Cloud Tenders
City Of Tayabas Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Bid For Project #25-053 Supply And Delivery Of Medical Supplies (2nd Quarter) - City Health Office 1. The City Government Of Tayabas, Through The General Fund 2025intends To Apply The Sum Eight Hundred Ninety-five Thousand Five Hundred Twenty-eight Pesos And 29/100 (php 895,528.29) Being The Abc To Payments Under The Contract For Project #25-053 Supply And Delivery Of Medical Supplies (2nd Quarter) - City Health Office. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tayabasnow Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Thirty (30) Calendar Days Upon The Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 14, 2025 (monday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of One Thousand Pesos (p 1,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before April 21, 2025 (monday), 10:00 A.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On April 21, 2025 (monday), 10:01 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission 10. The City Government Of Tayabasreserves 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 Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Raymond S. Bermudez Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City (042)-797-3778 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result=3 Item No. Unit Description Qty 1. Boxes Alcohol Swab Pads 100pcs/box Cleaning Sterilization 70% Isopropyl, 20 2. Rolls Autoclave Tape 1 Inch, 13 3. Boxes Chlorhexidine Gauze Dressing, Parachlor Tulle Gras, Cholhexidine Acetate 0.4% To 0.6%w/w (b.p), Antiseptic Tulle Gras Dressing For Wounds, 10/box, 10 4. Packs Cotton Balls 300/pack, Jumbo, Pure And Absorbent Cotton, 47 5. Rolls Cotton Roll 400g, Absorbent Cotton, 30 6. Packs Cotton Swab, Large Head 100's/pack 2 7. Packs Cotton Swab, Small Head 100's/pack 2 8. Boxes Face Mask 50's/box Particle Filtration Efficiency 99%, 53 9. Boxes Gauze Pads, Sterile, 4"x4" 100pack/box, 16 10. Rolls Gauze Roll 36"x100yards Mesh, 4 11. Boxes Gloves, Latex Examination Gloves, Pwder-free, Non-sterile, Ambidextrous, Large, 100s/box, 12 12. Boxes Gloves, Latex Examination Gloves, Pwder-free, Non-sterile, Ambidextrous, Medium,100/box, 54 13. Boxes Gloves, Nitrile, Non-sterile, Ambidextrous, Large, 100s/box, 5 14. Boxes Gloves, Nitrile, Non-sterile, Ambidextrous, Medium, 100/box, W/updated Cpr 17 15. Boxes Gloves, Nitrile, Non-sterile, Ambidextrous, Small, 100s/box, W/updated Cpr 7 16. Pieces Infrared Forehead Thermometer, Advance 5 Factors: 1 Second Measurement, ˚c/˚f Switchable, %0 Memory, Red Backlight Fever Alert, Infrared Technology, With Warranty 2 17. Boxes Povidone Iodine Prep Pads 100’s/box, 10 18. Boxes Salonpas Medicated Patch 10patches/box, With Updated Cpr 9 19. Boxes Surgical Tape, Micropore 1", 12rolls/box, 5 20. Boxes Surgical Tape, Transpore, 1", 12rolls/box, 8 21. Boxes 3 Cc Syringe, 23gx1 100s/box, W/updated Cpr 47 22. Boxes 5 Cc Syringe, 23gx1 100s/box, W/updated Cpr, 10 23. Boxes 1 Cc Syringe 100/box, W/updated Cpr, 7 24. Boxes 10 Cc Syringe. G-23x1"100 Pcs/box, W/updated Cpr, 2 25. Boxes Auto Disabled Syringe 0.5cc G23x1", 100/box, W/updated Cpr, 30 26. Boxes Insulin Syringe, 1cc, 100's/box, W/updated Cpr, 26 27. Bottles Activated Glutaraldehyde Solution, 1liter, W/updated Cpr, 17 28. Bottles Povidone Iodine 10% Wound Solution 25ml, W/updated Cpr, 10 29. Bottles Chlorhexidine Digluconate On Spray Bottle, 60 Ml, With Updated Cpr, 23 30. Boxes Sterile Water For Injection, 50 Ml, 20 Bottles/box, With Updated Cpr 3 31. Bottles Ethyl Alcohol 500ml, With Updated Cpr, 23 32. Bottles Hydrogen Peroxide 3% 10v Solution, 120ml, With Updated Cpr, 9 33. Bottles Isopropyl Alcohol 500ml 70% Solution With Moisturizer, With Updated Cpr, 89 34. Bottles Mineral Water 250 Ml, Meets Global Purification Standards, Guaranteeing High-quality Safe Water, 144 35. Bottles Plain Nss 50 Ml, 0.9% Sodium Chloride, 20bottles/box, With Updated Cpr 1 36. Gallons Povidone Iodine 10% Solution/gallon. 2 37. Gallons Povidone Iodine 7.5% Skin Surgical Cleanser Antiseptic/gallon, 3 38. Boxes Zinc Oxide + Calamine Ointment, 555.7 Mg/164.5 Mg Per 3.5 G 20's/box, With Updated Cpr, 5 39. Boxes Chromic 2-0 Cutting 12 Pcs/ Box, 6 40. Boxes Chromic 2-0 Round 12 Pcs/ Box, 6 41. Bottles D5lr 1 Liter, With Updated Cpr 65 42. Packs Diaper Adult Size Large 2's, 66 43. Packs Interfolded Paper Towel Tissue 2-ply, 150 Pulls, 13 44. Box I.v Catheter, G18 100/box, 1 45. Pieces Iv Cannula Pedia Gauge 24, W/updated Cpr, 6 46. Packs Lubricating Jelly 5g, 100/pack, 5 47. Pieces Lubricating Jelly 10g, Condom-friendly, 50 48. Pieces Macroset/iv Infusion Set, Adult, 42 49. Pieces Microset/iv Infusion Set, Pediatric, 3 50. Pieces Oxygen Cannula Adult, 17 51. Pieces Oxygen Cannula Neonate, 5 52. Packs Maternity Pads 8's/pack, 80 53. Pieces Suction Bulb, Rubber 8 54. Boxes Ultra Thin Condom 3ps Per Box, 148 55. Bottle 5% Acetic Acid 500 Ml, 1 56. Pieces Vaginal Speculum Disposable Medium, 39 57. Boxes Dental Needle G30, 100/box, 26 58. Boxes Gingival Gel 1ml, 15 Sachets/box, 16 59. Bottles Oral Rinse, Chlorhexidine Gluconate 0.12%, Alcohol-free Formula, Mint Flavor, 120ml, 26 60. Packs Paper Cups 8oz 50's/pack 34 61. Bottles Povidone Iodine 1% Gargle Solution, 60 Ml, 33 62. Packs Toothpaste Regular Flavor, White, Twin Pack | 20g X 12/pack, 1750 63. Pieces Toothbrush Kiddie, Classic, Flow Wrapsoft Bristles, 3813 • Provide The Updated Certificate Of Product Registration From Fda. • Delivery Receipts/invoice Bearing Lot Nos., Brand Names, And Expiration Dates. • Hard Copy Of List Of Items Bearing Brand Names, Quantities, Pr & Po Prices, Batch/lot Number, And Expiration Dates • Soft Copy Of List Of Items Bearing Brand Names, Quantities, Pr & Po Prices, Batch/lot Number, And Expiration Dates Sent To Supply Section E-mail Address: Tayabaschosupply@gmail.com April 14, 2025 _____________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee
Closing Date21 Apr 2025
Tender AmountPHP 895.5 K (USD 15.7 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For 1. Contract Id : 25nf0075 Contract Name : Rehabilitation Of Multi-purpose Building, Barangay San Roque, Socorro, Surigao Del Norte Location Of The Contract: Brgy. San Roque, Socorro, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 2. Contract Id : 25nf0076 Contract Name : Rehabilitation Of Multi-purpose Building, Barangay Del Pilar, Socorro, Surigao Del Norte Location Of The Contract: Brgy. Del Pilar, Socorro, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 3. Contract Id : 25nf0077 Contract Name : Rehabilitation/construction Of Shore Protection (additional Allocation) Purok Talisay To Pook Area, Burgos, Surigao Del Norte Location Of The Contract: Burgos, Surigao Del Norte Brief Description : Flood Control: Construction – Shore Protection Approved Budget For The Contract (abc): Php 143,475,235.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 352 Calendar Days Bid Document Fee : Php 50,000.00 4. Contract Id : 25nf0078 Contract Name : Rehabilitation/construction Of Shore Protection (phase Ii) Barangay Bitaug, Burgos, Surigao Del Norte Location Of The Contract: Burgos, Surigao Del Norte Brief Description : Flood Control: Construction – Shore Protection Approved Budget For The Contract (abc): Php 142,717,710.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 362 Calendar Days Bid Document Fee : Php 50,000.00 5. Contract Id : 25nf0079 Contract Name : Rehabilitation/construction Of Shore Protection (phase I), Sitio Amoyay To Bitaug, Burgos, Surigao Del Norte Location Of The Contract: Burgos, Surigao Del Norte Brief Description : Flood Control: Construction – Shore Protection Approved Budget For The Contract (abc): Php 143,010,105.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 362 Calendar Days Bid Document Fee : Php 50,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 4,950,000.00, Php 4,950,000.00, Php 143,475,235.00, Php 142,717,710.00 & Php 143,010,105.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0075, 25nf0076, 25nf0077, 25nf0078 & 25nf0079 Respectively, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 150, 150, 352, 362 & 362 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). To Be Eligible To Bid For The Following Contract, A Contractor Must Meet The Following Major Requirements: (a)duly License Filipino Citizens/sole Proprietorships; (b) Partnerships With At Least 60% Filipino Interest Or Ownership (c) Corporation With At Least 60% Filipino Interest Or Ownership; (d) Cooperatives Duly Organized Under The Laws Of The Philippines; (e) Joint Ventures (jvs) With At Least 60% Filipino Interest Or Ownership; With Pcab License Size Range Of Small B & Medium A; (f) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (g) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc.* 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bac Unit, Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 16, 2025 From Given Address And Website/s Below, In The Amount Of Php 5,000.00, Php 5,000.00, Php 50,000.00, Php 50,000.00 & Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On April 24, 2025 At 9:30 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before May 8, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place& Official Websites Issuance/ Downloading Of Bidding Documents From April 16, 2025 To May 8, 2025 *hard Copies At Bac Secretariat, Dpwh-surigao Del Norte 1st District Engineering Office Dapa, Siargao Island, Surigao Del Norte *downloadable From (a)dpwh Website: Www.dpwh.gov.ph (b)philgeps Website: Www.philgeps.gov.ph Pre-bid Conference On April 24, 2025 At 9:30 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo Receipt Of Bids By The Bac On Or Before May 8, 2025 At 10:00 A.m. (a) Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte; (b)email: Electronicbids_surigaodelnorte1@dpwh.gov.ph Opening Of Bids May 8, 2025 At 10:01 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On May 8, 2025 At 10:01 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And/or Through The Official Youtube Channel Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rlrr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Gerardo M. Metante Head, Bac Secretariat Bac Unit, Dpwh Surigao Del Norte 1st District Engineering Office 8417, Pob. Barangay 12, Dapa, Siargao Island, Surigao Del Norte Metante.gerardo@dpwh.gov.ph Sdn2bacdapa@yahoo.com 09308857066 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_surigaodelnorte1@dpwh.gov.ph April 15, 2025 Date Of Issue Demilyn M. Castrence Bac Chairperson Date Of Publication: April 16-22, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date8 May 2025
Tender AmountPHP 4.9 Million (USD 88.5 K)
MUNICIPALITY OF LANTAPAN Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Purchase Of Drugs & Medicines For Mho (2nd Bid) 1. The Local Government Unit Of Lantapan, Through The Mho-regular Intends To Apply The Sum Of Three Hundred Sixty Thousand Eight Hundred Seventy Pesos (php 360,870.00) Being The Abc To Payments Under The Contract Purchase Of Drugs & Medicines For Mho Ib # 2025-03-026 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required Is 20 Calendar Days. Bidders Should Have Completed, From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 6, 2025 To March 14, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On __________which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 2nd Floor, Municipal Conference Room, Municipal Hall, Poblacion, Lantapan, Bukidnon, On Or Before 12:45 P.m (philippine Standard Time) On March 14, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 14, 2025 At 1:00 O’clock P.m At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Jefer Mae B. Macana Bac Secretariat Bac Office, 2/f Municipal Hall Purok 6, Poblacion, Lantapan Bukidnon, Philippines Email Add: Lant.bacsec2024@gmail.com 13. You May Visit The Following Website/s: Lantapan.gov.ph For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: March 6, 2025 Engr. Jessell S. Pacturan, C.e. Bac Chairperson Reference No.: Ib # 2025-03-026 Name Of Project: Purchase Of Drugs & Medicines For Mho Location Of Delivery: Lgu-lantapan, Bukidnon Abc: Php 360,870.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 1 Amoxicillin 125 Mg/5ml Bot 100 4,000.00 2 Amoxicillin 125 Mg/5ml Bot 80 3,600.00 3 Amoxiciillin 250 Mg/5ml Bot 50 2,500.00 4 Amoxicillin 500 Mg Capsule Bx 50 12,500.00 5 Amoxicillin 250 Mg Capsule Bx 50 10,000.00 6 Ascorbid Acid Syrup Bot 60 2,400.00 7 Ascorbic A Cid 500 Mg Capsule Bx 20 4,000.00 8 Ascorbic Acid + Zinc Syrup Bot 200 9,000.00 9 Aluminum Magnesuim Syrup 120ml Bot 25 1,250.00 10 Aluminum Magnesuim 500 Mg Tablet Bx 20 4,000.00 11 Albendazole 400 Mg Tablet Tab 10000 100,000.00 12 Azithromycin 500 Mg Bx 10 4,000.00 13 Ambroxol 15mg/5ml Bot 20 920.00 14 Amvbroxol 75mg Capsule Bx 5 5,500.00 15 Acestlycistine ( Flomocil 600 Mg) Pcs 20 1,400.00 16 Bisacodyl Mg Tablet Bx 1 250.00 17 Calcuim + Vitamin D3 Bx 20 6,000.00 18 Carbocestine 250 Mg/5ml Bot 50 2,700.00 19 Carbocestine 50mg/5ml Drops Bot 25 1,000.00 20 Ceterizine 5mg/5mkl Bot 50 4,250.00 21 Ceterizine Drops Bot 50 4,250.00 22 Ceterizine 10 Mg Tablet Bx 20 4,000.00 23 Cefalexin Drops 100mg/5ml Bot 50 3,000.00 24 Cefalexin 125mg/5ml Syrup Bot 50 3,000.00 25 Cefalexin 250mg/5ml Syrup Bot 50 3,500.00 26 Salbutamol 2mg/5ml Syrup Bot 20 1,000.00 27 Salbutamol 2mg Tablet Bx 5 1,250.00 28 Salbutamol Nebule 30.s Bx Bx 4 1,800.00 29 Tranexamic 500 Mg Capsule Bx 20 16,000.00 30 Vitamin B Complex Bx 10 2,500.00 31 Cefalexin 500 Mg Capsule Bx 20 8,000.00 32 Cefalexin 250 Mg Capsule Bot 15 7,500.00 33 Cloxacillin 500mg Capsule Bot 15 7,500.00 34 Cloxacillin 125mg /5ml Sachet 50 2,500.00 35 Co-amoxcclav 457mg/5ml Syru[p Bx 20 7,500.00 36 Co-amoxciclav 625 Mg Tabklet Bot 20 6,000.00 37 D5lr 1 L Or Plain Lr 1 Ltr ./bot Bot 5 950.00 38 Plain Nss 1l Per Bot Bx 5 950.00 39 Dicycloverine Syrup Bot 10 600.00 40 Erythromycin 500 Tablet Bx 5 1,750.00 41 Erythromicin 200/5ml Syrup Bot 40 2,600.00 42 Ferrous Sulafe + Folic Acid 110 Pcs/bot Bot 25 5,000.00 43 Hyoscine N-butybromine 10 Mg Tablet Bx 5 1,000.00 44 Losartan 50 G Tablet Bx 50 25,000.00 45 Losartan 100 Mg Tablet Bot 30 12,000.00 46 Loeramide 2 Mg Tablet Bx 5 1,250.00 47 Metronidazole 125/5ml Bx 10 500.00 48 Metronidazole 500 Mg Tablet Bx 5 1,250.00 49 Metocloparmide Tab Bx 5 1,500.00 50 Metoclooparmide Syrup Bx 40 2,800.00 51 Meclizine Adult Tablet Bx 5 1,250.00 52 Multivitamins+ Iron Syrup Bx 30 1,650.00 53 Multivitamis + Iron Capsule Bot 40 5,000.00 54 Mefenamic Acid 500mg Capsule Bot 40 8,000.00 55 Mefenamic Acid 250mg Capsule Bx 40 8,000.00 56 Montelukast Bot 5 1,500.00 57 Omeprazole 20 Mg Tablet Bx 2 800.00 58 Omeprazole 40 Mg Tablet Bot 1 400.00 59 Oresol Sachet Bot 40 600.00 60 Paracetamol Drops Bx 50 1,500.00 61 Paracetamol 125 Mg/5ml Pcs 100 3,500.00 62 Cloxacillin 250mg/5ml Bot 50 3,000.00 63 Paracetamol 250mg/5ml Bot 100 400.00 64 Paracetamol 500 Mg Tablet Bx 50 5,000.00 65 Phenylpropalamine Syrup 60ml Bot 30 1,650.00 66 Phenylpropalamine Syrup Bot 10 550.00 67 Prednisone 20 Mg Tablet Bx 4 1,600.00 68 Ranitidine 150 Mg Bx 3 750.00 Total Total Bid Price In Figure: ____________________________________________ Total Bid Price In Words: _________________________________________ Prepared And Submitted By: __________________________________________
Closing Date14 Mar 2025
Tender AmountPHP 360.8 K (USD 6.2 K)
DEPT OF THE NAVY USA Tender
Software and IT Solutions
United States
Details: Naval Information Warfare Systems Command (navwar) And Naval Information Warfare Centers (niwc) Atlantic And Pacific Announce The Information Warfare Research Project (iwrp) Consortium Quarterly Industry Day Hosted By Advanced Technology International (ati), The Iwrp Consortium Management Firm, On 13 March 2025, At 0800 Eastern Time. Based On Current Events The Industry Day Will No Longer Take Place At Trident Technical College, The Event Will Now Be Virtual, Please Reach Out To Ati For Additional Information. It Is Anticipated That The Topics May Be The Basis Of Upcoming Requests For Prototype Projects (rpps) To Iwrp Consortium Members. This Is Not An Rpp And Is Intended For Planning Purposes Only. A Project Will Not Be Awarded From This Announcement. In Addition To Rpps, The Government May Present Pre-solicitation Collaborations (pscs) And Technical Collaboration Exchanges (tces). Rpps And Pscs Will Include A Short Brief And One-on-one Breakout Sessions. Tces Consist Of A Short Brief And Round Table Discussions. In Order To Obtain More Information Regarding The Below Projects, You Must Be A Member Of The Iwrp Consortium. For More Information On Becoming An Iwrp Consortium Member, Please Visit Https://www.theiwrp.org. The Purpose Of This Announcement Is To Provide Members Of The Iwrp Consortium, And Industry In General, Advanced Notification Of Government Intent.1.25-pac-3-2694 Attritable Cost Effective Lagrangian Ocean Observation Platform (aceloop) Psc1:description: The Government Anticipates Requiring A Persistent, Wide-area, Multi-modal, Asymmetric, Near-real Time Maritime Situational Awareness Consisting Of Environmental Observations, Contact Reports, And Ocean Activity Characterizations. Conops For Aceloop Is As A Distributed, Adaptable Sensing Network Of Low To Medium Fidelity Sensors On Easily Deployable ~basketball-sized Devices Deployed Primarily Via Ship Capable Of Reporting For ~1 Year. The Objective Is To Monitor Areas In Between Expensive Sensors (e.g. Navy Ships, Expensive Hydrophone Arrays) With Spatiotemporal Coverage Superior To Satellite Sensing, Or Modalities Unsuitable For Remote Sensing. The Primary Functionality Is As A Cost-effective Edge Computing Device Capable Of Processing Mb Or Gb Of Raw Sensor Data Into Contact Reports/summaries/time Series/anomalies That Are Transmitted To A Centralized Location (not Peer-to-peer).2.lant- Simulation-enhanced Visualization Ew Training For Congested, Contested And Denied Environments Tce1:description: The Government Seeks Tools That Enable Warfighters To Understand The Electromagnetic Environment In Which They Operate. The Product Should Include Situational Awareness And Visualization Tools For Realistic And Immersive Training In Congested, Contested, And Denied Electromagnetic Environments. Tools Should Lead To Warfighters’ Increased Knowledge And Skill In Understanding, Protecting, And Employing Ew And Non-kinetic Capabilities. 3.lant- Synthetic Inject To Live Simulations Tce2:description: The Government Seeks To Demonstrate Synthetic Inject-to-live (sitl) Operational Systems. More Specifically, Industry Should Provide Simulations To Stimulate The Training Audience For Enhanced And Realistic Ew Training. A Simulated Contested Environment Should Incorporate All Domains (i.e., Air, Surface, Space, Cyber). Simulations Must Be Designed To Seamlessly Integrate With Live, Virtual, Constructive (lvc) Entities. The Goal Is Multidomain Operations (mdo) Training Across All Warfighter Functions.4.lant- Ew Battlefield Realism Tce3:description: The Government Seeks Low-cost Threat Emitters And Operational-like Systems (e.g., Uas) To Create A Realistic Ew Battlefield For Training. Industry Should Provide Components That Will Enhance Training Environments By Incorporating The Spectrum Clutter Known To Exist On A Contested Multidomain Battlefield. Components To Be Demonstrated May Include Blue / Red Force Signals, Radar Systems, Unattended Ground Sensors (ugs) And Unmanned Ground Vehicles (ugv), And Civilian Communications System (e.g., Cellular Networks, Radio Towers, Tv) Additionally, Demonstrate The Capability To Decoy Or Spoof Signals To Confuse Collection And Physical Targeting Of Collection Systems. 5.lant- Linc Tce4:description: Pmw-200 Is Seeking An Edge Platform As A Service For Hosting Pmw-200 Developed Containerized Applications As Part Of Navy Modernization Objectives. The Edge Platform Will Deploy Ashore As A Connected Small Form Factor Variant And Afloat As A Virtual Variant; Exposing Core Services To Hosted Applications, Able To Connect To Navy/marine Networks And Operate Under Disrupted, Degraded, Intermittent And Low-bandwidth (ddil) Conditions.6.lant- Data Standardization Tce5:description: Pmw 200 Logistics Information Technology (log It) Under The Infrastructure And Interface (i&i) Pillar Is Seeking An Opportunity To Assess Commercial Off The Shelf Products That Address Data Standardization Between Multiple Authoritative Databases, With A Combination Of Logical And Manually Generated Data, Missing Data, And Mis-identified Information.7.lant- Data Interoperability Tce6:description: Pmw 200 Logistics Information Technology (log It) Under The Infrastructure And Interface (i&i) Pillar Is Seeking An Opportunity To Assess Commercial Off The Shelf Products That Address Data Interoperability Between Authoritative Databases From A Verity Of Product Suppliers, Legacy Government Developed Systems, And Commercially Available Off Of The Shelf Products. Data Interoperability Includes Translation Of Data Fields, Overcoming Data Interface Translation Challenges And Dropped Packets.8.lant- Data Movement Tce7:description: Pmw 200 Logistics Information Technology (log It) Under The Infrastructure And Interface (i&i) Pillar Is Seeking An Opportunity To Assess Commercial Off The Shelf Products That Address Data Mobility Between Disparate Data Sources To And From The Cloud, Disconnected Environment, Latency, And Limited Bandwidth Environments. Data Mobility Initiatives Within The I&i Pillar Address Data Agility, Guaranteed Delivery, And Data Accuracy.9.hq/lant- Consolidated Afloat Networks And Enterprise Services (canes) Next Generation Prototype Tce8:description: Program Executive Office (peo) Command, Control, Communications, Computers And Intelligence (c4i) Program Management Warfare 160 (pmw160) Is Seeking Innovative Solutions For The Next Generation Of The Consolidated Afloat Networks & Enterprise Services (canes) System. The Mission Of Canes Is To Provide Highly Scalable Network, Computing, And Enterprise Services Infrastructure Across The Unclas, Secret, Coalition/sr, And Sci Security Classification Enclaves On Afloat Navy Force, Unit, Small, And Submarine Platforms. The Next Generation Of Canes Intends To Improve On Current Designs To Deliver (i) More Efficient And Effective Hardware And Software Installations And Updates, (ii) Increased Reliability, Resilience, And Stability, (iii) Improved Cybersecurity, And (iv) Increased Modularity And Scalability - All Within A Maintainable, Operable, And Sailor-friendly User Environment Which Can Be Installed In Operational Availabilities Of 10 Days Or Less. 10.hq- Satellite Terminal Transportable Non-geostationary (sttng) Submarine Satcom Modem Card Cage (ssmcc) Tce9:description: U.s. Navy Submarines Require A Survivable, Resilient Beyond Line Of Sight (blos) Communications Architecture Which Can Be Achieved By Accessing Multiple Geosynchronous And Non-geostationary Satellite Orbits (ngso) Through Commercial And Dod Architectures. To Meet This Requirement, Pmw/a 170 Is Seeking To Develop A Submarine Satcom Modem Card Cage (ssmcc) Which Will Host Modems And Other Essential Capabilities In The Navy’s Common Submarine Rario Room (csrr) For Blos Ngso And Geosynchronous Satcom. Ssmcc Will Not Include The Antenna Apertures Needed To Communicate Over The Satellite Systems, But Does Include The Necessary Modems, Switches, Routing, And Encryption To Complete The Satellite Terminal Transportable Non-geostationary (sttng) End-to-end Communications Paths. Prospective Vendors Must Consider And Accommodate For Proprietary Modem Hardware In A 3u Vpx Form Factor To Accommodate Constellations From Vendors Such As Starlink And Amazon Kuiper.11.25-lant-2654 Joint Medical Patient Sustainment (jmps) Tool Tce10:description: Due To Their Complexity, Patient Movement Vignettes In Maritime Environments Often Suffer From Inefficiencies In The Planning Stages That Then Trickle Down To Execution. Leveraging An Existing Gots Containerized Application Developed For Operational Logistics Planning Purposes, The Intent Is To Modify This Existing Application’s Capabilities To Suit Medical And Patient Movement Use Cases. This New Prototype Will Address The Inefficiencies And Problems In Planning Medical Transportation Resources, Supply Allocations, And More To Enhance The Warfighter’s Ability To Plan And Ultimately Execute These Vignettes. This Capability Is Needed Across Multiple Joint Branches, And Funding Could Come From Any Or All These Branches. 06 March 2025 Update: Please See The Below Brief Descriptions Of Four (4) Rpps That Will Be Presented At The Industry Day:1. 25-pac-2634 Hf Digital Staring Receiver & Demodulator (hf-dsrd) Rpp 1government Is Seeking A Solution That Will Shrink The Physical Footprint And Power Consumption Aboard Ships By 60% In The Radio Room And Offer 40% More Cyber Secure Data-rate Over Hf Than Ships Currently Use.2. 25-pac-2674 Strategic Information Transmitted Over Hf (sith) Kit Rpp 2in A Satcom Denied Environment, The Challenge Exists To Deliver Critical Data From Dismounted Ashore Warfighters To Supporting Unit Level Ships. The Us Navy Is Interested In Modernizing Shipboard Communication Systems To Support “more Users/more Data” Requirements Coming From Shore And Ensure Its Traverse Across Dod And Nato Networks. The Effort Will Focus On Prototyping Multi-user Hf Capabilities Into Quick-reaction Portable Kits That Can Be Manifested On And Off Unit Level Ships That Safely Inter-connects Into The Ship’s Antenna And Automated Digital Networking Systems For Ensuring Delivery Of Data From Shore.3. 25-pac-2714 Vlf/lf Rf Front-end Chassis And Digital Acquisition System Rpp 3 The Navy’s Very Low Frequency/low Frequency (vlf/lf) Receiver Is Quickly Becoming Obsolete And Much Of The Design Is Limited By Outdated Technology. To Replace The Legacy Receiver, The Navy Needs A New Vlf/lf Software-defined Radio (sdr) Receiver, Based On A Modular Open Systems Approach (mosa) And Using The Latest Commercial Off-the-shelf (cots) Technology. This Project Will Focus On Building And Testing A Prototype "front-end" Hardware That Receives And Digitizes The Entire Vlf/lf Frequency Range For Seamless Integration With A Representative Navy Signal Processing System.4. 25-pac-2734 Very Low Frequency Generation System (vlfgs) Rpp 4to Leverage The Power And Resilience Of Very Low Frequency (vlf) Communication, Particularly In Challenging Environments Where Satellite Communication (satcom) Is Unreliable, A New Effort Will Focus On Developing Compact Vlf Transmitters. By Using Innovative Non-linear Time-invariant (non-lti) Design Concepts, The Goal Is To Create Smaller Transmitters Capable Of Generating Vlf Signals And Explore The Boundaries Of Global Propagation.
Closing Date14 Mar 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: Synopsis: This Sources Sought Announcement Is To Assist The Us Army Devcom Soldier Center To Identify Potential Sources To Provide an Inventory Management Technology To Replace Legacy Software.
the Government Requests That Responses Be Submitted Electronically To Mary.k.prebensen.civ@army.mil And Christine.p.poulack.civ@army.mil By April 10, 2025 By 5pm Est.
background: The Government (devcom Soldier Center) Is Seeking Next Generation Inventory Management Technology That Goes Beyond Traditional Wms To Drive Employee Engagement And Efficiency Through The Supply Chain To Solve Inventory Tracking Requirements Utilizing A Cloud-based Platform Which Incorporates The Ability To Add Specific Functionality I.e. User Required Nomenclature, User Criteria, Etc.
specific Specifications:
inventory Management Technology Replacing Legacy Software That Goes Beyond Traditional Warehouse Management System To Drive Employee Engagement And Efficiency Through The Supply Chain. Inventory Platform Which Provides Real Time Inventory Fulfillment, Quality Control And Traceability. Create A Reliable Implementation Plan To Be Established As Well As Accomplished Within A 15-week Deliverable.
utilize Encrypted Sql Database For Continuity In Integrity Controls Of Data At Rest
utilize Ssl For Api Secure Endpoint
integrate With Army Active Directory Two-factor Authentication, Single Sign On, And User Access Auditing
configurable Inactivity Timeouts For Web Console
rapid Deployment
inventory Requests
manufacturing, Assembly, Kitting - Combine Individual Pieces Of Inventory To Create A New Item That Is Tracked.
procurement, Fulfillment Planning - Orders Being Received And Inventory Acquired To Meet That Need
with An Established Port, Compliance With Required Disa Stig Setting Which In Turn, Requires Sql Servers To Hide Themselves On The Network By Using A Different Port Number.
require That Sql Database Can Be Set Up On Existing Instance
with An Established Port, Compliance With Required Disa Stig Setting Which In Turn, Requires Sql Servers To Hide Themselves On The Network By Using A Different Port Number.
a Browser Is Not Required To Be Installed On The Server.
install Iis. Stig Consideration Of The Following: An “allow All” Is A Stig Finding And Not Allowed. Lists Required To Generate A Blacklist And Whitelist Of Extensions And Paths Allowed As Part Of An Approval To Run Said Extensions.
re: V-218744 Handler Mappings, V-218745 Request Filtering:
management With Capability To Turn Off All Handler Mappings And Then Turn Them Back On (one By One As Required) To Determine What Is Needed (aspx Required). Use Windows Auth For Sql If Required.
sql Server Services Must Be Able To Run With A Windows Account, Local Sql Auth Not Allowed.
it Questionnaire For Rfi:
version #:
software Manufacturer:
software Country Of Origin:
is Personal Identifiable Information (pii) Being Processed?
does This Software Communicate Across The Network (lan Or Wan). If Yes, Explain.
does This Software Pull Data Or Transmit Data To Other Devices/systems/servers?
does The Data That Is Entered Into This Software Stay Internal To The Local Enclave? If Not, Is An Agreement In Place With The Third Party Vendor To Protect The Information Entered?
does The Software Operate On Windows 11?
are There Wireless Communications? If So, Please Confirm All Wireless Communications Are Fips 140-2 Validated Encryption.
must Support Versions: Sql Server 2019, Iis V10, Windows Server 2022
product Platform And Implementation To Include:
base Configuration And Workflows:
receiving And Put-away
site Transfers
warehouse Control Processes (cycle Counts, Inv Adj, Inv Reports, Hold Management)
picking, Manufacturing, Bill Of Materials (bom)
base Labels And Documents (bill Of Lading, Packing Slip, Control Reports)
authentication Via Secure Username Password
configuration (based On Client Specific Workflows)
training
user Acceptance Testing Test Plan Support
go-live Readiness Review
end User Requirements
accounts Feature
ability To Add/remove User Accounts From Administrative Account.
ability To Modify Permissions And Access For Accounts From The Administrative Account.
accounts Must Be Password Protected.
item Type Management:
add And Remove Item Types
customization Of Data Fields (including Name, Title, Size, Position, And Data Character Type (both Numbers And/or Text))
item Attributes:
must Support Customizable Item Attributes (name, Title, Size, Position, And Data Character Type (both Numbers And/or Text))
pinable Inputs (ability To Lock The Information Provided In A Data Field And Have The Software Remember The Selection For Future Item Use).
user Interface:
the User Interface Must Have The Flexibility To Be Customized By Process Action, Ensuring That It Is Adaptable To Various Workflows.
add Or Remove Modes Available From Main Ui Screen That Restricts Actions To Adding And Removing Only. Scanning A Bar Code Brings Item Information To Forefront And Reduces Number Of Clicks Needed To Add Or Remove Software.
reporting Features:
the System Must Allow For The Customization Of Data Fields For Production Event Reports:
real-time Output (updates At Least Every Second)
data Spot Checks, And Event Tracking Capabilities
inventory Reports:
sortable By Time Ranges, Item Types, Transaction Types.
output Must Be Compatible With Microsoft Office 365 To Allow Customizable Reporting In Excel.
transaction Reporting:
undo Action Feature, And Manager/admin Controls For Monitoring And Managing Transactions.
data Import/export:
must Support The Import And Export Of Data, With The Ability To Manipulate Csv (comma Separated Values) Columns Into Created Item Types For Further Processing.
importing Data Must Be Assimilated In A Customizable Fashion That Allows The In-processing Of Previous Inventory Software Data To Avoid Truncating Data Fields.
automated Data Backups:
customizable By Frequency And Location Saved.
barcode Scanning:
scanners Must Be Compatible With Usb, Wireless Scanning Is Prohibited On Government Computer Systems.
has Compatibility With 2d And Qr (quick Response) Code Scanners.
label Printing/creation:
the Software Must Support Label Creation
5160 Address Labels, 5.5” X 8.5” Labels
must Generate 2d Barcodes For These Sizes.
pulls Barcode Data From Existing Excel Sheets Or Generated Data Internally.
must Allow Modification Of Text Size, Spacing, And The Ability To Create Qr Codes For Labels.
capability To Place Selected Inventory On Hold, Freezing The Inventory From Being Manipulated By Selected Users.
implementation, Customer Service, And Issue Resolution Timelines
vendor Provides Analysis Of Inventory Needs And Sets Up Test Environment For Client To Provide Feedback On Within 12 Weeks Of Contract Initiation.
after Test Environment Is Approved, On-site Support Is Provided For Implementation And Assistance With Importing Data Within 15 Weeks Of Contract Initiation.
after Software Is Fully Live, Customer Service Provided Shall Meet The Following Minimum Requirements:
acknowledgement Of Ticket Creation Within 24 Hours.
48-hour Ticket Resolution For Major Software Issues Affecting Security Or Total Software Access.
10 Business Day Resolution For Customization Requests And Minor Bug Corrections.
quarterly Evaluation Meetings From Vendor To Assess Product Acceptability And Address Customer Feedback For The First Year.
deliverables:
set Up Stage Initial System Data Load Of Customer, Vendors, Items, Bins, Inventory, Test Point Of Sale (pos).
scope Stage Design Analysis And Process Document Delivery.
deve Stage Confirmation And Development As Needed,
consulting, Includes Testing/training Of Systems To Prepare For User Acceptance Testing (uat).
uat Stage Guide Client Through Uat With Prescribed Tests, Resolve Issues, Provide Additional Recorded Training As Needed.
live Stage Product Consultation To Train, Support And Resolve Issues.
delivery Date: The Government Anticipates 15 Weeks Deliverable Time For This Item. Please Identify Timeframe Required For Delivery.
interested Parties Are Invited To Submit A Response To This Sources Sought Announcement. This Is A Sources Sought Announcement Only
this Sources Sought Announcement Is Issued Solely For Information And Planning Purposes And To Identify Interested Sources. This Is Not A Solicitation. No Contract Will Be Awarded From This Announcement. This Sources Sought Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. It Is Subject To Change And Is Not Binding On The Government. Further, Unsolicited Proposals Will Not Be Accepted. Funding Is Not Available At This Time. The United States Army Has Not Made A Commitment To Procure Any Of The Items/services Discussed, And Release Of This Sources Sought Announcement Should Not Be Construed As Such A Commitment Or As Authorization To Incur Cost For Which Reimbursement Would Be Required Or Sought. Response To This Sources Sought Announcement Is Voluntary And No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This And Any Follow-on Information Requests. All Submissions Become Government Property And Will Not Be Returned.
not Responding To This Sources Sought Announcement Does Not Preclude Participation In Any Future Rfp If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized In The Sam.gov Website. It Is The Responsibility Of The Potential Responders To Monitor This Site For Additional Information Pertaining To This Subject.
responses:
interested Parties May Identify Their Interest And Capability By Sending Responses Regarding This Requirement To Devcom Soldier Center Via E-mail Only To Mary.k.prebensen.civ@army.mil And Christine.p.poulack.civ@army.mill No Later Than April 10, 2025 By 5:00 P.m. Est. The U.s. Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Expense Of The Interested Party.
please Provide Business Size (indicate Your Socioeconomic Status), Applicable Naics Code, And Cage Code. If You Hold A Gsa Federal Supply Schedule Contract, Please Identify Your Contract Number.
questions:
any Questions For Clarification May Be Emailed To Mary.k.prebensen.civ@army.mil And Christine.p.poulack.civ@army.mil Later Than March 31, 2025 By 5:00 P.m. Est. Verbal Questions Will Not Be Accepted. Questions Shall Not Contain Proprietary Or Classified Information. An Unattributed List Of Questions And Answers Will Be Published At The Same Web Location Of This Sources Sought Announcement.
**amendment 0001 Attached To Answer Questions (updated April 8, 2025)**
Closing Date10 Apr 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For 1. Contract Id : 25nf0075 Contract Name : Rehabilitation Of Multi-purpose Building, Barangay San Roque, Socorro, Surigao Del Norte Location Of The Contract: Brgy. San Roque, Socorro, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 2. Contract Id : 25nf0076 Contract Name : Rehabilitation Of Multi-purpose Building, Barangay Del Pilar, Socorro, Surigao Del Norte Location Of The Contract: Brgy. Del Pilar, Socorro, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 3. Contract Id : 25nf0077 Contract Name : Rehabilitation/construction Of Shore Protection (additional Allocation) Purok Talisay To Pook Area, Burgos, Surigao Del Norte Location Of The Contract: Burgos, Surigao Del Norte Brief Description : Flood Control: Construction – Shore Protection Approved Budget For The Contract (abc): Php 143,475,235.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 352 Calendar Days Bid Document Fee : Php 50,000.00 4. Contract Id : 25nf0078 Contract Name : Rehabilitation/construction Of Shore Protection (phase Ii) Barangay Bitaug, Burgos, Surigao Del Norte Location Of The Contract: Burgos, Surigao Del Norte Brief Description : Flood Control: Construction – Shore Protection Approved Budget For The Contract (abc): Php 142,717,710.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 362 Calendar Days Bid Document Fee : Php 50,000.00 5. Contract Id : 25nf0079 Contract Name : Rehabilitation/construction Of Shore Protection (phase I), Sitio Amoyay To Bitaug, Burgos, Surigao Del Norte Location Of The Contract: Burgos, Surigao Del Norte Brief Description : Flood Control: Construction – Shore Protection Approved Budget For The Contract (abc): Php 143,010,105.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 362 Calendar Days Bid Document Fee : Php 50,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 4,950,000.00, Php 4,950,000.00, Php 143,475,235.00, Php 142,717,710.00 & Php 143,010,105.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0075, 25nf0076, 25nf0077, 25nf0078 & 25nf0079 Respectively, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 150, 150, 352, 362 & 362 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). To Be Eligible To Bid For The Following Contract, A Contractor Must Meet The Following Major Requirements: (a)duly License Filipino Citizens/sole Proprietorships; (b) Partnerships With At Least 60% Filipino Interest Or Ownership (c) Corporation With At Least 60% Filipino Interest Or Ownership; (d) Cooperatives Duly Organized Under The Laws Of The Philippines; (e) Joint Ventures (jvs) With At Least 60% Filipino Interest Or Ownership; With Pcab License Size Range Of Small B & Medium A; (f) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (g) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc.* 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bac Unit, Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 16, 2025 From Given Address And Website/s Below, In The Amount Of Php 5,000.00, Php 5,000.00, Php 50,000.00, Php 50,000.00 & Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On April 24, 2025 At 9:30 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before May 8, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place& Official Websites Issuance/ Downloading Of Bidding Documents From April 16, 2025 To May 8, 2025 *hard Copies At Bac Secretariat, Dpwh-surigao Del Norte 1st District Engineering Office Dapa, Siargao Island, Surigao Del Norte *downloadable From (a)dpwh Website: Www.dpwh.gov.ph (b)philgeps Website: Www.philgeps.gov.ph Pre-bid Conference On April 24, 2025 At 9:30 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo Receipt Of Bids By The Bac On Or Before May 8, 2025 At 10:00 A.m. (a) Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte; (b)email: Electronicbids_surigaodelnorte1@dpwh.gov.ph Opening Of Bids May 8, 2025 At 10:01 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On May 8, 2025 At 10:01 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And/or Through The Official Youtube Channel Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rlrr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Gerardo M. Metante Head, Bac Secretariat Bac Unit, Dpwh Surigao Del Norte 1st District Engineering Office 8417, Pob. Barangay 12, Dapa, Siargao Island, Surigao Del Norte Metante.gerardo@dpwh.gov.ph Sdn2bacdapa@yahoo.com 09308857066 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_surigaodelnorte1@dpwh.gov.ph April 15, 2025 Date Of Issue Demilyn M. Castrence Bac Chairperson Date Of Publication: April 16-22, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date8 May 2025
Tender AmountPHP 143 Million (USD 2.5 Million)
TECHNICAL EDUCATION & SKILLS DEVELOPMENT AUTHORITY CENTRAL Tender
Electronics Equipment...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotations - Goods (rfqg) Project Title : Acquisition And Setup Of Multimedia Development Equipment For 17 Innovation Centers And Etesda Pmo (2 Lots) Source Of Funding : Loan 4268-phi: Supporting Innovation In Philippine Technical And Vocational Education And Training System (siptvets) Contract Ref : G101-a Date Of Issue Of Request : April 2, 2025 To : ______________________ Sir/madam: 1. The Purchaser, Technical Education And Skills Development Authority (tesda), Hereby Requests You To Submit Price Quotation/(s) Based On The Prevailing Market Price/(s) For Any, All, Or A Combination Of The Two (2) Lots As Follows: (i) Lot 1 – Supply And Delivery Of Multimedia Development Equipment For 17 Innovation Centers And Etesda Pmo (ii) Lot 2 – Supply Of Creative Cloud Software For Teams For 17 Innovation Centers And Etesda Pmo To Assist You In The Preparation Of Your Price Quotation/(s) We Enclose The Necessary Supply And Delivery Schedule, Technical Specifications, Form Of Quotation And Draft Contract. 2. If You/your Firm, However, Falls Under Any Of The Following Conditions, Your Proposal Shall Not Be Considered: (a) You/your Firm Are/is Not A Citizen/national Of An Adb Member Country, Or (b) You/your Firm Have/has Been Associated With The Firm That Prepared The Design And Specifications, Or Engaged In The Preparation Of The Project For Which The Contract That Is Subject Of This Request For Quotations Was Identified, Or (c) You/your Firm Are/is Owned By The Purchaser, Or (d) You/your Firm Are/is Currently Sanctioned Or Temporarily Suspended By The Asian Development Bank For A Violation Of Its Anticorruption Policy (1998, As Amended To Date), Or (e) The Importation Of Goods Or Services From Your Country Or Any Payment To Persons Or Entities In Your Country Is Prohibited In Compliance With A Decision Of The United Nations Security Council Under Chapter Vii Of The Charter Of The United Nations. 3. To Be Qualified, You Must Have Experience As A Manufacturer Or Authorized Supplier Of The Items Covered By This Request For Quotation/(s) And, As Evidence, You Must Also Attach A Document Of Your Experience As Supplier In At Least One Contract In The Last 3 Years Of A Size And Nature Similar To The Items In The Supply Schedule Of The Contract. Specifically: For Lot 1: (a) You/your Firm Must Have An Experience In Supplying Multimedia Equipment In At Least One Contract In The Last 3 Years, Where The Contract Included A Portion Of The Required Items Or Similar Multimedia Equipment; And (b) With One Contract Of At Least Php15,500,000.00; Or Two (2) Contracts Of At Least Php7,750,000. Each. For Lot 2: (a) You/your Firm Must Have Experience In Supplying Similar Or Related Software In At Least One Contract In The Last 3 Years; And (b) With One Contract Of At Least Php4,500,000.00; Or Two (2) Contracts Of At Least Php2,250,000. Each. 4. Your Quotation/(s) Should Be Submitted In Accordance With The Following Instructions, Procedures, And The Terms And Conditions Of The Contract. Preparation Of Quotations (a) For Each Of Your Selected Lot/(s), Your Price Quotation/(s) Shall Be For All The Items As Described In Attached Documents And Submitted Only In The Attached Form Of Quotation With The Priced Supply, Delivery And Price Schedule. The Currency Of Quoted Prices And Payment Shall Be Philippine Peso. (b) The Prices Should Be Quoted For Supply And Delivery To Tesda Central Office, East Service Road, South Luzon Expressway, Fort Bonifacio, Western Bicutan, Taguig City, And Should Be Accompanied By Adequate Technical Documentation And Catalogue(s) And Other Printed Material Or Pertinent Information (in English Language) For Each Item Quoted, Including Names And Addresses Of Firms Providing After-sales Service Facilities In Luzon, Visayas And Mindanao (preferably In The Province Where The Items Will Be Supplied And Installed). See Annex A For The List Of Delivery, Installation And Testing Locations. (c) For Each Of Your Selected Lot/(s), You Shall Submit Only One Set Of Quotation/(s). Your Quotation/(s) Must Be Typed Or Written In Indelible Ink And Shall Be Signed By You Or Your Authorized Representative. Without A Signature In Your Form Of Quotation, Your Quotation Will Not Be Considered Further. (d) For Each Of Your Selected Lot/(s), You Shall Submit One Original Of The Form Of Quotation, And Clearly Marked “original”. In Addition, You Shall Also Submit One Copy Marked As “copy”. In Case Of Any Discrepancy Between The Original And Copy, The Original Shall Prevail. (e) Your Quotation/(s) Should Be Valid For A Period Of 60 Days From The Deadline For Submission Of The Quotation/(s) As Indicated Below. If You Withdraw Your Quotation During The Validity Period And/or Refuse To Accept The Award Of A Contract When And If Awarded, Then You Will Be Excluded From The List Of Suppliers For The Project For Two Years. Submission And Opening (f) Your Form Of Quotation/(s) With The Priced Supply And Delivery Schedule Should Be Submitted By 23 April 2025, No Later Than 12:00 Pm In The Afternoon, With The Required Documents That Should Be Signed, Sealed In An Envelope And Addressed To And Delivered To The Following Address: Purchaser’s Address 3f Procurement Division, Tesda Central Office, East Service Road, South Luzon Expressway, Fort Bonifacio, Western Bicutan, Taguig City Contact Person Ms. Jela Mae Arcano – Head, Bac-b Secretariat Telephone 02-8893-8296 (g) Quotations Shall Be Opened In Public, In The Presence Of Participating Suppliers’ Representatives Who Choose To Attend, On Same Date As For Quotation Submission At 1:30pm In The Afternoon And At The Following Address: Pmo Conference Room, Pevoti Building 3, Tesda Central Office, East Service Road, South Luzon Expressway, Fort Bonifacio, Western Bicutan, Taguig City. Evaluation And Comparison (h) Quotations Determined To Be Substantially Responsive To This Request For Quotation Will Be Evaluated By Comparison Of Their Offer Prices. A Quotation Is Not Substantially Responsive If It Contains Material Deviations Or Reservations To The Terms, Conditions, And Specifications In This Request For Quotation. (i) In Evaluating The Quotations, The Purchaser Will Adjust For Any Arithmetical Errors As Follows: (i) Where There Is A Discrepancy Between Amounts In Figures And In Words, The Amount In Words Will Govern; And (ii) Where There Is A Discrepancy Between The Unit Rate And The Line-item Total Resulting From Multiplying The Unit Rate By The Quantity, The Unit Rate As Quoted Will Govern. If You Refuse To Accept The Correction, Your Quotation Will Be Rejected. Award Of Contract (j) The Purchaser Shall Award The Contract To The Supplier/(s) Whose Quotation/(s) Has/have Been Determined To Be Substantially Responsive To This Request For Quotation And Who Has/have Offered The Lowest Price Quotation/(s). (k) The Supplier/(s) Whose Quotation/(s) Has/have Been Accepted Will Be Notified By The Purchaser Within Sixty (60) Days From The Date Of Submission Of Quotation/(s) Through The Return Of A Copy/(ies) Of The Form/(s) Of Quotation With Acceptance Signed By The Authorized Representative Of The Purchaser. (l) The Successful Supplier/(s) Shall Sign The Contract/(s) Governed By The Contract Terms And Conditions. In Addition To The Quoted Price, The Contract Price Shall Include Value Added Tax (vat) In The Philippines. 5. Further Information Can Be Obtained From: Name Ms. Jela Mae Arcano – Head, Bac-b Secretariat Address 3f Procurement Division, Tesda Central Office, East Service Road, South Luzon Expressway, Fort Bonifacio, Western Bicutan, Taguig City Telephone 02-8893-8296 E-mail Bacsecretariat_siptvets@tesda.gov.ph 6. The Purchaser Intends To Apply Funds From The Asian Development Bank (adb) For Eligible Payments Under The Contract/(s) Resulting From This Request For Quotation/(s). 7. Under Adb’s Anticorruption Policy (1998, As Amended To Date), Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of Such Contracts. Adb May Reject A Proposal For Award And May Impose Sanctions Or Other Remedial Actions On Parties Involved, If It Determines That The Supplier Recommended For Award Or Any Other Party, Directly Or Through An Agent, Has Engaged In Corrupt, Fraudulent, Collusive, Coercive, Or Obstructive Practices Or Other Integrity Violations In Competing For, Or In Executing, The Contract. At The Time Of Submission Of Your Quotation, You Should Not Be In Adb’s Sanctions List. A Firm/individual Shall Not Be Eligible To Participate In Any Procurement Activities Under An Adb-financed, -administered, Or -supported Project While Under Temporary Suspension Or Debarment By Adb Pursuant To Its Anticorruption Policy, Whether Such Debarment Was Directly Imposed By Adb, Or Enforced By Adb Pursuant To The Agreement For Mutual Enforcement Of Debarment Decisions. 8. You/your Firm, Joint Venture Partners, Associates, Parent Company, Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Are Not, Or Have Never Been, Temporarily Suspended, Debarred, Declared Ineligible, Or Blacklisted By The Purchaser’s Country, Any International Organization, And Other Donor Agency. If So Debarred, Declared Ineligible, Temporarily Suspended, Or Blacklisted, Please State Details (as Applicable To Each Joint Venture Partner, Associate, Parent Company, Affiliate, Subsidiaries, Subcontractors, And/or Suppliers): (a) Name Of Institution: __________________ (b) Period Of Debarment, Ineligibility, Or Blacklisting (start And End Date): ____________ (c) Reason For The Debarment, Ineligibility, Or Blacklisting: ________________________ 9. You/your Firm’s, Joint Venture Partners’, Associates’, Parent Company’s Affiliates’ Or Subsidiaries’, Including Any Subcontractors’ Or Suppliers’, Key Officers And Directors Have Not Been [charged Or Convicted] Of Any Criminal Offense (including Felonies And Misdemeanors) Or Infractions/violations Of Ordinance Which Carry The Penalty Of Imprisonment. If So Charged Or Convicted, Please State Details: (a) Nature Of The Offense/violation: __________________ (b) Court/area Of Jurisdiction: __________________ (c) Resolution (i.e. Dismissed; Settled; Convicted/duration Of Penalty): __________________ (d) Other Relevant Details: 10. You/your Firm Understands That It Is Your Obligation To Notify Adb Should You/your Firm, Joint Venture Partners, Associates, Parent Company, Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers, Be Temporarily Suspended, Debarred Or Become Ineligible To Work With Adb Or Any Other Multilateral Development Banks, The Purchaser’s Country, International Organizations, And Other Donor Agencies, Or Any Of Your Key Officers And Directors Be Charged Or Convicted Of Any Criminal Offense Or Infractions/violations Of Ordinance Which Carry The Penalty Of Imprisonment. 11. Any Misrepresentation That Knowingly Or Recklessly Misleads, Or Attempts To Mislead May Lead To The Automatic Rejection Of The Quotation/bid Or Cancellation Of The Contract, If Awarded, And May Result In Remedial Actions, In Accordance With Adb’s Anticorruption Policy (1998, As Amended To Date) And Integrity Principles And Guidelines (2015 As Amended From Time To Time). 12. A Bidder Shall Not Have A Conflict Of Interest. All Bidders Found To Have A Conflict Of Interest Shall Be Disqualified. 13. Please Confirm By Fax/e-mail The Receipt Of This Request And Whether Or Not You Will Submit The Price Quotation(s). Sincerely, _____________________________ Ddg Felizardo Colambo Bac-b Chairperson (purchaser)
Closing Date9 May 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical and Electronics...+1Electrical Works
United States
Details: Pre-solicitation Notice
this Pre-solicitation Notice Published In Accordance With Federal Acquisition Regulation (far) 5.203(a)(1) Requiring The Dissemination Of Information Regarding Proposed Contract Actions.
this Is A Pre-solicitation Notice To Announce That The Department Of Veterans Affairs (va), Network Contracting Officeâ (nco) 23, 316 Robert Street N, Suite 506, St. Paul, Mn, 55401, Will Be Issuing A Solicitation Request For Quotes (rfq) On Or About 12/18/2024 To Request Proposals For Construction Services For The Following Project: Low Voltage Installation And Maintenance At The Minneapolis Va Health Care System (vahcs). Amendments To The Solicitation Will Be Posted To The Referenced Website And The Solicitation. All Parties Must Obtain The Solicitation, Construction Documents, And Amendments To The Solicitation Through Sam.gov Contract Opportunities Website. Hard Copies Will Not Be Mailed Or Made Available. No Questions Will Be Addressed Until After The Closing Date For Questions/clarifications/inquires As Listed In The Solicitation.
set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb) With A Size Standard $19 Million.
naics: 238210 Electrical Contractors And Other Wiring Installation Contractors
project Description: Low Voltage Installation/maintenance Contract For Low Voltage Installation Projects At The Mvahcs. This Contract Will Include, But Not Limited To, The Installation Of Category 6 & 6a Cable, Data Ports, 120 Volt Power Receptacles And Associated Hardware. Contractor Will Provide All Materials, Equipment And Labor To Complete Each Task Order. Each Task Order Will Vary In Size And Dollar Amount. Proposals And Quotes Will Be Based On Installed Price In Accordance With Price/cost Schedule. The Contractor Shall Provide A One (1) Year Warranty On The Labor, Parts And Materials. All Penetrations Must Be Sealed With Fire Stop Or Fire Caulk Per National Fire Protection Agencies (nfpa) Regulations.
while This Synopsis Does Not Constitute A Solicitation, Interested Vendors May Identify Their Interest And Capability To Satisfy The Requirement. All Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation Which Shall Be Considered By The Agency.
va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023)
(a)â definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb :
(1) Means A Small Business Concern
(i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (seeâ vaar 802.101, Surviving Spouse Definition);
(ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran;
(iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document;
(iv) The Business Has Beenâ certifiedâ for Ownership And Control Pursuant Toâ 38 U.s.c. 8127, 13 Cfr 128,â and Is Listedâ as Certifiedâ inâ the Sba Certification Database Atâ https://veterans.certify.sba.gov/; And
(v) The Businessâ agrees Toâ comply Withâ vaar Subpart 819.70â and Small Business Administration (sba) Regulations Regarding Small Business Size, Government Contracting, And The Veteran Small Business Certification Program At 13 Cfr Parts 121, 125, And 128.
(2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16).
(3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632).
(4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)).
(5) The Term "sdvosb Participant Or Certified Sdvosb Means A Small Business That Has Been Certified In The Sba Veteran Small Business Certification Program And Listed In The Sba Certification Database (see 13 Cfr 128.102).
(b)â general.â in Order For A Concern To Submit An Offer And Be Eligible For The Award Of An Sdvosb Set-aside Or Sole Source Contract, The Concern Must Qualify As A Small Business Concern Under The Size Standard Corresponding To The Naics Code Assigned To The Contract And Be Listed As An Sdvosb Participant In The Sba Certification Database As Set Forth In 13 Cfr 128.
(1) Offers Received From Entities That Are Notâ certifiedâ sdvosbsâ and Listed In The Sba Certification Databaseâ at The Time Of Offer Shall Not Be Considered.
(2) Any Award Resulting From This Solicitation Shall Be Made To Aâ certifiedâ sdvosbâ listed In The Sba Certification Databaseâ who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award.
(3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences.
(c)â representation.â pursuant To 38 U.s.c. 8127(e), Onlyâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligibleâ and Certifiedâ sdvosb As Defined In This Clause,â 13 Cfr 121, 125, And 128, Andâ vaar Subpart 819.70.
(d)â agreement/los Certification.â when Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements Inâ vaar Subpart 819.70â and Sba Regulations Onâ small Business Size,â and Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontractingâ (los)â requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. For The Purpose Of Limitations On Subcontracting, Onlyâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Requiredâ (los)â certification Requirements In This Solicitation (seeâ 852.219-75â orâ 852.219-76â as Applicable). These Requirements Are Summarized As Follows:
(1)â services.â in The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract.
(2)â supplies/products.â (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Database. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract.
(ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13â cfrâ 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements.
(3)â general Construction.â in The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Database.
(4)â special Trade Construction Contractors.â in The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Database.
(5)â subcontracting.â an Sdvosbâ subcontractorâ must Meet The Naics Size Standard Assigned By The Prime Contractor And Beâ certified Andâ listed Inâ the Sba Certification Databaseâ to Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6.
(e)â required Limitations On Subcontracting Compliance Measurement Period.â an Sdvosb Shall Comply With The Limitations On Subcontracting As Follows:
[contracting Officer Check As Appropriate.]
____ By The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or
____ By The End Of The Performance Period For Each Order Issued Under The Contract.
(f)â joint Ventures.â a Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Ventureâ 13 Cfr 128.402 And The Managing Joint Venture Partner Makes The Representations Under Paragraph (c) Of This Clause. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants.
(g)â precedence.â the Va Veterans First Contracting Program, As Defined Inâ vaar 802.101,â subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sbaâ veteran Small Business Certificationâ program, And The Va Veterans First Contracting Program.
(h)â misrepresentation.â pursuant To 38 Usc 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company S Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (seeâ vaar 809.406-2â causes For Debarment).
(end Of Clause)
Closing Date16 Jan 2025
Tender AmountRefer Documents
INTERNAL REVENUE SERVICE USA Tender
Software and IT Solutions
United States
Details: The Scope Of The Work Is To Procure A Cots Product Solution That Is Customized For Authors That Have Little To No Experience With Writing Xml Language
the Contractor Shall Provide Cots Software Solution For Authoring In Xml With Licenses For Up To 1,000 Users To Create And Maintain Tax Instructions And Publications. This Software Will Assist In Authoring Tax Instructions And Publications In Xml Format To Be Used As Source Files In The Creation Of Portable Document Format (pdf), Hypertext Markup Language (html), Docbook Xml, And Epub That Meets The Following Features:
compatible With Existing Irs Dtd
requires Minimal Retraining < 2 Hours
is A Web-based Solution That Can Be Hosted On Site With The Ability To Be Hosted In A Cloud Environment.
customizable To Add Customized Features And Interaction With 3rd Party Tools, Such As Link Author, Adobe Aem Assist, Onedrive, Or Sharepoint Online.
a Configurable Wysiwyg Display That Able To Closely Resemble The Pdf Using A Single Column Format. Such That When Author The User Has A Very Good Understanding Of How The Composed File Will Look.
standardized Linking To The Code Of Federal Regulations (cfr), Internal Revenue Code (irc), Internal Revenue Bulletin (irb), And Revenue Procedures And Revenue Rulings.
ability To Link To Specific Locations Within The Xml File. Ability To Add Anchors Within Xml File To Link To The Specific Location.
customizable Metadata. Who The Owner Business Unit(s) Is, User Business Unit(s) And Author(s). Also Need To Identify If There Is Official Use Only (ouo) Within The Document, The Catalog Number, And If Active Or Obsolete.
when The Software Starts Up, Checking For The Values Of The Respective Part Title And Chapter Title Of The File In A Centralized Xml File Stored On A Web Server And Update The Value Within The User’s File. If No Value Is Present On The Server, Inform The User Of Such.
when User Completes The Part N.o Attribute On The <part> Tag, Pulling The Respective Part Title From A Centralized Xml File Stored On A Web Server. If No Value Is Present On The Server, Inform The User Of Such.
when User Completes The Chap No Attribute On The <chapter> Tag, Pulling The Respective Chapter Title From A Centralized Xml File Stored On A Web Server. If No Value Is Present On The Server, Inform The User Of Such.
locking <particle> And <chapter Title> Tags From End User Editing. Only The Authoring Software Can Alter The Content Of The Tags.
context Rules Always On. If There Are Rules, We Need All Xml Files To Follow, Why Would We Allow Someone To Ever Complete Actions/edits Outside Of The Rules?
providing The Ability To Turn Off The Display Of Software Features That Our Users Will Never Use.
plain Language Error Messages For Explaining Context Errors In Completeness Check
plain Language Text For All Menu Items, Warnings, Tooltips And Settings Within The Software
ability To Insert Tables.
locate Controls For Features All Together--i.e Table Editing Is In One Menu Not 4 Menus/views.
tables Must Have A Header Row. This Row Is Read Before All The Body Rows. This Is Required For 508 Compliance (visually Impaired Employees Who Use Screen Readers).
tables To Have A Summary (508 Compliance).
ability To Edit Table Widths. Currently We Have 3 Inch, 4.5in, 6.625in And 8.5in.
portrait Or Landscape Tables.
table Templates. Can Save A Table As A Template And Then Insert It Anywhere In The Irm.
default Table Templates Already Created. Such As If/then Table And If/and/then Tables.
templates Named With Plain-language, Not Abbreviations.
for Tables: Ability To Edit Lines Between Columns, Rows And Outside Border.
ability To Copy/paste Tables From Other Sources/software. (ex. Excel, Word, Html, Pdf).
ability To Insert Graphics.
graphics Must Have Descriptors, Such As Paragraphs, Lists, Etc. This Is Required For 508 Compliance.
ability To View Graphics Within Xml File.
a Check To Resolve Any Errors. Currently It Is Called Check Completeness. Such As, If An Element Or Tag Has No Content Within It (empty Tag).
ability To Find/replace Text And Tags.
ability To Cut/copy/paste Text And Tags.
ability To Copy Directly From Microsoft Word And Other Kinds Editing Programs. Eg, A Bullet List From .docx To .xml Is Recognized And Tagged As A Bullet List.
ability To Select The Entire Tag(s) And The Content Within It.
ability To Track Changes. Accept/reject One Change At A Time Or Accept/reject All At Once. Ability To View Tracked Changes, Original Document, Or New Document Without Tracked Changes Highlighted. Display Who Made The Change At Exactly What Time.
show Disposition Of All Changes (accept / Reject, Defer, Description, Id, Date, Time Stamp).
ability To Create A Compare File. This Would Compare Two Different Versions Open, Two Different Saved Files, Or Compare From The Last Saved Version Of The Same Document.
ability To Merge A Document From A Compare.
ability To Bold, Italicize, Underline And, Use Quotes For Text.
ability To Add A Note, Exception, Reminder, Example, And Caution Indented Within A Paragraph.
ability To Insert Comments.
ability To Add Bookmarks.
ability To Add Quickmarks And Collapse/expand Elements.
insert Symbols.
page Setup - Modify Headers/footers And Margins.
print To Adobe Pdf.
ability To View Tags Or No Tags.
tool To Resolve Double-spacing.
tool To Verify Cross-references Within Xml Document.
ability To Add A “link” To An Email Address (and It Opens Outlook When You Click On It).
to Keep The Structure Of Our Irms. Part – Chapter – Section – Subsection (it Nests 5 Subsections Deep).
display The Titles Of The Part, Chapter, Section, And All The Subsections.
ability To Add Paragraphs.
ability To Add Lists. Step List, Alpha List And Bullet List.
balanced Selections For Text Highlighting
ability To Remove Irrelevant Tags From Being Options
ability To Update Select Boxes (such As Current Irs Business Units) Units Without A Software Update.
date Input With Optional Calendar Tool.
providing A Feature That Allows The User To Delete All <change> Tags From The File In A Single Click.
allowing Users To Open A Sample File Prepopulated With Data For Training Purposes Provided By Irs- “sample Irm”, “sample Obsolete Irm”, “sample Ccdm”, “sample Obsolete Ccdm”
ensuring The Text Of All <mtdate>s Follows The Format Month Dd, Yyyy, Whether It Be The Actual Month, Day, And Year, Or The Text “month Dd, Yyyy”
ensuring The Text Of All <date>s Follows The Format (mm-dd-yyyy), Whether It Be The Actual Month, Day, And Year, Or The Text “(mm-dd-yyyy)”
displaying Generated Text In A Different Color Than User-entered Text
providing A “symbol Key” That Shows A Symbol (character), Its Name, And Its Definition
providing A “tag Key” That Shows A Tag Name, Its Definition, And Example Of Its Use, And The Tag’s Attributes And Respective Definitions
adjustment Of Text Font Independent Of Tag Size
allow Symbols Typed From Qwerty Keyboard Instead Of Insert Symbol Function.
allow Tags For Efoia And Other New Privacy Designations In Addition To Restrict/norestrict For Ouo.
the Solution Shall Capture And Track Text Changes Directly In The File Along With Reason, Reference, User Id, Date And Time Stamp.
(38,39,50, 85,86)
the Solution Shall Embed Technical Authorities (ta’s) And Reasons For Change. Reflects Current Gallery Solution Through Use Of “u” Notes
the Solution Shall Cite References To Technical Authorities With Corresponding Links. Currently Arbortext Highlights Ta Tags But Doesn’t Give A List.
the Solution Shall Generate A List Of Technical Authority Tags.
the Solution Shall Have Visual Editing Features To Hide Tags For A Clean Paragraph Review With The Option To Turn On Or Off Throughout The Editing Process.
stopped Here 3/18/2022
need To Write “accept / Reject From Compare (merge)”
the Solution Shall Allow Accepted Changes To Be Integrated Automatically Into The Main Document.
the Solution Shall Be Able To Display A Print Preview.
the Solution Shall Have The Ability To Create Tables Within Tables (example: Keeping Text Right Justified And The Column Header Centered).
the Solution Shall Allow For A Table Or Picture To Be Depicted Across Either One, Two, Or Three Columns (to Be Able To Span Tables Across Columns)
the Solution Shall Be Able To Provide A Copy And Pasting Feature That Retains The Proper Characters. (such As When Coping Content From Microsoft Word Or Web Browsers)
the Solution Shall Support Authoring Documents In Two And Three Column Formats.
the Solution Shall Provide Commonly Used Word Processing / Publishing Features (critical) To Include: • Grammar Check • • Spelling Check • Completeness Check (parser) Thesaurus
the Solution Shall Perform Comparison To Identify Differences Between Similar Content In More Than One Product.
the Solution Shall Provide Index Generation.
allow Elements To Be Selected (words And Phrases) For Indexing. If Automated, Then Must Be A Default Way To Override.
the Solution Shall Identify Automatically When Elements Need To Show In The Table Of Contents And Provide A Way To Override.
the Solution Shall Have The Ability To Identify Other Tax Products Containing Similar Language / Topics As The Product Is Being Modified And Be Able To Pull Commonly Used Text From A Central Storage. Reusable Content
the Solution Shall Handle Unicode Format Or Multi-byte Character Sets To Support Multiple Languages.
the Solution Shall Support Right To Left Languages.
the Solution Shall Provide Easily Retrievable Catalogue Of Templates, Tables And Standard Language.
the Solution Shall Integrate With Existing Publication Processes And Tools. (guarantee The Integrity Of The File So As Not To Disrupt Downstream Processing)
the Solution Shall Provide Constant, Continuous, Real-time Xml Validation During The Authoring And Editing Process. Describe Whether During The Process, When Saving The Document Or Upon Completion Of Document.
the Solution Shall Provide Desktop And Network Print Functionality. (system Requirement)
the Solution Shall Adhere To Section 508 Compliance.
the Contractor Shall Support The Configuration, Implementation, And Integration Of The Cots Solution With The Irs Infrastructure. The Number Of Technical Integration Interfaces Supported During The Period Of Performance May Vary Based On The Use Cases Requested By The Cots Solution.
Closing Date16 Jan 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For 1. Contract Id : 25nf0030 Contract Name : Rehabilitation Of Multi-purpose Building (municipal Gymnasium), Barangay Poblacion 1, Burgos, Surigao Del Norte Location Of The Contract: Burgos, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 9,900,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 180 Calendar Days Bid Document Fee : Php 10,000.00 2. Contract Id : 25nf0031 Contract Name : Construction Of Multi-purpose Building (municipal Building-phase 2), Barangay Pilaring, Pilar, Surigao Del Norte Location Of The Contract: Barangay Pilaring, Pilar, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 9,900,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 180 Calendar Days Bid Document Fee : Php 10,000.00 3. Contract Id : 25nf0032 Contract Name : Rehabilitation Of Multi-purpose Building (municipal Gymnasium), Barangay T. Arlan, Santa Monica, Surigao Del Norte Location Of The Contract: Barangay T. Arlan, Santa Monica, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 9,900,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 180 Calendar Days Bid Document Fee : Php 10,000.00 4. Contract Id : 25nf0033 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0058+500 – K0060+500 Location Of The Contract: Burgos, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 5. Contract Id : 25nf0034 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0041+500 – K0044+000 Location Of The Contract: Sta. Monica, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 6. Contract Id : 25nf0035 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0039+500 – K0041+500 Location Of The Contract: San Benito, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 9,900,000.00, Php 9,900,000.00, Php 9,900,000.00, Php 96,500,000.00, Php 96,500,000.00 & Php 96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0030, 25nf0031, 25nf0032, 25nf0033, 25nf0034 & 25nf0035 Respectively, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 180, 180, 180, 188, 188 & 188 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). To Be Eligible To Bid For The Following Contract, A Contractor Must Meet The Following Major Requirements: (a)duly License Filipino Citizens/sole Proprietorships; (b) Partnerships With At Least 60% Filipino Interest Or Ownership (c) Corporation With At Least 60% Filipino Interest Or Ownership; (d) Cooperatives Duly Organized Under The Laws Of The Philippines; (e) Joint Ventures (jvs) With At Least 60% Filipino Interest Or Ownership; With Pcab License Size Range Of Small B & Medium A; (f) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (g) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc.* 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bac Unit, Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 3, 2025 From Given Address And Website/s Below, In The Amount Of Php 10,000.00, Php 10,000.00, Php 10,000.00, Php 50,000.00, Php 50,000.00 & Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On February 11, 2025 At 9:30 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before February 25, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place& Official Websites Issuance/ Downloading Of Bidding Documents From February 3, 2025 To February 25, 2025 *hard Copies At Bac Secretariat, Dpwh-surigao Del Norte 1st District Engineering Office Dapa, Siargao Island, Surigao Del Norte *downloadable From (a)dpwh Website: Www.dpwh.gov.ph (b)philgeps Website: Www.philgeps.gov.ph Pre-bid Conference On February 11, 2025 At 9:30 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo Receipt Of Bids By The Bac On Or Before February 25, 2025 At 10:00 A.m. (a) Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte; (b)email: Electronicbids_surigaodelnorte1@dpwh.gov.ph Opening Of Bids February 25, 2025 At 10:01 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 25, 2025 At 10:01 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And/or Through The Official Youtube Channel Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rlrr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Gerardo M. Metante Head, Bac Secretariat Bac Unit, Dpwh Surigao Del Norte 1st District Engineering Office 8417, Pob. Barangay 12, Dapa, Siargao Island, Surigao Del Norte Metante.gerardo@dpwh.gov.ph Sdn2bacdapa@yahoo.com 09308857066 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_surigaodelnorte1@dpwh.gov.ph January 31, 2025 Date Of Issue Quintiniano C. Armendarez, Jr. Bac Chairperson Date Of Publication: February 3-9, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date25 Feb 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
5011-5020 of 5203 archived Tenders