https://sam.gov/sam/
solicitation Evaluation Criteria:
contractors Shall Be Evaluated And Selected For A Bpa Master Agreement Based Upon The Following Factors: Price And Past Performance
basis For Agreement: Price Only
the Following Be Added "the Government Will Evaluate The Price List Provided And Will Calculate The Median And Average Price Of Meals. From There The Responsible Vendors Will Be Ranked From Lowest Price To Highest Price And The Lowest 10 Quotes Will Receive A Bpa. If There Are Quotes That Total The Same Price The Government May Award More Than 10 Bpa's As Seen Fit.
bpas Will Be Established With Responsible Vendors That Can Successfully Meet The Submission Requirements Stated Above. The Government Intends To Evaluate Responses And Award Bpas Without Discussions. The Government Reserves The Right To Conduct Discussions If The Contracting Officer Later Determines Them To Be Necessary. Iaw Far 13.106-2(b)(3), Formal Evaluation Plans And Establishing A Competitive Range, Conducting Discussions, And Scoring Quotations Or Offers Are Not Required.
note: The Government Will Not Award To Third Party Entities.
submission Of Responses:
offerors Shall Provide:
a Quote In Accordance With The Clins Contained In Section 3 Above.
past Performance Information Shall Be Limited To One Page Of Comparable Hospitality Or Booking Agent Federal Contracts.
responses Shall Be Submitted Electronically To Melissa Melcher Via Melissa.l.melcher2.civ@army.mil And Lars Bernard Via Jeffrey.l.bernard6.civ@army.mil. All Responses Shall Be Submitted By The Time Indicated On This Notice.
**responses Will Only Be Accepted Electronically Via The E-mail Addresses Provided Above. It Is The Vendors' Responsibility To Confirm That Their Responses Have Been Received.
questions:
questions Regarding This Acquisition May Be Addressed To Melissa Melcher And Lars Bernard At The Above Listed Email Addresses.
questions Must Be Received No Later Than Five (5) Business Days Prior To Date For Receipt Of Responses.
ng Agency Protest Program Is Intended To Encourage Interested Parties To Seek Resolution Of Their Concerns With The National Guard (ng) As An Alternative Dispute Resolution Forum, Rather Than Filing A Protest With The Government Accountability Office (gao) Or Other External Forum.
contract Award Or Performance Is Suspended During The Protest To The Same Extent, And Within The Same Time Periods As If Filed At The Gao. The Ng Protest Decision Goal Is To Resolve Protests Within 35 Calendar Days From Filing. An Agency Protest May Be Filed With Either The Contracting Officer Or The Ng Agency's Protest Decision Authority, But Not Both, In Accordance With Ng Protest Procedures.
to Be Timely, The Protests Must Be Filed With The Periods Specified In Far 33.103. To File A Protest Under The Ng Agency Protest Program, The Protest Must Request Resolution Under That Program And Be Sent To The Address Below:
national Guard Bureau
office Of The Director Of Acquisitions/ Head Of Contracting Activity
attn: Ngb-aq-0
111 S. George Mason Dr.
arlington, Va 22204
email: Ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil
all Other Agency-level Protests Should Be Sent To The Contracting Officer For Resolution At The Address In The Solicitation. See Far Clause 52.233-2.
ng Public-facing, General Protest Information Is Found At:
https://www.nationalguard.mil/leadership/joint-staff/special-staff/director-of-acquisitions/
directorate Of Acquisitions Information For The Contracting Enterprise Is Found At Https://gko.portal.ng.mil/ngb/staff/d01/d01/oi/protests%20and%20complaints/forms/allltems.asp
Closing Date17 Jan 2025
Tender AmountRefer Documents
EQUAL EMPLOYMENT OPPORTUNITY COMMISSION Tender
Others
Corrigendum : Closing Date Modified
United States
Description: 01/24/2025-the Purpose Of This Amendment A0005 Is To Add Clin 0006, A Quantity Of Ten (10) Projectors For The Breakout Room. Clin 0006 Is Optional And Will Not Be Counted Toward The Technical Evaluation. See Attachment-revised 01_24_2025_ Fy25_sample Excel + Conference+pricing+template_blankv2.
note: Projector Should Be Suitable For Room Size For Optimized Audience Viewing.
______________________________
01/22/2025- The Purpose Of This Amendment A0004 Is To Provide Theattach Questions And Answers For Rfq #45310025q0011- Excel Conference.
______________________________
01/16/2025-the Purpose Of This Amendment A0003 Is To Provide The Deadline For Questions, Friday, January 17, 2025, 2pm Est.
______________________________
01/15/2025-the Purpose Of This Amendment A0002 Are As Follows: Extend The Quote Due Date From January 15, 2025, 10 A.m. To February 5, 2025, 10 A.m., Washington, Dc Local Time; And Add “locations” Detroit, Chicago, And Minneapolis For The 2025 Excel Training Conference.see Attachment Sf30_amendment_45310025q0011_a0002_rfq Excel Conference_jdaiisigned
______________________________
12/31/2024-the Purpose Of This Amendment A0001 Are As Follows: Attach Questions And Answers For Rfq #45310025q0011- Excel Conference; Revision Of Sample Of Lodging Nights (2025 & 2026); And Added Language To The Clin 0005 - Audio/visual (a/v) Requirements (rental) , A/v For Breakout Rooms , "the Contractor Must Provide The Following Equipment: Microphones (1 Wireless And 1 Wired In Each Breakout Room), Projector Screen...." See Attachment Sf30_amendment_45310025q0011_a0001_rfq Excel Conference_jdaiisigned
_______________________________
statement Of Work (sow)
examining Conflicts In Employment Laws (excel) Training Conference Fy 2025 & Fy 2026
the U.s. Equal Employment Opportunity Commission (eeoc), Revolving Fund Division, Eeoc Training Institute (hereinafter Referred To As The Institute) Has A Requirement For A Contractor To Provide A Full-service Training Facility To Include Lodging, Meeting And Exhibitor Space, Food And Beverage Service, Audio/visual Equipment, Limited Audio/visual Support Services And Business Center Support To Conduct The Annual Examining Conflicts In Employment Laws (excel) Training Conference (hereinafter Referred To As The Conference). This Annual Conference Provides Training To Federal Agencies And Private Employers On The Laws Enforced By The Eeoc. The Institute Anticipates A Minimum Of 600 Registrants With A Maximum Of 1,000 Registrants, Plus An Additional 100 Attendees Consisting Of Other Staff, Presenters, And Exhibitors Who Provide Support For The Conference.
the Excel Training Conference Will Be Held For Four (4) Days. The Preferred Schedule Is Pre- Conference Registration Will Be Held On Sunday And The Pre-conference Sessions On Monday. Full Conference Registration Will Be Held On Sunday And Monday. Pre-conference Sessions Will Be Held On Monday (day 1) From 8:00am – 5:00pm. The Full Conference Will Be Held From Tuesday (day 2) At 8:00am, Ending On Thursday (day 4) At 5:00pm. The Plenary Sessions Will Be Held On The Mornings Of Tuesday (day 2), Wednesday (day 3), And Thursday (day 4).
breakout Sessions Will Be Held On The Mornings Of Tuesday (day 2), Wednesday (day 3), And Thursday (day 4) After The Plenary Sessions Until 5:00pm. Food And Beverage Service Is Required For Continental Breakfast And For A Light Lunch For Three (3) Days, Tuesday (day 2), Wednesday (day 3), And Thursday (day 4). The Institute Also Requires Morning And Afternoon Breaks Each Day (tuesday-thursday), And A Conference Reception On One Day During The Conference (the Exact Date And Time Will Be Determined Later By The Institute). The Institute May Offer Six (6) Pre- Conference And Post-conference Workshops For Up To 300 People Outside Of The Tuesday - Thursday Conference.
requirments For Location And Dates
the Contract Must Be Able To Provide A Facility For The Entire Scope Of The Contract. The Eeoc Will Only Accept Quotations For Following Dates And Locations.
the Preferred Dates And Locations For The Excel Training Conference In Each Fiscal Year 2025 & 2026 As Follows:
the Preferred Dates And Locations For The 2025 Excel Training Conference Are:
location:
atlanta, Georgia
detroit, Michigan
chicago, Illinois
minneapolis, Minnesota
dates:
july 12 - July 17, 2025
august 9 - August 15, 2025
august 16 - August 21, 2025
august 23 - August 28, 2025
august 30 - September 4, 2025
the Preferred Dates And Locations For The 2026 Excel Training Conference Are:
locations:
detroit, Michigan (1st Preference)
minneapolis, Minnesota (2nd Preference)
chicago, Illinois (3rd Preference)
denver, Colorado (4th Preference)
phoenix, Arizona (5th Preference)
san Diego, California (6th Preference)
palm Springs, California (7th Preference)
dates:
june 6 - June 11, 2026
june 13 - June 18, 2026
june 20 - June 25, 2026
june 27 - July 2, 2026
july 11 - July 16, 2026
july 18 - July 23, 2026
august 22 – August 27
august 29 - September 3, 2026
the Pre-conference And Full Conference Will Be Held From 8:00am – 5:00pm. We Will Require The Use Of The Registration Area For The Pre-conference And Assembling Of Materials One Day Prior To The Pre-conference From The Hours Of 8:00am – 5:00pm.
please Indicate Availability For Each Date In The Technical Portion Of The Quotation. No Other Dates Or Combination Of Dates Will Be Considered By The Government.
the Government Contemplates The Award Of A Firm-fixed Price (ffp) Contract.
the Following Requirements For The Training Facility Are Specified In Terms Of Minimum Requirements. The Contractor Must Meet The Following Minimum Requirements:
the Quotation Package Shall Include The Following Line Items In A Written Quotation:
schedule Of Supplies And Services Fy 2025:
clin 0001, Lodging - Quantity Four 4 Days Each (see Below List Of Lodging Requirements), Unit Price $ , Total For Clin 0001 $ .
clin 0002, Rental Of Conference Meeting Space - Quantity 4 Days Each (see Below List Of Conference Meeting Space Requirements), Unit Price $ ,
$ , Total For Clin 0002 $ .
clin 0003, Business Center Services Expenses - Quantity 4 Days, (see Below List Of Business Center Requirements), Unit Price $ , Total For Clin 0003 $ .
clin 0004, Food And Beverage Services - Quantity 4 Days (see Below List Of Food And Beverage Requirements), Unit Price $ , Per Person Per Day, Total For Clin 0004 $ .
clin 0005, Rental Of Audio/visual Equipment And Technical Support - Quantity 4 Days Each (see Below List Of Audio/visual Requirements), Unit Price $ , Total For Clin 0005 $.
total Price For Clins 0001 Through 0005: $fy 2025:
clin 0001, Lodging - Quantity Four 4 Days Each (see Below List Of Lodging Requirements), Unit Price $, Total For Clin 0001 $
clin 0002, Rental Of Conference Meeting Space - Quantity 4 Days Each (see Below List Of Conference Meeting Space Requirements), Unit Price $ , Total For Clin 0002 $
clin 0003, Business Center Services Expenses - Quantity 4 Days, (see Below List Of Business Center Requirements), Unit Price $ , Total For Clin 0003 $
clin 0004, Food And Beverage Services - Quantity 4 Days (see Below List Of Food And Beverage Requirements), Unit Price $ Per Person Per Day, Total For Clin 0004 $
clin 0005, Rental Of Audio/visual Equipment And Technical Support - Quantity 4 Days Each (see Below List Of Audio/visual Requirements), Unit Price $ , Total For Clin 0005 $
total Price For Clins 0001 Through 0005: $ Fy 2026.
a Contract Will Be Awarded To The Responsible Quoter Whose Quotation Represents The Best Value To The Government. The Quoter Must Be Registered In The System For Award Management (sam) Database At The Time The Quotation Is Submitted. Registration Is Free And Can Be Completed On-line Http://www.sam.gov. Each Quotation Must Clearly Indicate The Capability Of The Quoter To Meet The Requirements Specified In This Combined Synopsis/solicitation.
conference General Requirements
the Contractor Shall Be A High Quality “full-service” Provider With A Past Performance History That Includes A Minimum Of 3 Years Of Experience As A Primary Contractor With A Professional Staff To Execute The Requirements Specified In This Statement Of Work. All Staff Provided By The Contractor Shall Be Either Direct Employees Of The Contractor Or Employees Of An Approved Subcontractor. The Primary Contractor Shall Have Full Responsibility For The Contractor And Subcontractor Staff And Shall Make Direct Contact With The Contracting Officer’s Representative (cor) To Ensure That All Arrangements Are Mutually Understood Concerning Any Logical And/or Financial Arrangements That May Impact The Eeoc.
the Contractor Shall Provide Meeting Space, Food And Beverage And Lodging To Serve 600 To 1,000 Registrants And To Provide Business Services.
the Contractor Shall Provide Professional Staff To Organize, Coordinate, And Handle Any Last- Minute Requests, As Well As Execute All Logistical Requirements As Specified In This Sow. The Contractor Shall Make Direct Contact With The Host To Ensure That All Arrangements Are Mutually Understood Concerning Arrival Times, Accommodations, Official Functions, Financial Arrangements, And Any Other Special Information That May Impact This Event. The Contractor Or Their Approved Subcontractors Shall Coordinate And Implement All Logistical Arrangements For This Event.
logistical Support May Include, But Is Not Limited To, Coordination Of Meeting Accommodations, Customer Service Or Front Desk Information Service, Conference Rooms, Meal Arrangement/catering, Dedicated Internet, And Audio/visual Equipment.
americans With Disabilities Act (ada) Requirements
all Facilities, Including Restrooms, Recreational Areas, Dining Space, Registration Area, Meeting Space, Hotel Rooms, Exhibitor Space, Office Space, And Audio/visual Equipment Must Meet Ada Requirements For Accessibility. Accommodations For Individuals With Disabilities May Include, But Are Not Limited To Accessible Hotel Rooms, Parking Spaces, Elevators, And Sound Systems, Wide Aisles, And Wheelchair Ramps. Eeoc Will Perform Site Visits Prior To The Award Of The Contract. The Site Visit Will Include An Ada Assessment Of The Property By The Disability Business And Technical Assistance Centers (dbtac) Prior To Award Of The Contract.
clin 0001 – Lodging Requirements
the Contractor Shall Provide A Minimum Of 400 Hotel Room Nights For Speakers And Eeoc Staff Working The Event. Space Must Be Available Friday Prior To The Conference Through Friday After The Conference. The Contractor Shall Provide Hotel Rooms At Or Below The Federal Government’s Per Diem Rate For Lodging. The Contractor Will Be Paid For A Minimum Of 400 Hotel Room Nights For Speakers And Eeoc Staff Directly Under This Contract.
the Contractor Shall Provide A Room Block For Up To 2000 Hotel Room Nights For Registrants And Exhibitors. The Contractor Shall Provide Hotel Rooms At Or Below The Federal Government’s Per Diem Rate For Lodging. These Individuals Will Be Responsible For Direct Payment To The Contractor.
the Institute Will Manage The Hotel Room Block And Will Turn Back Any Unused Rooms To The Contractor, Without Penalty, By A Cutoff Date To Be Determined Upon Award Of The Contract. The Institute Will Provide The Contractor With A List Of Registrants, Exhibitors, Speakers And Eeoc Staff.
the Institute Requires The Contractor To Block Up To 400 Room Nights At Or Below The
federal Government Per Diem Rate For Lodging During The Week Before And After The Conference For Seminar Registrants And Other Conference Personnel. These Individuals Are Responsible For Paying The Contractor Directly For Lodging Costs. All Room Nights Booked By The Institute Or Conference Registrants Will Be Credited To The Conference’s Sole Account.
clin 0002 – Conference Meeting, Exhibitor And Office Space Requirements
all Meeting Space Must Be Set Up In Classroom Style With 6' Tables, No More Than 2 People Per Table, Or Round Tables With No More Than 10 People Per Table, Mints, One (1) Pitcher Of Water And
a Glasses Per Person At The Table Or Set Up Using Classroom Style. A Podium And Two (2) Tables Located In The Front Of The Classroom Are Required For The Presenters. Rooms Must Have Additional Space To Accommodate A/v Equipment.
plenary Room: A Plenary Room That Can Accommodate A Minimum Of 600 Registrants Up To 1,000 Registrants And 100 Presenters/staff In Classroom Style Seating Or Can Accommodate Up To 1,000 Registrants And 100 Presenters/staff Using Round Tables That Seat 10 People And 2 To 4 Comfortable Chairs For The Eeoc’s Chair And Keynote Speakers (large/high Back Chairs) Is Required On Tuesday (day 2) From 8:00am To 12:00pm, On Wednesday (day 3), And On Thursday (day 4) From 8:00am To 10:00am. The Plenary Room Must Have Additional Space To Accommodate A Raised Platform That Is Ada Accessible. This Includes A Platform Which Is No More Than 24” High And Is Wheelchair Accessible On At Least One Side. If A Wheelchair Ramp Is Used, The Ramp Must Have Railings On Both Sides And The Rise Over Run Cannot Be More Than 8.3%. The A/v Requirements Will Be Discussed Below.
dining Space (ballroom): A Dining Space Area Within A Separate Ballroom Or Event Space That Can Accommodate Speakers As Well As A Minimum Of 600 Registrants Up To 1,000 Registrants And 100 Presenters/staff. Exhibitor Floor Room Are Not Acceptable Unless Approved. The Ballroom Will Be Set Up In Banquet Rounds Of Ten (10) With An Appropriately Sized Riser To Hold A Podium With Podium Microphone. This Space Is Required On Tuesday (day 2) - Thursday (day 4) From 12:00pm To 1:30pm. Please See The Internet And A/v Sections For Additional Specific Requirements. The Plenary Room And Dining Space (ballroom) Functions Cannot Be Held In The Same Room.
breakout Session Rooms: The Breakout Session Rooms Are Required For Monday (day 1), Pre- Conference From 8:00am - 5:00pm Is Six (6) Breakout Rooms As Follows: Four (4) Rooms To Accommodate Up To 100 Registrants, And Two (2) Rooms To Accommodate Up To 75 Registrants. On Tuesday (day 2) From 1:30pm - 5:00pm, On Wednesday (day 3), And On Thursday (day 4) From 10:30am - 5:00pm, The Following Breakout Rooms For The Full Conference Are Required: Two (2) Rooms To Accommodate Up To 300 Registrants; Two (2) Rooms To Accommodate Up To 200 Registrants, And Five (5) Rooms To Accommodate Up To 150 Registrants, And One (1) Room To Accommodate 75 People. The Plenary Session Room Can Also Serve As A Breakout Session Room If Space Is Configured With Air Walls And The Necessary A/v Equipment Is Functional To Accommodate The Full Agenda.
speaker-ready Room
the Speaker Ready Room Will Be Used By Institute Speakers To Prepare For Their Respective Presentations From 8:00am-5:00pm On Monday – Thursday. The Room Should Be Equipped With
2 Small Tables With Chairs, Lounge Chairs, And Comfortable Seating. The Area Should Be Stocked With Coffee, Tea, And Water Pitchers With Glasses. In Addition, The Speaker Ready Room Should Have A Small Refrigerator And Microwave For Use By The Speakers.
exhibitor Space
exhibitors Will Be At The Excel Training Conference. Exhibitor Space For Up To 20 Exhibitors Is Required For Monday – Thursday In A Foyer Area Near The Plenary Session, Registration Area Or Dining Space (ballroom) That Accommodate The Am/pm Break Services. Ten (10) Exhibitor Spaces Shall Be Equipped With Two (2) 6’ Tables, Two (2) Chairs And Ten (10) Exhibitor Spaces Shall Be Equipped With One (1) 6’ Table, Two (2) Chairs. The Contractor Will Furnish Tablecloth And Drape For The Front Of The Tables And A Wastebasket Per Exhibitor. The Exhibitors Will Be Responsible For All Additional Equipment And Booth Requirements And Will Work Directly With The Hotel.
pre-function Room
the Pre-function Room Will Be Used To Assemble Up To Ten (10) Pallets Of Conference Materials And Supplies. This Room Needs To Be Available From 8:00am On The Friday Before The Start Of The Conference Through Friday At 5:00pm The Day After The Conference Ends. The Room Needs To Be Equipped With Carts To Transport Completed Conference Materials To The Registration Areas For The Conference. The Contractor Also Needs To Provide A Secured Office That Can Be Used To Store Laptops, A/v Equipment, And Conference Materials During The Same Time. Only Eeoc Staff Should Have Access To The Secured Office. The Pre-function Room And Secured Office Shall Be Adjoining And Shall Have At Least Eight (8) Tables, Twenty (20) Chairs, Wastebaskets, And Water Pitchers With Glasses.
registration And Office Areas
the Contractor Needs To Provide Two (2) Registration Areas. One Registration Area Must Be Available From Sunday Afternoon 12:00pm – 6:00pm To Accommodate Pre-conference Registration And From Monday 7:30am – Thursday 6:00pm To Accommodate Registrants, And The Other Registration Area Is Needed From Tuesday – Thursday 7:30am – 6:00pm To Register Staff, Presenters And Exhibitors. Each Area Shall Have Six (6) Tables With Four (4) Chairs Per Table.
directional Signage Will Be Provided By The Contractor To The Registration Area.
clin 0003 – Business Center Requirements
the Contractor Must Be Able To Handle Mailing, Copying, And Faxing Limited Course Materials On- Site. The Institute Typically Receives Four (4) Pallets Of Course Materials, 25 To 30 Packages And A/v Equipment, And Sends Out 50 Packages At The Completion Of The Conference. Contractor Must Provide A List Of All Business Center Charges To Include Labor Charges.
clin 0004 – Food And Beverage Requirements
the Contractor Shall Provide A Copy Of The Final Price List As Submitted In Response To The Solicitation Food And Beverages For The Conference As Follows: Continental Breakfast, Light Lunch, Breaks (am And Pm) On Tuesday (day Two), Wednesday (day Three) And Thursday (day Four) And One (1) Evening Reception. Pricing For Food And
beverage Shall Include The Price For The Item, Plus The Gratuity (service Charge), And A Statement From The Contractor Indicating Whether, And Under What Conditions The U.s. Government Is Exempt From State Tax.
tuesday Evening Kick-off Reception: The Food At The Reception Will Consist Of Hors D’oeuvres, Carving Stations, And Finger Foods. The Space Designated For The Reception Must Accommodate Approximately 800 People With Social Seating Available Throughout The Area And The Duration Of The Reception Will Be Approximately 1 Hour, From 5:30pm - 6:30pm. A Cash Bar Will Be Available For All Drinks.
continental Breakfast Is Served For 1 Hour From 7:00am - 8:00am Tuesday Through Thursday. The Contractor Must Provide Table Rounds To Accommodate Up To 1,000 People On Tuesday (day 2), Wednesday (day 3), And Thursday (day 4). A Typical Continental Breakfast Shall Consist Of Juice, Fruit, Yogurt, Assorted Breakfast Pastries, Protein, Bagels, Or Croissants, Regular And Decaffeinated Coffee, Tea Bags And Hot Water For Tea, Iced Tea, And Large Containers Of Water.
lunch Is Served For 1½ Hours From 12:00pm – 1:30pm. The Contractor Must Provide Table Rounds For Ten (10) And Accommodate 1,000 People. The Dining Space Can Be Used For Breakout Room And/or Meeting Space. A Light Lunch Is Provided On Tuesday (day 2), Wednesday (day 3) And Thursday (day 4). This Can Be Plated, Buffet Or Salad Bar Type Lunch Which Provides A Protein- Based Entrée, A Fruit Or Vegetable, Dessert, Lemonade And Iced Tea. The Entrée Must Not Include Pork, Beef Or Shellfish.
30-minute Am And Pm Breaks Is Required For A Maximum Of 1,000 People. The Am Break Menu Shall Consist Of The Following Beverages (regular And Decaf Coffee, Hot And Iced Tea, And Pitchers Of Water With Glasses) And A Light Snack (cookies, Pretzels, Protein, Etc.). The Pm Break Menu Shall Consist Of The Following Beverages And Pitchers Of Water With Glasses) And A Light Snack (cookies, Pretzels, Protein, Etc.). The Am And Pm Breaks Are Scheduled For 30 Minutes Each, Tuesday (day 2) - Thursday (day 4).
the Institute Will Pay The Contractor For Meals, Breaks, And Reception Based On The Actual Number Of Meals Served.
clin 0005 – Audio/visual (a/v) Requirements (rental)
a/v For Plenary Sessions: The Contractor Shall Provide The Following Items To Support The Plenary Session: Lcd Projectors, Projection Screens, Scan Converters, Video Cameras, A/v Mixers, A/v Drops, Vcr -1, Vgada And Voa Splitter, Cables To Run Two Projectors And Laptops Provided By The Institute, Projection Carts, Pipe And Drape, Stage Wash, Lighting, Podium With Wired Microphones, Wired Table Microphones W/stands, Wireless Floor Microphones W/stands. The Institute Requires Internet Access In Plenary Sessions And All Breakout Sessions. The Contractor Must Provide Internet Service In The Plenary Room. The Contractor Must Setup, Breakdown And Provide Technical Support Of The A/v Equipment During The Plenary Sessions.
a/v For Breakout Rooms: The Institute Will Provide All Laptops And In-focus Projectors Used In The Breakout Rooms. The Contractor Must Provide The Following Equipment: Microphones (1 Wireless And 1 Wired In Each Breakout Room), Flip Chart/ Paper And Markers, Gender Adapters, Electronic Signage Or Tripods Outside Breakout Sessions, And Projection Cart With A/v Connection. The Institute Requires Internet Access Throughout The Entire Breakout Rooms. The Contractor Must
provide Projected Cost For The Internet Service In The Breakout Rooms.
registration Area: The Institute Requires An Internet Connection Which Will Be Used With A Hub Throughout The Conference To Include Registration, A/v Connection, And Phone For Local Calls Within The Conference Space. In Addition, The Institute Requires A Multifunction-colored Printer To Be Used Through The Conference To Include Registration.
common Registration Area: The Institute Requires An Internet Connection Near Registration To Be Used With A Hub For The Completion Of Conference Evaluations. This Will Be Set Up To Support At Least (6) To (8) Laptops Which Will Be Provided By The Institute.
reporting Requirements
pre-conference Reporting: The Contractor Will Provide The Institute’s Contracting Officer’s Representative (cor) With An Electronic List Of All Hotel Confirmation Numbers For All Participants, Staff And Presenters On A Weekly Basis Starting Eight (8) Weeks Prior To The Conference. The Institute Cor Will Manage The Conference Room Block Up To 15 Calendar Days Prior To The Conference. From Fourteen (14) Calendar Days Before The Conference Through The Duration Of The Conference, The Contractor Will Manage The Conference Room Block.
during The Conference Requirements
a Pre-conference Meeting Will Be Conducted With The Contractor And Key Institute Staff Within Five (5) Business Days Prior To The Conference.
daily Event Meeting Will Be Conducted With The Contractor And Key Institute Staff Daily As Agreed.
signature Authority: All On-site Charges Must Be Approved And Signed Only By The Institute’s Cor And/or The Eeoc Contracting Officer.
daily Reconciliation: The Contractor Shall Provide A Daily Reconciliation List To The Institute Cor By 9:00am The Following Business Day After The Charges Are Incurred. These Charges Include Lodging Paid By Eeoc, Food And Beverage, A/v Equipment And Labor, And Business Center.
post-conference: The Contractor Shall Submit A Final Invoice Of All Charges Within Five (5) Business Days After The Completion Of The Conference. A Detailed Report Should Be Submitted With The Invoice And Should Consist Of A Detailed Banquet/event Order (beo) Form. The Beo Must Provide The Following Information: Room Usage By Date; Detailed Lodging Charges For All Registrants, Staff And Presenters For The Conference; Detailed Breakdown, By Day, For All Food And Beverage Charges; A Detailed Breakdown By Day And Room Number, For All A/v Equipment Rental Charges And A/v Support Charges; All Business Center Cost; And All Miscellaneous Costs To Include But Not Limited To Internet Connections, Re-keying Charges, Electrical Hook-ups, Etc.
general Requirements
transportation: The Contractor Shall Provide A Price List Of All Local Transportation Options To And From The Airport And Rail Station, If Applicable. The Contractor Shall Indicate In Its Quotation Whether It Provides Free Or Low-cost Shuttle Services. The Contractor Shall List All Facility Parking Discounts And Cost Options. The Contractor Shall Provide A List Of All Local Restaurants Located Within A Ten (10) Minute Walk From The Contractor’s Facility.
security: The Contractor Should Identify If They Have Paid Security Within The Facility And Provide A List Of Additional Security Measures Taken By The Contractor To Provide For The Safety Of Conference Registrants, Staff, Presenters And Equipment.
list Of Deliverables
logistical Support Plan: Within Seven (7) Business Days Of The Contract Award, The Contractor Shall Comprise A Detailed Logistical Support Plan For Provision Of All Required Support. The Plan Will Include A Proposed Budget And Detailed Schedule As Applicable. The Eeoc Shall Review The Logistical Support Plan And Provide Acceptance And/or Comments To The Contractor. The Contractor Shall Be Available To Eeoc For Weekly Status Reports To Facilitate The Coordination Of Evolving Operational And Logistical Issues Regarding The Tasks Outlined In The Sow.
account Reconciliation: Eeoc Requests That The Hotel Bill Be Prepared In A Logical And Chronological Sequence And That Backup Data Accompany The Bill. The Contractor Shall Complete Its Accounting Of The Conference Within Five (5) Days Of The Conclusion Of The Conference.
invoicing: The Contractor Shall Invoice The Eeoc At The Agreed Upon Rates For Lodging, Conference Space, Rental Of Audio/visual Equipment And Technical Support, Food And Beverage Service, And Business Center Services. Charges For Food And Beverage Service Shall Be Reflected On The Invoice As The Cost Incurred Per Person.
the Contractor Shall Submit A Final Invoice Of All Charges Within Five (5) Business Days After Completion Of The Conference To The Cor And The Cor Shall Be Provided At Least Five Business Days To Review The Invoice Charges And Services Provided For Acceptance.
contract Administration
contracting Officer’s Representative (cor) – Tbd Method Of Payment
pursuant To Far Clause 52.232-33 Entitled, “payment By Electronic Funds Transfer – System For Award Management (oct 2018)”, The Government Intends To Make A Payment Via Electronic Funds Transfer Using Information Provided In The System For Award Management (sam) Database.
cancellation
should Eeoc Elect To Cancel This Contract, Eeoc Will Provide A Written Notification To The
contractor No Later Than Sixty (60) Calendar Days Prior To The Scheduled Event. By Receipt Of This Cancellation Notice, The Contractor Agrees To Release Eeoc From Any Cancellation Penalties Or Charges. If There Is A Cancellation Within Sixty (60) Calendar Days Of The Scheduled Event Date, Paragraph (l) Termination For The Government’s Convenience Or (m) Termination For Cause Of Far Clause 52.212-4, Contract Terms And Conditions – Commercial Products And Commercial Services Will Govern.
submission Of Quotation: All Interested Parties Shall Submit With Their Quotation A Detailed Breakdown Of All Costs To Include Conference Space, Rental Of Audiovisual Equipment And Technical Support, Food And Beverage Service, Business Services, And Any Other Miscellaneous Services And Equipment Which Are Necessary For The Success Of The Conference.
quotations Shall Be Submitted In Three (3) Separate Volumes As Follows: Volume 1 - Technical Capability; Volume 2 - Past Performance; And Volume 3 - Price. Pricing Must Be Submitted Using The Line-item Structure In The Above Schedule Of Supplies And Services Of This Rfq. A Separate Attachment May Be Included In Volume 3 For Pricing Information On Menu Items, Transportation, Parking, Applicable Tax Rates, And Sleeping Room Rates. Your Quotation In Response To Solicitation Number 45310025q0011 Is Due January 15, 2025, At 10:00 A.m. Et (washington, D.c. Local Time). Quotations Will Be Accepted Via E-mail. One (1) Electronic Copy Of The Quotation May Be Submitted Via E-mail, Addressed To John.adams@eeoc.gov And R.rashelle.anderson@eeoc.gov.
questions: Questions Regarding This Request For Quotation Should Be Submitted To John Adams, Contract Specialist Via E-mail At John.adams@eeoc.gov And Gov Contracting Officer At R.rashelle.anderson@eeoc.gov Telephone Inquiries Or Responses Are Not Acceptable. The Deadline For Submission Of Questions Regarding Solicitation Number 45310025q0011 Is Due December 20, 2024, 10:00 A.m. Et (washington, D.c. Local Time). Any Questions Received After The Above- Mentioned Date And Time Will Not Be Considered. The Government Will Not Reimburse Interested Parties For Any Cost Associated With Responding To This Business Opportunity. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. The Anticipated Contract Award Date Is On Or Before March 18, 2025.
basis For Award: The Government Intends To Award A Firm Fixed-price Contract To The Responsible Quoter Whose Quotation Is Responsive To The Solicitation And Is Determined To Be The Best Value To The Government, Using The Tradeoff Approach. Selection Of The Best Value To The Government Will Be Achieved Through A Process Of Evaluating The Strengths And Weaknesses Of Each Quoter’s Quotation Against The Below Described Evaluation Criteria. In Determining The Best Value To The Government, The Technical Capability And Past Performance Evaluation Criteria, When Combined, Are More Important Than The Evaluated Price. The Government Is More Concerned About Obtaining A Superior Technical Capability Quotation Than Making An Award At The Lowest Evaluated Price. However, The Government Will Not Make An Award At A Price Premium It Considers Disproportionate To The Benefits Associated With The Evaluated Superiority Of One Technical And Management Quotation Over Another. Thus, To The Extent That Quoter’s Technical And Past Performance Quotations Are Evaluated As Close Or Similar In Merit, The Evaluated Price Is More Likely To Be A Determining Factor.
evaluation Factors For Award: The Following Factors Shall Be Used To Evaluate Quotations. These Factors Are Listed In Their Relative Order Of Importance: Technical Capability, Past Performance, And Price.
factor I – Technical Capability:
contract Requirements: Quotations Will Be Evaluated On The Quoter’s Ability To Provide All The Contract Requirements Relating To Lodging, Meeting Space, Food And Beverage, Av Support And Equipment, Business Center, And Comply With The Reporting Requirements. Quotations Must Address The Quoter’s Ability To Comply With The Americans With Disability Act (ada) As It Relates To Lodging And Meeting Space. Quotations Will Be Evaluated On The Quality Of The Customer Services Provided And The Quality Of The Facilities Reflected In Maintenance And Upkeep Of The Facilities.
location: Quotations Will Be Evaluated On The Ability Of Quoter To Provide A Centrally Located Facility With Inexpensive Transportation Options To And From The Airport. Additionally, Restaurants Must Be Within A Short Walking Distance Of (ten (10) Minutes Or Less) Of The Proposed Facility.
quotations Must Address Safety And Security Issues Both Within The Hotel Complex And The Surrounding Area.
availability Of Dates: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Services On The Dates Requested. Additional Consideration Will Be Given To Quotations Which Demonstrate Availability Of Facilities On The Preferred Dates In Order Of Preference (i.e., 1st Choice Date, 2nd Choice Date, 3rd Choice Date, Etc.)
factor Ii – Past Performance:
the Quoter Must Provide References For A Minimum Of Three (3) Government Or Non-government Contracts Which Provide The Same Or Similar Services; Contracts Must Have Been Awarded Within The Past (3) Years. The Information For Each Reference Shall Include The Following:
name And Address Of Government Agency And Other Non-government Client;
name, Title, Email And Telephone Number Of Contracting Officer Or Other Point Of Contact;
name, Title, Email, And Telephone Number Of Client’s Program Manager, If Applicable;
contract Number, Period Of Performance, And Total Dollar Value Of Contract; And
description Of Services Provided.
list Any Problems Encountered On Each Contract And The Quoter’s Corrective Actions. Eeoc Will Evaluate Past Performance Based On Timeliness, Customer Service And Corrective Actions Taken (if Necessary).
a Quoter Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available Will Not Be Evaluated Favorably Or Unfavorably On Past Performance.
factor Iii – Price:
the Price Quotation Will Be Evaluated Against The Independent Government Price Estimate. Evaluations Of Quotations Will Consider The Following Pricing Information: Pricing Provided For All Line Items Listed In The Schedule Of Supplies And Services Of This Rfq In The Units And Format Provided.
site Visits: The Eeoc Will Conduct A Site Visit Of All Quoters Who Are Rated To Be Technically Acceptable. The Site Visit Will Review And Evaluate The Same Technical Items Identified In The Technical Capabilities Portion Of The Technical Evaluation Factor.
supplemental Agreements
if Any Hotel Submitting A Quotation Has Any Supplemental Agreements, Those Agreements Must Be Submitted With Their Quotation. If The Hotel Requires Signature Of A Supplemental Agreement That Was Not Submitted With The Quotation, The Quotation Will Be Rejected.
notice: The Government Intends To Evaluate Quotations And Make Award Without Discussions (except Clarifications As Described In Far 15.306(a)). Therefore, The Quoter’s Initial Quote Should Contain The Vendor’s Best Terms From A Price And Technical Standpoint. The Government Reserves The Right To Conduct Discussions If The Contracting Officer Later Determines Them To Be Necessary.
period Of Performance
the Base Period Is From The Date Of The Award Through The Execution Of The Fy 2025 Excel Training Conference.
the Eeoc Is An Agency Of The U.s. Government. Contracts With The Eeoc Are Governed By The Federal Acquisition Regulation (far). To The Extent That Any Provision Of This Agreement Conflicts With The Far, The Far Must Control.
applicable Provisions And Clauses: The Provisions At 52.212-1, Instructions To Offerors - Commercial Products And Commercial Services Applies To This Acquisition. The Vendor Shall Include A Completed Copy Of The Provisions At 52.212-3, Offeror Representations And Certifications - Commercial Products And Commercial Services, With Your Quote.
the Contracting Officer Has Determined That Paragraph 52.212-3(k)(2) Which Pertains To Exemption From The Application Of The Service Contract Labor Standards Applies. The Clause 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services And Clause And 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Order-commercial Products And Commercial Services Are Incorporated By Reference.
clause 52.203-6 Restrictions On Subcontractor Sales To The Government Alternate I, Clause 52.203-17 Contractor Employee Whistleblower Rights
clause 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements, Clause 52.204-10 Reporting Executive Compensation And First –tier Subcontract Awards, Clause 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities,
clause 52.204-12 Unique Entity Identifier Maintenance
clause 52.204-13 System For Award Management Maintenance
clause 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment,
clause 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment,
clause 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations,
clause 52.217-9 Option To Extend The Term Of The Contract, (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 30 Days Prior To The Contract Expiration Date, Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 60 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed 36 Months.
(end Of Clause)
clause 52.222-3 Convict Labor,
clause 52.222-19 Child Labor – Cooperation With Authorities And Remedies, Clause 52.222-21, Prohibition Of Segregated Facilities
clause 52.222-26, Equal Opportunity,
clause 52.222-35 Equal Opportunity For Veterans,
clause 52.222-36 Equal Opportunity For Workers With Disabilities, Clause 52.222-37 Employment Reports On Veterans,
clause 52.222-40 Notification Of Employee Rights Under The National Labor Relations Acts,
clause 52.222-41 Service Contact Labor Standards, Clause 52.222-50 Combating Trafficking In Persons,
clause 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving,
clause 52.225-13 Restrictions On Certain Foreign Purchases, Clause 52.232-1 Payments
clause 52.232-33, Payment By Electronic Funds Transfer – System For Award Management Clause 52.232-40, Providing Accelerated Payments To Small Business Subcontractors, Clause 52.233-3 Protest After Award,
clause 52.233-4 Applicable Law For Breach Of Contract Claim, And
clause 52.222-53 Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements.
to Obtain The Above Provision/clauses In Full Text, Please Visit Https://www.acquisition.gov/far
see Attachment- Custom Clause For Electronic Invoicing
Closing Date5 Feb 2025
Tender AmountRefer Documents
6861-6870 of 6872 archived Tenders