Cloud Tenders

City Of Tayabas Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Bid For Project #25-003 Supply And Delivery Of Foods For Capability Building On Basic Concepts For Gad, Gender Analysis And Gender Responsive Planning And Budgeting For Brgy. Gad Focal Point System - Gad 1. The City Government Of Tayabas, Through The General Fund 2025intends To Apply The Sum One Million One Hundred Eighty-eight Thousand Pesos (php 1,188,000.00) Being The Abc To Payments Under The Contract For Project # 25-003 Supply And Delivery Of Foods For Capability Building On Basic Concepts For Gad, Gender Analysis And Gender Responsive Planning And Budgeting For Brgy. Gad Focal Point System - Gad. 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 As Per Advise Of The End-user. 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 January 17, 2025 (friday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of Five Thousand Pesos (p 5,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6. The City Government Of Tayabaswill Hold A Pre-bid Conference On January24, 2025 (friday) 10:00 Am At Bids And Awards Committee Office, 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 05, 2025 (wednesday), 10:00 A.m. 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 February 05, 2025 (wednesday), 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. 10. 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 11. 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. 12. For Further Information, Please Refer To: Raymond S. Bermudez Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City (042)-797-3778 13. 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 Food For 1st Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 1. Pax Am Snack: Pansit Tamis Anghang, Puto, Cucumber Lemonade Juice (350ml) 90 2. Pax Lunch: Steamed Rice, Roasted Pork, Buttered Veggies, Mango Supreme, Iced Tea Juice (350ml) 90 3. Pax Pm Snack: Cheeseburger, French Fries, Fresh Melon Juice (350ml) 90 Food For 1st Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 4. Pax Am Snack: Spaghetti, Toasted Bread, Lemonade Juice(350ml) 90 5. Pax Lunch: Steamed Rice, Chicken Pastel, Veggie Foo Yung, Fresh Fruits, Four Seasons Juice (350ml) 90 6. Pax Pm Snack: Clubhouse Sandwich, Potato Mojos, Fresh Buko Juice (350ml) 90 Food For 2nd Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 7. Pax Am Snack: Carbonara, Garlic Bread, Cucumber Lemonade Juice (350ml) 90 8. Pax Lunch: Steamed Rice, Chicken Barbeque, Seafood Chopsuey, Minatamisnakamote, Fresh Melon Juice (350ml) 90 9. Pax Pm Snack: Chicken Burger, Potato Wedges, Four Season Juice (350ml) 90 Food For 2nd Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 10. Pax Am Snack: Chicken Sopas With Boiled Egg, Cheesecake, Lemonade Juice (350ml) 90 11. Pax Lunch: Steamed Rice, Pork Bistek, Adobongtalong, Mango Supreme, Orange Juice (350ml) 90 12. Pax Pm Snack: Canton Sotanghon, Puto, Buko Lychee Juice (350ml) 90 Food For 3rd Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 13. Pax Am Snack: Macaroni With Spaghetti Sauce, Ube Cake, Cucumber Lemonade Juice (350ml) 90 14. Pax Lunch: Steamed Rice, Pork Baby Back Ribs, Torta Congrejo, Coffee Jelly, Fresh Melon Juice (350ml) 90 15. Pax Pm Snack: Cheeseburger, Potato Mojos, Iced Tea Juice (350ml) 90 Food For 3rd Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 16. Pax Am Snack: Arroz Caldo With Boiled Egg, Puto, Blue Lemonade Juice (350ml) 90 17. Pax Lunch: Steamed Rice, Chicken Afritada, Tortangtalong, Minatamisnasaging, Iced Tea Juice (350ml) 90 18. Pax Pm Snack: Creamy Pesto, Toasted Bread, Orange Juice (350ml) 90 Food For 4th Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 19. Pax Am Snack: Chicken Mami With Boiled Egg, Puto, Cucumber Lemonade Juice (350ml) 90 20. Pax Lunch: Steamed Rice, Buttered Garlic Chicken, Veggie Salpicao, Leche Plan, Fresh Melon Juice (350ml) 90 21. Pax Pm Snack: Mikibihon, Pitchipitchi, Iced Tea Juice (350ml) 90 Food For 4th Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 22. Pax Am Snack: Macaroni With Spaghetti Sauce, Yema Cake, Lemonade Juice (350ml) 90 23. Pax Lunch: Steamed Rice, Pork Giniling, Pinakbet, Fruits In Season, Iced Tea Juice (350ml) 90 24. Pax Pm Snack: Clubhouse Sandwich, Fresh Melon Juice (350ml) 90 Food For 5th Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 25. Pax Am Snack: Chicken Sopas With Boiled Egg, Cheesecake, Cucumber Lemonade Juice (350ml) 90 26. Pax Lunch: Steamed Rice, Lechon Paksiw, Fooyung, Minatamisnasaging, Iced Tea Juice (350ml) 90 27. Pax Pm Snack: Palabok, Puto, Orange Juice (375ml) 90 Food For 5th Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 28. Pax Am Snack: Spaghetti, Ube Cake, Lemonade Juice (350ml) 90 29. Pax Lunch: Steamed Rice, Chicken Ala King, Fresh Lumpianggulay, Leche Plan, Four Seasons Juice (350 Ml) 90 30. Pax Pm Snack: Chicken Burger, Potato Wedges, Fresh Melon Juice (350ml) 90 Food For 6th Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 31. Pax Am Snack: Chicken Mami With Boiled Egg, Cheesecake, Lemonade Juice (350ml) 90 32. Pax Lunch: Steamed Rice, Chicken Barbecue, Chopseuy, Pandan Jelly, Fresh Melon Juice (350ml) 90 33. Pax Pm Snack: Mikibihon, Pitchipitchi, Four Seasons Juice (350ml) 90 Food For 6th Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 34. Pax Am Snack: Macaroni Salad, Cheesecake, Iced Tea Juice (350ml) 90 35. Pax Lunch: Steamed Rice, Pork Sinigang, Shanghai, Mango Tapioca, Lemonade Juice (350ml) 90 36. Pax Pm Snack: Cheese Burger, French Fries, Fresh Melon Juice (350ml) 90 Food For 7th Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 37. Pax Am Snack: Chicken Sopas With Boiled Egg, Cheesecake, Blue Lemonade Juice (350ml) 90 38. Pax Lunch: Steamed Rice, Pork Baby Back Ribs, Fooyung, Mango Tapioca, Iced Tea Juice (350ml) 90 39. Pax Pm Snack: Spaghetti, Shanghai, Four Seasons (350ml) 90 Food For 7th Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 40. Pax Am Snack: Fettuccine Pesto, Toasted Bread, Cucumber Lemonade (350ml) 90 41. Pax Lunch: Steamed Rice, Breaded Chicken Fillet, Chopseuy, Coffee Jelly, Fresh Melon Juice (350ml) 90 42. Pax Pm Snack: Cheeseburger, Potato Wedges, Iced Tea (350ml) 90 Food For 8th Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 43. Pax Am Snack: Pansit Lucban, Cheese Pimiento Sandwich, Iced Tea Juice (350ml) 90 44. Pax Lunch: Steamed Rice, Adobong Manok Sa Gata, Torta Congrejo, Minatamisnakamote, Blue Lemonade Juice (350ml) 90 45. Pax Pm Snack: Chicken Burger, French Fries, Fresh Melon Juice (350ml) 90 Food For 8th Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 46. Pax Am Snack: Chicken Mami With Boiled Egg, Cheesecake, Lemonade Juice (350ml) 90 47. Pax Lunch: Steamed Rice, Pork Hamonado, Tortangtalong, Mango Tapioca, Fresh Melon Juice (350ml) 90 48. Pax Pm Snack: Macaroni With Spaghetti Sauce, Puto, Iced Tea Juice (350ml) 90 Food For 9th Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 49. Pax Am Snack: Mikibihon, Ham Sandwich, Cucumber Lemonade Juice (350ml) 90 50. Pax Lunch: Steamed Rice, Lechon Kawali, Monggo Guisado, Coffee Jelly, Fresh Melon Juice (350ml) 90 51. Pax Pm Snack: Chicken Sopas With Boiled Egg, Cheesecake, Iced Tea Juice (350ml) 90 Food For 9th Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 52. Pax Am Snack: Carbonara, Garlic Bread, Iced Tea Juice (350ml) 90 53. Pax Lunch: Steamed Rice, Chicken Barbeque, Pinakbet, Leche Plan, Blue Lemonade Juice (350ml) 90 54. Pax Pm Snack: Cheeseburger, French Fries, Fresh Melon Juice (350ml) 90 Food For 10th Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 55. Pax Am Snack: Pansit Tamis Anghang, Puto, Cucumber Lemonade Juice (350ml) 90 56. Pax Lunch: Steamed Rice, Roasted Pork, Buttered Veggies, Mango Supreme, Iced Tea Juice (350ml) 90 57. Pax Pm Snack: Cheeseburger, French Fries, Fresh Melon Juice (350ml) 90 Food For 10th Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 58. Pax Am Snack: Spaghettie, Toasted Bread, Lemonade Juice (350ml) 90 59. Pax Lunch: Steamed Rice, Chicken Pastel, Veggie Foo Yung, Fresh Fruits, Four Seasons Juice (350ml) 90 60. Pax Pm Snack: Clubhouse Sandwich, Potato Mojos, Fresh Buko Juice (350ml) 90 Food For 11th Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 61. Pax Am Snack: Carbonara, Garlic Bread, Cucumber Lemonade Juice (350ml) 90 62. Pax Lunch: Steamed Rice, Chicken Barbeque, Seafood Chopsuey, Minatamisnakamote, Fresh Melon Juice (350ml) 90 63. Pax Pm Snack: Chicken Burger, Potato Wedges, Four Season Juice (350ml) 90 Food For 11th Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 64. Pax Am Snack: Chicken Sopas With Boiled Egg, Cheesecake, Lemonade Juice (350ml) 90 65. Pax Lunch: Steamed Rice, Fried Chicken, Veggie Kare Kare, Leche Plan, Iced Tea Juice (350ml) 90 66. Pax Pm Snack: Canton Sotanghon, Puto, Buko Lychee Juice (350ml) 90 January 17, 2025 _____________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee
Closing Date5 Feb 2025
Tender AmountPHP 1.1 Million (USD 20.3 K)

DEPT OF THE AIR FORCE USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: Update: Attached Are Rfi Received From Vendors. See Attachment Rfi Response From Vendors. 1. This Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. This Is A Request For Quotation (rfq). All Responsible Sources May Submit A Firm-fixed Price (ffp) Quote Which Will Be Considered By The Agency. 2. Solicitation Number: F1s3ac4326ac01**please Provide The Full Solicitation Number On All Packages** 3. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2019-02ta And Dpn 20190215 And Dafac 2018-0525. 4. This Requirement Will Be: Open Market, Total Small Business Set Aside.the North American Industry Classification System (naics) Number For This Acquisition Is 811210 With A Size Standard Of $34m. description Of Services To Be Acquired: Deliver Prioritized And Routine Maintenance Support, Both Recurring And On-demand, Collaborating With Relevant Maintenance Teams To Restore Equipment Functionality. See Performance Work Statement For Additional Details. 5. Clin Nomenclature: The Following Below Is Like Or Similar To What The Government Is Looking For: A. Clin 0001 –recurring Monthly Maintenance And Repair. The Contractor Shall Provide Priority And Routine Preventive Maintenance Support Services On A Recurring Basis In Accordance With The Performance Work Statement (pws), (qty). 12 B. Clin 0002 –equipment Removal And Installation The Contractor Shall Accomplish Removal And Installation Of Equipment In Accordance With Performance Work Statement (pws), Qty. 12 C. Clin 0003 –over And Above The Contractor Shall Repair Equipment Damage Due To Neglect Or Misuse Following The Procedures Outlined In The Performance Work Statement (pws), Qty. 12 D. Clin 1001 (option) –recurring Monthly Maintenance And Repair. The Contractor Shall Provide Priority And Routine Preventive Maintenance Support Services On A Recurring Basis In Accordance With The Performance Work Statement (pws), (qty). 12 E. Clin 1002 (option) –equipment Removal And Installation The Contractor Shall Accomplish Removal And Installation Of Equipment In Accordance With Performance Work Statement (pws) , Qty. 12 F. Clin 1003 (option) –over And Above The Contractor Shall Repair Equipment Damage Due To Neglect Or Misuse Following The Procedures Outlined In The Performance Work Statement (pws), Paragraph 1.2.4.1, Qty. 12 G. Clin 2001 (option) –recurring Monthly Maintenance And Repair. The Contractor Shall Provide Priority And Routine Preventive Maintenance Support Services On A Recurring Basis In Accordance With The Performance Work Statement (pws) (qty). 12 H. Clin 2002 (option) –equipment Removal And Installation The Contractor Shall Accomplish Removal And Installation Of Equipment In Accordance With Performance Work Statement (pws) Paragraph 1.2.6, Qty. 12 I. Clin 2003 (option) –over And Above The Contractor Shall Repair Equipment Damage Due To Neglect Or Misuse Following The Procedures Outlined In The Performance Work Statement (pws), Paragraph 1.2.4.1, Qty. 12 J. Clin 3001 (option) –recurring Monthly Maintenance And Repair. The Contractor Shall Provide Priority And Routine Preventive Maintenance Support Services On A Recurring Basis In Accordance With The Performance Work Statement (pws) (qty). 12 K. Clin 3002 (option) –equipment Removal And Installation The Contractor Shall Accomplish Removal And Installation Of Equipment In Accordance With Performance Work Statement (pws) Paragraph 1.2.6, Qty. 12 L. Clin 3003 (option) –over And Above The Contractor Shall Repair Equipment Damage Due To Neglect Or Misuse Following The Procedures Outlined In The Performance Work Statement (pws), Paragraph 1.2.4.1, Qty. 12 M. Clin 4001 (option) –recurring Monthly Maintenance And Repair. The Contractor Shall Provide Priority And Routine Preventive Maintenance Support Services On A Recurring Basis In Accordance With The Performance Work Statement (pws) (qty). 12 N. Clin 4002 (option) –equipment Removal And Installation The Contractor Shall Accomplish Removal And Installation Of Equipment In Accordance With Performance Work Statement (pws) Paragraph 1.2.6, Qty. 12 O. Clin 4003 (option) –over And Above The Contractor Shall Repair Equipment Damage Due To Neglect Or Misuse Following The Procedures Outlined In The Performance Work Statement (pws), Paragraph 1.2.4.1, Qty. 12 6. Description Of Requirements For The Items To Be Acquired: A. The Air Force Test Center (aftc), Edwards Air Force Base (eafb), Ca Has A Requirement To Provide Top Quality, Customer-oriented Communications Services For Edwards Afb (eafb), Air Force Research Laboratory (afrl) And Air Force Plant 42 (afp 42). (1) Estimated Delivery: 45 Dara Fob: Destination Edwards Afb, Ca (2) The Provision At 52.212-1, Instructions To Offerors-commercial Products And Commercial Services, Applies To This Acquisition.all Provisions And Clauses Can Be Viewed In Their Entirety At Acquisition.gov. addendum To Far 52.212-1 Instructions To Offerors Commercial Items offerors Shall Prepare Their Quotations Iaw Far 52.212-1, In Addition The Following Information Shall Be Included: 1. Provide The Following Contractor Information With Your Quote: uei Number: tin Number: cage Code: contractor Name: payment Terms (net30) Or Discount: point Of Contact And Phone Number: email Address: fob (destination Or Origin): warranty (if Applicable) date Offer Expires 2. The Provision At 52.212-2, Evaluation-commercial Products And Commercial Services Applies To This Acquisition. addendum To 52.212-2, Evaluation – Commercial Items. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. any Resulting Contract Of This Rfq Will Be Awarded As Firm Fixed-price. Quotes Will Be Evaluated To Determine Best Value. Price, Features Of The Supply, Delivery Terms, And Warranty Terms Are All Factors To Be Considered When Determining Best Value. if Options Are Included, The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). a Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications Commercial Products And Commercial Services, With Its Offer. Completion Of Far 52.212-3 Electronically At Sam.gov Is Acceptable. the Clause At 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (dec 2022), Applies To This Acquisition. the Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (jun 2023), Applies To This Acquisition. the Following Clauses Cited In Far 52.212-5 Apply To This Acquisition: far 52.203-6 Restrictions On Subcontractor Sales To The Government (nov 2021), With Alternate I far 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) far 52.204-23 Prohibition On Contracting Or Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (dec 2023 far 52.204-25 Prohibition Of Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) far 52.204-27 Prohibition On A Bytedance Covered Application (june 2023) far 52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (jan 2025) far 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) far 52.219-4 Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) far 52.219-6 Notice Of Total Small Business Set-aside (nov 2020) far 52.219-8 Utilization Of Small Business Concerns (jan 2025) far 52.219-28 Post Award Small Business Program Representation (jan 2025) far 52.222-3 Convict Labor (june 2003) far 52.222-35 Equal Opportunity For Veterans (oct 2020) far 52.222-36 Equal Opportunity For Workers With Disabilities (jul 2020) far 52.222-37 Employment Reports On Veterans (jun 2020) far 52.222-40 Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) far 52.222-50 Combating Trafficking In Persons Alternate I (mar 2015) far 52.223-20 Aerosols (may 2024) far 52.223-23 Sustainable Products And Services (may 2024) far 52.232-33 Payment By Electronic Funds Transfer—system For Award Management (oct 2018) far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023) far 52.233-3 Protest After Award (aug 1996) far 52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004) (xiii) Additional Contract Requirement Or Terms And Conditions: The Following Is A Contemplated List Of Provisions/clauses; The Final List Of Clauses Is Dependent Upon Actual Dollar Value Of The Contract Award And May Change From The List Provided Below. solicitation Provisions far 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment far 52.204-26 Covered Telecommunications Equipment Or Services Representations (oct 2020) far 52.209-7 Information Regarding Responsibility Matters (oct 2018) far 52.212-2 Evaluation—commercial Products And Commercial Services (nov 2021) dfars 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (nov 2011) dfars 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016) dfars 252.204-7016 Covered Defense Telecommunications Equipment Or Services Representation (dec 2019) dfars 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021) dfars 252.215-7008 Only One Offer (oct 2022) dfars 252.225-7000 Buy American Statute-balance Of Payments Program Certificate (feb 2024) dfars 252.225-7031 Secondary Arab Boycott Of Israel (jun 2005) dfars 252.225-7050 Disclosure Of Ownership Or Control By The Government Of A Country That Is A State Sponsor Of Terrorism (dec 2018) additional Contract Clauses far 52.203-3 Gratuities (apr 1984) far 52.204-13 System For Award Management Maintenance (oct 2018) far 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020) far 52.217-2 Cancellation Under Multi-year Contracts (oct 1997) far 52.223-5 Pollution Prevention And Right-to-know Information (may 2024) far 52-228-5 Insurance-work On A Government Installation (jan 1997) dfars 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022) dfars 252.204-7003 Control Of Government Personnel Work Product (apr 92) dfars 252.204-7004 Antiterrorism Awareness Training For Contractors (jan 2023) dfars 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Information (jan 2023) dfars 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) dfars 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) dfars 252.204-7020 Nist Sp 800-171 Dod Assessment Requirements (nov 2023) dfars 252.211-7003 Item Unique Identification And Valuation (jan 2023) dfars 252.225-7048 Export-controlled Items dfars 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023) dfars 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) dfars 252.232-7006 Wide Area Workflow Payment Instructions (jan 2023) dfars 252.232-7010 Levies On Contract Payments (dec 2006) dfars 252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel (jan 2023) dfars 252.239-7000 Protection Against Compromising Emanations (oct 2019) dfars 252.239-7010 Cloud Computing Services (jan 2023) dfars 252.239-7018 Supply Chain Risk (dec 2022) dfars 252.243-7002 Requests For Equitable Adjustment (dec 2022) dfars 252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023) dfars 252.246-7003 Notification Of Potential Safety Issues (jan 2023) (xiv) Defense Priorities And Allocation System (dpas): N/a (xv) Proposal Submission Information: offers Are Due By 21 March 2025 At 10:00 Am Pacific Savings Time (pst). Offers Must Be Sent To Willie Toles At Willie.toles@us.af.mil And Norman Mackie At Norman.mackie.1@us.af.mil Via Electronic Mail.no Late Submissions Will Be Accepted. please Submit Any Questions Regarding This Solicitation, In Writing To The Poc Email Listed Below.questions Regarding This Solicitation Are Due 13 March 2025 On Or Before 2:00 Pm Pacific Savings Time (pst). (xvi) For Additional Information Regarding This Solicitation Contact: primary Point Of Contact: contract Specialist Willie Toleswillie.toles@us.af.mil secondary Point Of Contact: contracting Officer Norman Mackienorman.mackie.1@us.af.mil
Closing Date21 Mar 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Building Construction
United States
Details: Sources Sought Notice sources Sought Notice page 12 Of 12 sources Sought Notice *= Required Field sources Sought Notice page 1 Of 12 this Announcement Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. the Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project 528a5-24-504, Project Upgrade Buildings 7&8 Electric Room At The Canandaigua Vamc At 400 Fort Hill Ave, Canandaigua Ny 14424. This Project Will Expand The Existing Electrical Rooms On The Ground Floor Of Building 7 And 8, Into Adjacent Spaces And Replace Electrical Components. this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330 And Small Business Size Standard Of $25.5 Million. Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. This Is A 100% Service-disabled Veteran Owned Small Business Set Aside. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before May 20th, 2025 . Potential Contractors Must Be Registered In Sam (www.sam.gov ) And Are Visible/verified/certified As Sdvosb (or Vosb) In Veterans Small Business Certification (https://veterans.certify.sba.gov/ ) At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. in Order To Assure Compliance With Vaar Clauses, 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (nov 2022) And 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022), All Firms Submitting A Sf 330 For This Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation all A/e Firms Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Production And Delivery Of Designs, Plans, Drawings And Specifications Shall Not Exceed Six (6) Percent Of The Estimate Cost Of Construction. Other A-e Fees Are Not Included In The Six (6) Percent. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action. exsisting Conditions: the Canandaigua Vamc Is Located At 400 Fort Hill Avenue, Canandaigua, Ny 14424. Building 7 And 8 Are Two Of The Main Campus Structures And Contains Sensitive Programming Including Clc S With In-patient Care. The Existing Electrical Rooms Are Insufficient In Size And Does Not Meet Current Codes/standards As Set By The Va. The Adjacent Spaces To These Electrical Rooms Consist Of Available Space For Expansion. All Electrical Equipment Shall Be Replaced Unless Otherwise Directed By The Va And All Building Services Shall Placed On Emergency Power. All Proposed Equipment Shall Meet Current Va Standards And Codes. scope Of Service Required 1. Provide Investigative, Schematic, And Design Development Services, Production Of Construction Documents, Working Drawings, Specifications, And Cost Estimates, And Perform Construction Administration Including Shop Drawing And Submittal Review As Required To Complete The Work And As Per The Architect/engineer (a/e) Required Deliverables. The A/e Firm Shall Analyze The Existing Conditions And Working With The Medical Center Staff Develop Various Proposals To Meet The Project Intent. Develop Accepted Proposal Into A Final Design And Cost Estimate To Best Suit The Needs And Constraints Of The Government, While Incorporating Vamc Canandaigua Engineering Services, Va Network 2, Or Any Other Government Comments. 2. Provide For Necessary Design For Utility Connections, Alternative Power, Phasing, And Support For Building Operations Through Construction With Minimal Interruptions. 3. Perform Load Test On Existing Generator And Emergency Power System To Confirm Existing Supply Will Support Additional Loads. 4. Provide An Independent Analysis To Locate Any Underground Or Hidden Utilities For Inclusion In The Design If Applicable, To Confirm Viability Of Planned Excavations Or Demolitions Of To Support Design Objectives. Such Analysis May Include Ground Penetrating Radar, Review Of Existing Va Documentation Or Other Viable Options To Verify These Utilities. 5. Attend All Design Review Meetings And Make All Necessary Site Visits During Design Phases To Gather Information Necessary From The Existing Site Conditions, Building Plans, Utility Plans, Etc. To Provide A Complete Assessment Of The Proposed Work. The Proposal Shall Include An Identified Number Of Visits. The Va Shall Provide Access To Hardcopy/electronic Files. The A/e Firm Shall Perform All Searches Of The Files For Any Required Reference Materials To Support Design Efforts. Limited Digital Drawings Are Available. 6. Attend Pre-bid Job Walk And Provide All Engineering Responses To Questions Asked By Potential Bidders And Issue Addendum When Necessary. 7. All Work Shall Be In Accordance With All Applicable Codes In The Department Of Veteran Affairs (va) Design Manuals And Va Publications (master Construction Specifications, Construction Standards, National Fire Protection Association (nfpa), Underwriters Laboratory, International Building Code Ibc, National Electric Code (nec), Building Codes And Standards, And Va Information Security Handbook 6500.6, Etc.) 8. All Work Containing Hazardous Materials Shall Be In Accordance With New York State Code Rule 56 Regarding Asbestos And Other Hazardous Materials, Ahera Regulations 40 Cfr Part 763.86, 763,87, And Osha 1926.1101(k)(1). 9. All Submissions Shall Include Physical And Digital Submissions Of Drawings And Specifications. 10. All Drawings Shall Be Submitted At Architectural E1 (30 X 42 ) For Full Sized Sets And Architectural C (18 X 24 ) For Half Sized Sets. All Sets Shall Be Bound. 11. All Cad Submissions Shall Be Provided In Autocad 2017 Unless Discussed Otherwise. Revit Models Shall Also Be Submitted In Addition To Cad Documents If Created. 12. The Autodesk Build Construction Management Platform (autodesk Construction Cloud Acc) Will Be Used For Information Sharing And Project Management Through The Design And Construction Phases. This Software Is Provided By The Va At No Additional Cost To The A/e. a. Platform Training Will Be Provided By The Va And Is Required By All Parties To Access. b. The A/e Shall, Upon Award, Provide A Comprehensive List Of Project Staff Who Will Need Access To Acc Including: i. Full Name ii. Company Name iii. Email Address iv. Role/position On The Project c. Completion Certificates Of Training By All Members Of The Team Shall Be Provided To The Cor Within 12 Calendar Days. d. Additional Members Can Be Added At Any Time Upon Written Request To The Cor. e. Acc Shall Be Used For All Digital Submissions, Official Project Correspondence, Submittals, Rfis, Schedules, Actionable Tasks, Photos, Surveys, Reports, Inspections, Etc. 13. Provide Design, Construction, And Post-construction Services As Listed Below. a Full Scope Of Services Including The Deliverables Will Be Included In The Formal Solicitation After A Review Of The Sf330s. Location canandaigua Vamc. 400 Fort Hill Avenue Canandaigua, Ny 14424 cost Range estimated Construction Cost Range: Between $5,000,000 And $10,000,000. type Of Contract Contemplated the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract. design Completion Period: The Department Of Veterans Affairs Requires Design And Contract Support Services. The A/e Shall Deliver 100% Bid Documents In 220 Calendar Days From The Notice To Proceed (ntp). selection Criteria Descriptions the Selection Criteria Descriptions Are Provided Below. professional Qualifications Necessary For Satisfactory Performance Of Required Services. offerors Will Be Evaluated In Terms Of The Qualifications, Competence And Experience Of The Key Personnel And Technical Team Proposed To Accomplish This Work. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Provide A Balanced Licensed And Or Certified Workforce In The Following Disciplines Architecture, Structural, Mechanical, Electrical, Interior Design, Environmental Services And Fire Protection Engineering As Needed. The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. submission Requirements: Provide Resumes For All Proposed Key Personnel. Resumes Are Limited To One Page Each And Should Cite Project Specific Experience And Indicate Proposed Role In This Contract. Provide Professional Registration, Certification, Licensure And/or Accreditation. Indicate Participation Of Key Personnel In Example Projects In The Sf-330 Part 1 Section G. (2) Specialized Experience And Technical Competence specialized Experience And Technical Competence Required For This Specific Project, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. offerors Will Be Evaluated On Specialized Experience And Technical Competence In The Performance Of Services Similar To Those Anticipated Under This Contract With Regard To: experience With Design Of Inpatient Medical Care Facilities. experience With Design Of Multifunctional Offices. experience With Specialized Hvac And Electrical Distribution Systems Design For Healthcare Facilities; experience In Providing Post Construction Award Services (shop Drawing Review, As-built Drawing And Quality Assurance Plan (qap) Preparation, Construction Inspection Services, And Operating And Maintenance Manuals). experience With Government Designs And Construction. experience With Extensive Site Survey Skills submission Requirements: Provide Up To Five (5) Projects Completed Or Substantially Completed Within The Past Five (5) Years That Best Illustrate Specialized Experience Of The Proposed Team In The Areas Outlined Above And The Scope Of Work Of The Project. Example Projects Shall Note Project S Square Footage. All Projects Provided In The Sf-330 Must Be Completed By The Office/branch/regional Office/individual Team Member Actually Proposed To Manage And/or Perform Work Under This Contract. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf-330 Part 1, Section F Item 25 Firms From Section C Involved In This Project, Block (1). Include A Contract Number Or Project Identification Number In Block 21. Include An E-mail Address, And Phone Number For The Point Of Contact In Block 23(c). Include In The Project Description The Contract Period Of Performance, Award Contract Value, Current Contract Value, A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. If The Contractor Served As A Subcontractor On A Project, Indicate The Value Of The Work They Provided Towards The Performance Of The Overall Project. If A Project Was Performed By A Joint Venture, And Not All Joint Venture Partners Are On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Actually Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project, Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration. note: If The Offeror Is A Joint Venture, Information Should Be Submitted As A Joint Venture; However, If There Is No Information For The Joint Venture, Information Should Be Submitted For Either Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For This Criterion. Projects Shall Be Submitted On The Sf-330. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not List An Idiq Contract As An Example Of A Completed Project. Instead, List Relevant Completed Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower. all Information For Criterion 1 Should Be Submitted In Part 1, Section F Of The Sf-330. The Government Will Not Consider Information Submitted In Addition To Part 1, Section F In Evaluating Criterion 1. (3) Capacity this Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time. submission Requirements: Describe The Firm S Ability To Concurrently Perform And Manage Multiple Projects In Different Locations To Meet Aggressive Schedules, Multiple Disciplines, And Control Costs And The Firm S Capacity To Accomplish Multiple Projects Simultaneously. the General Workload And Staffing Capacity Of The Design Office Will Be Evaluated. list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms Office. ii. Indicate The Firms Present Workload And The Availability Of The Project Team (including Sub-consultants) For The Specified Contract Performance Period; iii. Describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates (4) Past Performance: Visn2 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm. i. Recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Sources Sought, Except Those Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought. ii. Relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope Within A Va Hospital Setting In Relation To The Type Of Projects Anticipated Under The Resultant Contracts. respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation. submission Requirements: Submit A Completed Cpars/acass Evaluation For Each Project Under Criterion 1. If There Is Not A Completed Cpars/acass Evaluation, The Past Performance Questionnaire (ppq) Included In This Notice Is Provided For The Offeror Or Its Team Members To Submit To The Client For Each Project The Offeror Includes Under Criterion 1. An Offeror Shall Not Submit A Ppq When A Completed Cpars/acass Is Available. If A Cpars/acass Evaluation Is Not Available, Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Completed Ppqs Should Be Submitted With Your Sf-330. If The Offeror Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Offerors Should Complete And Submit With Their Responses The First Page Of The Ppq (attachment), Which Will Provide Contract And Client Information For The Respective Project(s). Offerors May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) As Long As It Is On The Same Form As Posted With This Synopsis. Offerors Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. If Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Network Contracting Office 2 Attn: Amanda Baumler Via Email At Amanda.baumler@va.gov Prior To The Response Date. Offerors Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other A/e Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation. (5) Location: Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project iv. To Be Rated Acceptable For This Evaluation Factor, The A/e Firm Must Be Within 450 Miles From The Prime Contractor S Main Office Or Official Satellite Office To The Canandaigua Vamc At 400 Fort Hills Avenue. Canandaigua, Ny 14424. v. This Distance Is Determined According To Http://maps.google.com/ vi. This Factor Evaluates The Distance The Ae Firm's Design Office Or Official Satellite Office(s) From The Location Of Work (va Medical Center). Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed In Iv. Above. submission Requirements: Indicate Firms/teams Location, Including Main Offices, Branch Offices And Any Subconsultants Offices And Demonstrate How This Will Be Advantageous To The Government. (6) Veteran Owned: The Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. (7) Construction Period Services: Experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. (8) Experience Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. submission Requirements: Offerors Shall Submit Evidence Of Individuals Experience And Qualifications In Their Respective Fields. Additionally, Documentation Must Be Provided To Show These Individuals Have Worked Together As A Team On Previous Projects And Their Role. (completing Sections E, F, And G, On The Sf-330 Meets The Documentation Requirement). Furthermore, Offerors Shall Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable. (9) Reputation Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. submission Requirements: Offerors Shall Provide Documentation (awards, Certificates, Publications, Commendations From Within The Community) As Evidence Of Reputation And Standing Of Its Firm. (10) - Claims - Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services. Offerors With Substantiated Claims Against The Firm As A Result Of Improper Architectural And Engineering Services Provided In The Last Three (3) Years. submission Requirements: Records And Any Other Documentation Of Substantiated Claims Highlighting Improper Or Incomplete Architectural Engineering Services Against The Firm Within The Last Three (3) Years. The Sf-330 Shall Contain A Statement Affirming That There Are No Records Of Significant Claims Because Of Improper Or Incomplete Architectural And Engineering Services. please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Ten (10) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. evaluation Scoring evaluation Factors 1, 2, 3, 5, 8, 9 And 10 Will Be Evaluated Using The Following Adjectival Ratings As Follows: outstanding: Proposal Meets Requirements And Indicates An Exceptional Approach And Understanding Of The Requirements. Strengths Far Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Very Low. good: Proposal Meets Requirements And Indicates A Thorough Approach And Understanding Of The Requirements. Proposal Contains Strengths Which Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Low. acceptable: Proposal Meets Requirements And Indicates An Adequate Approach And Understanding Of The Requirements. Strengths And Weaknesses Are Offsetting Or Will Have Little Or No Impact On Contract Performance. Risk Of Unsuccessful Performance Is Moderate. marginal: Proposal Does Not Clearly Meet Requirements And Has Not Demonstrated An Adequate Approach And Understanding Of The Requirements. The Proposal Has One Or More Weaknesses Which Are Not Offset By Strengths. Risk Of Unsuccessful Performance Is High. unacceptable: Proposal Does Not Meet Requirements And Contains One Or More Deficiencies. Proposal Is Not Awardable. The Firm S Proposal Demonstrates A Misunderstanding Of The Requirement And The Approach Fails To Meet Performance Standards. The Firm S Proposal Has Major Omissions And Inadequate Details To Assure Evaluators That The Offeror Has An Understanding Of Requirement. the Ratings Identified Below Were Used In The Evaluation Of Past Performance (criterion 4): substantial Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A High Expectation That The Offeror Will Successfully Perform The Required Effort. No Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract. satisfactory Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A Reasonable Expectation That The Offeror Will Successfully Perform The Required Effort. Little Doubt Exists Based On The Offeror S Past Performance That They Could Satisfy The Requirements Of The Contract. unknown Confidence (neutral): No Recent/relevant Performance Record Is Available Or The Offeror S Performance Record Is So Sparse That No Meaningful Confidence Assessment Rating Can Be Reasonably Assigned. limited Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectation That The Offeror Will Be Able To Successfully Perform The Required Effort. Some Doubt Exists Based On Past Performance That They Could Satisfy The Terms And Conditions Of The Contract. no Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectations That The Offeror Will Be Able To Successfully Perform The Required Effort. Significant Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract. limitations 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) (a) 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 (see Vaar802.101, 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 Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And (v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (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)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b) General. (1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb 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) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70. (d) Agreement. 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 In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (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 Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. 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 Not Vip-listed Sdvosbs (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) Supplies/products. (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 Not Vip-listed Sdvosbs. 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 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. 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 Not Vip-listed Sdvosbs. (4) Special Trade Construction Contractors. 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 Not Vip-listed Sdvosbs. (5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip 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) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: _x_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) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. 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) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 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 (see Vaar 809.406-2 Causes For Debarment). submission Requirements: unless Paper Offers Are Specifically Authorized In An Individual Solicitation, All Responses To Solicitations Must Be Submitted Electronically As Described Below. Responses Submitted In A Paper Form Are Unacceptable. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award Due To Noncompliance With The Submission Requirements. email Submission Requirements Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) To Amanda.baumler@va.gov No Later Than 10am, Eastern Standard Time (est) On Tuesday, January 21st 2025 Submittals Received After The Date And Time Identified Will Not Be Considered. The Submittal Will Be Date And Time Stamped By The Microsoft Email System And Will Be The Official Record Of Receipt For The Submission. All Sf 330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Solicitation Number And Project Number And Title (abbreviated And Shortened Is Okay). Submission Is To Be No More Than A Total Of Fifty (50) Pages; Size Of Emails Is Not To Exceed 10 Megabytes (mb). If More Than One Email Is Sent, Please Number Emails In Subject Line As 1 Of 2, 2 Of 2 Etc. all Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: 1. Cover Page With Solicitation Number, Project Number And Title 2. Table Of Contents 3. Copy Of Valid State Registration For Each Lead Designer 4. Copy Of Current Https://veterans.certify.sba.gov/ Sdvosb/vosb Certification 5. Duns Number 6. Cage Code 7. Tax Id Number 8. Email Address And Phone Number (including The Area Code) Of The Primary Point Of Contact.
Closing Date21 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Details: Request For Sf330 1. Introduction: This Is A Total 100% Service-disabled Veteran-owned Small Business (sdvosb) Set-aside In Accordance With Public Law 109-461. This Is A Request For Sf330s For Architect/engineer (a/e) Design Services For Project Number 541-25-504, A/e Design Replace Rehab Medicine Ahu At The Louis P. Stokes Cleveland Va Medical Center, 10701 East Boulevard, Cleveland, Oh 44106. this Announcement Is Not A Request For Proposal. No Solicitation Package Will Be Issued Via Sam.gov. A Request For Proposal Will Be Issued Directly To The Most Preferred Firm For Which Negotiations Will Commence In Accordance With Far Subpart 36.6. The Anticipated A/e Design Services, To Be Awarded, Will Be Procured In Accordance With The Selection Of Architects And Engineers Act (public Law 92- 582), Federal Acquisition Regulation Subpart 36.6, And Va Acquisition Regulation Subpart 836.6. 2. Description: The Ae Firm Shall Provide All Programming, Design Submissions, Site Investigation/field Verification Services, Asbestos Testing, Construction Documents, Technical Specifications, Cost Estimates, Reports, And Construction Administration Services For The Project A/e Replace Rehab Medicine Ahu, Located On The Louis P. Stokes Cleveland Veterans Affairs Medical Center, 10701 East Boulevard, Cleveland, Oh 44106. see Attached Statement Of Work For Further Requirements period Of Performance: 133 Calendar Days After Contractor’s Receipt Of Notice To Proceed contract Type: Firm-fixed-price estimated Magnitude Of Construction: Between $25,000 And $100,000 (see Far 36.204) naics Code: 541330 size Standard: $25.5 Million 3. Dsbs & Sam: In Accordance With Vaar 819.7003(b) (deviation), At The Time Of Offer/quotes (sf330 Submission), And At The Time Of Award Of Any Contract, The Offeror Must Represent To The Contracting Officer That It Is A – (1) Sdvosb Eligible Firm; (2) Small Business Concern Under The North American Industry Classification System (naics) Code Assigned To The Acquisition; And (3) Deviation – [certified] Sdvosb/vosb [listed In] The [sba Certification Database (aka Dsbs) At Dynamic Small Business Search (see 13 Cfr 128)] if Registration Is Required, Visit Dynamic Small Business Search. additionally, All Eligible Firms Must Be Registered And Current In The System For Award Management (sam) Database In Order To Be Evaluated And Eligible For Contract Award. If The Firm Is Not Registered In Sam, You May Register Online At Https://www.sam.gov. 4. Evaluation Factors: Selection Criteria Will Be Based On The Following Factors, In Descending Order Of Importance, In Accordance With Far 36.602-1: The Government Will Award A Firm-fixed Price Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforms To The Solicitation And Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: a. Experience And Technical Competence (30% Weighting) b. Professional Qualifications (20% Weighting) c. Firm’s Capacity (20% Weighting) d. Past Performance (20% Weighting) e. Geographic Location (5% Weighting) f. Extent Of Participation As Subcontractors (5% Weighting) the Government Will Evaluate Information Based On The Evaluation Procedures Authorized In Far 36.602-1, Selection Criteria, And Vaam 836.602-1, Selection Criteria, Using The Following Evaluation Criteria: firms Responding To This Notice Shall Do So Using Standard Form 330 (sf-330) And Will Be Evaluated And Ranked Using The Selection Criteria Listed Below. The Evaluation Factors Are To Be Addressed In Section H Of The Sf-330 Unless Otherwise Detailed Below. The Evaluation Will Consider How Each Factor Is Addressed To Coincide With The Selection Criteria. The Factors Are Individually Weighted As Indicated. a. Specialized Experience And Technical Competence (30% Weighting) work Shall Include Programming, Design Submissions, Site Investigation/ Field Verification, Asbestos Testing, Construction Documents, Technical Specifications, Cost Estimates, Reports, System Integrator Services And Construction Administration Services. Include Government And Private Sector Experience On Projects Similar In Size, Scope And Complexity And Experience With Project Phasing To Maintain Hospital Operations During Construction. The Evaluation Will Consider The Management Approach, Coordination Of Disciplines And Subcontractors, Quality Control Procedures, Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On Relevant Projects And Familiarity With Va Design Guides/ Manuals, Master Specifications, And Other Applicable Standards. demonstrate Experience And Competence With Comparable Air-handling Unit Replacement Projects That: a. Identified Suitable Rooftop Air Handling Unit To Meet Space Temperature/ Dehumidification Requirements For An Existing Patient Care Area. b. Provided Sequence Of Operations, I/o Points List, And Controls Drawings. c. Integrated Controls With Existing Building Management System To Include Similar Graphics/controls As Other Facility Ahus. d. Used A Master Systems Integrator (msi). e. Performed Construction Period Services, Including: • Professional Field Inspections During The Construction Period. • Review Of Construction Submittals. • Support In Answering Requests For Information During The Construction Period. • Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates. submit At Least Three But No More Than Five Projects Completed Within The Last Five Years: • Project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e., Prime Contractor, Teaming Partner, Or Subcontractor • Project Owner, Owner’s Point Of Contact Including Telephone Number And Email Addresses • Services & Deliverables Provided Under The Contract/ Task Order • Period Of Performance, Including Start And Completion Dates • Total Dollar Value Of The Project provide The Project Title, Location, And Brief Work Description, Including: a. Strategy Used To Identify Replacement Air Handing Unit That Met Project Requirements. b. Project Area Use And Square Footage. c. Contracting Method, Including Start And Completion Dates (original Vs. Actual) For Completed Work. d. Prime Contractor, Major Subcontractors, Contractor Team Arrangements. the Submitted Projects Will Be Used To Evaluate The Specialized Experience And Technical Competence Of The Architect-engineer. offeror Shall Provide A Summary Page Of Its Recent And Relevant Specialized Experience And Technical Competence Which Is Similar In Size, Scope, And Magnitude To This Requirement.“relevant” Is Defined As Those Task Requirements Identified In The Rfp’s Scope Of Work. “recent” Is Defined As Services Provided Within The Past Five (5) Years. b. Professional Qualifications (20% Weighting) Necessary For Satisfactory Performance Of Required Service. provide Resumes Of Key Personnel To Demonstrate Relevant Qualifications And Experience. the Resumes Shall Include: a. Name Of The Individual, Company Position, Years With The Company. b. Air Handling Unit Work Experience, Certifications, And Educational Background. c. Tasks To Be Assigned On This Project. the Submitted Resumes Will Be Used To Evaluate The Professional Qualifications Of The Architect-engineer. The Architects And Engineers On The Firm’s Staff Representing The Project Of Signing/stamping Drawings In Each Discipline Must Possess A Minimum Of Five (5) Years Of Experience And Are Required To Be Licensed, Registered, Or Certified By A Us State, The District Of Columbia, Or A Us Territory. Provide Professional License Jurisdiction Of Issue And License Numbers And/ Or Proof Of Licensure. at A Minimum, The Offeror Shall Describe The Professional Qualifications Of Project Team And Have Not Less Than Five (5) Years Of Experience In The Required Disciplines. Disciplines Required For This Project Include, But Are Not Limited To: Architectural, Structural, Civil, Landscape, Electrical, Mechanical, Plumbing, Fire Protection, Industrial Hygiene, Life-safety, Technology, Cost Estimation, Project Management, Construction Administration Services. The Evaluation Will Consider Education, Certifications, Training, Registration, Overall And Relevant Experience, Longevity With The Firm And History Of Working With Other Members Of The Team. c. Firm’s Capacity (20% Weighting) To Accomplish Work In The Required Time. identify Main Disciplines And Tasks For The Project. provide Quantity And Availability Of Key Personnel In These Disciplines For The Project. the Submitted Information Will Be Used To Evaluate The Ability To Meet The Project Schedule. the Evaluation Will Consider The Firms Number Of Current Contracts, The Firms Plan And Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Personnel In Key Disciplines In Order To Determine Their Capacity To Complete The Project Work. Describe The Firm’s Ability To Accomplish The Work In The Required Time, Including Existing Workload From All Private And Public Clients And Awards Of Similar Type To This Project That May Limit The Ae’s Capacity To Perform The Project Work Expeditiously. d. Past Performance (20% Weighting) On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Cpars Data Or Ppqs (if No Cpars Data Is Available) Must Be Provided For Projects Submitted Under Factor 1 (specialized Experience). Government Past Performance Information Systems May Be Accessed. Evaluating Past Performance And Experience May Include Information Provided By The Firm, Recommendation Letters, Customer Inquiries, Government Databases, And Publicly Available Sources. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. provide A Summary Description Of At Least Three But No More Than Five Prior Projects Completed Within The Last Five Years Of Comparable Scope, Size, And Complexity, Including: A. Contract Number, Brief Description Of The Project, Type Of Contract, Amount Of The Contract. B. Name, Phone Number, E-mail Address For Contracting Officer/contracting Officer Representative. C. Performance Reviews And Ratings. the Submitted Past Performance Will Be Used To Evaluate The Ability To Successfully Perform The Scope Of Work. items To Be Evaluated Include Quality Of Services And Staying On Schedule With Deliverables. The Government Reserves The Right To Also Evaluate Past Performance On Previously Awarded Federal Task Orders And Any Other Information Available. note: We Recommend You Contact Every Reference Listed And Let Them Know We May Contact Them For Information. Their Timely Replies Would Be Appreciated. e. Geographic Location (5% Weighting) It Is Important That The Offerors Be Responsive In A Timely Manner To Being Onsite To Support This Project. Offerors Shall Provide The Travel Time That The Prime Contractor And Each Of Their Subconsultants That Need To Be Onsite Are Away From The Louis Stokes Cleveland Va Medical Center By Car And Air (if Applicable). The Sseb Will Evaluate The Lowest Aggregate Time From Each Offeror Divided By The Total Number Of Prime/ Subcontractors To Arrive At An Average Travel Time For That Offeror. The Sseb Will Then Rank The Average Travel Time From Each Offer From The Lowest To Highest (the Lower The Time, The Better The Ranking). provide: A. Primary Means Of Travel (car, Plane, Etc.). B. Length Of Time (in Hours) Between Departure From Architect-engineer Office To Arrival At Project Location. the Submitted Information Will Be Used To Evaluate Physical Response Time To The Louis Stokes Cleveland Va Medical Center. f. Extent Of Participation As Subcontractors Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses (5% Weighting) provide A Percentage Of The Total Estimated Effort That Will Be Used To Select Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors On This Project. the Submitted Information Will Be Used To Evaluate Small Business Subcontractor Participation For This Project: a. Sdvosb Shall Be Given Greatest Preference. b. Vosb Shall Be Given Great Preference. c. All Other Small Businesses To Be Preferred. please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Evaluation Factors Above In Order To Rank Interested And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part Ia To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. additionally, Keep In Mind The Submission Requirement Restrictions Outlined In #8 Below When Addressing Evaluation Factors. 5. Selection Process: In Accordance With Far 36.6, Sf330s Will Be Evaluated By The Evaluation Board Using The Evaluation Factors Identified In This Announcement. After Sf330s Have Been Evaluated, Discussions/interviews Will Be Held With At Least Three Of The Most Highly Qualified Firms. After Discussions Have Concluded, The Evaluation Board Will Evaluate The Qualifications Of The Firms Using The Same Evaluation Factors, Taking Into Consideration Both The Sf330 Submission And Subsequent Discussions, To Select The Most Preferred Firm From The Firms Considered To Be The Most Highly Qualified. Please Note That The Assigned Values For The Above Factors May Be Adjusted After Discussions As Allowed Under Vaam 836.602-1, Selection Criteria. Negotiations Will Then Begin With The Most Preferred Firm. 6. Limits On Subcontracting: In Accordance With Vaar 852.219-73 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside Under 852.219-73(d)(1)(5), It States: (1) Services. 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 Not Certified Sdvosbs Listed In The Sba Certification Database (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. (5) Subcontracting. An Sdvosb Subcontractor Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Certified And Listed In The Sba Certification Database 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. 7. Submission Requirements: Interested And Eligible Firms Should Submit Their Current Sf330 As Follows: 1) One (1) Electronic Pdf Copy Via E-mail: a. See Attachments For Procedures (i.e., Ecms Getting Started Guide For Vendors & Ecms Vendors_guide_v4_2); b. Size Limitation Is 20mb; the Sf330s Are Due On Thursday, 5 June 2025, At 3pm Est. acceptable Electronic Formats (software) For Submission Of Sf330 Packages: (a) Files Readable Using The Current Adobe Portable Document Format (pdf); (b) Files In Adobe* Pdf Files: When Scanning Documents Scanner Resolution Should Be Set To 200 Dots Per Inch, Or Greater; (c) Sf330s Shall Be Provided On Standard Letter Size 8-1/2 By 11-inch Paper, Limited To A Maximum Of Seventy-five (75), Single-sided, Single-spaced, And Numbered Pages. If More Than Seventy-five (75) Single-sided Pages Are Submitted, All Pages After Seventy-five (75) Pages Will Not Be Evaluated. The Font For Text Shall Be Times New Roman 12-point Or Larger; (d) Please Note That We Can No Longer Accept .zip Files Due To Increasing Security Concerns. the Sf330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top, Type In Sf330 In The “find A Form” Block And Click On Search. 8. No Fax Or Telephonic Responses Will Be Accepted: Personal Visits For Discussing This Announcement Will Not Be Entertained Or Scheduled. Questions May Be Directed Only By E-mail To Stanley.burdine@va.gov. 9. Va Primary Point Of Contact: - Stanley Burdine - Contract Specialist - Email: Stanley.burdine@va.gov
Closing Date5 Jun 2025
Tender AmountRefer Documents 

BARANGAY ALANIB,LANTAPAN, BUKIDNON Tender

Others
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Procurement Of Goods Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..8 Section Ii. Instructions To Bidders…………………………………………...12 1. Scope Of Bid ………………………………………………………………………. 8 2. Funding Information………………………………………………………………. 13 3. Bidding Requirements ……………………………………………………………. 13 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 13 5. Eligible Bidders…………………………………………………………………… 13 6. Origin Of Goods ………………………………………………………………….. 15 7. Subcontracts ……………………………………………………………………… 15 8. Pre-bid Conference ………………………………………………………………. 15 9. Clarification And Amendment Of Bidding Documents …………………………… 15 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 15 11. Documents Comprising The Bid: Financial Component …………………………... 16 12. Bid Prices …………………………………………………………………………. 16 13. Bid And Payment Currencies ……………………………………………………… 17 14. Bid Security ………………………………………………………………………. 17 15. Sealing And Marking Of Bids ……………………………………………………… 17 16. Deadline For Submission Of Bids …………………………………………………. 18 17. Opening And Preliminary Examination Of Bids ………………………………….. 18 18. Domestic Preference ……………………………………………………………… 18 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 18 20. Post-qualification ………………………………………………………………… 19 21. Signing Of The Contract …………………………………………………………… 19 Section Iii. Bid Data Sheet …………………………………………………..20 Section Iv. General Conditions Of Contract ……………………...………..22 1. Scope Of Contract ………………………………………………………………… 23 2. Advance Payment And Terms Of Payment ……………………………………….. 23 3. Performance Security ……………………………………………………………. 23 4. Inspection And Tests ……………………………………………………………… 23 5. Warranty …………………………………………………………………………. 24 6. Liability Of The Supplier ………………………………………………………….. 24 Section V. Special Conditions Of Contract ………………………………….25 Section Vi. Schedule Of Requirements ……………………………………....30 Section Vii. Technical Specifications …………………………………………31 Section Viii. Checklist Of Technical And Financial Documents …………..34 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Purchase & Installation Of Office Aircondition (1st Bid) 1. The Local Government Unit Of Lantapan, Through The Capital Outlay Cy 2019 And Supplemental Budget 2024 Intends To Apply The Sum Of (php 200,000.00) Being The Abc To Payments Under The Contract Purchase And Installation Of Office Air-condition Itb # 2025-01-22-001 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 15 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 January 22, 2025 To January 29, 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 _____ At _____which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 1st Floor, Barangay Alanib, Lantapan, Bukidnon, On Or Before 9:45 A.m (philippine Standard Time) On January 29, 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 January 29, 2025 At 10:00 O’clock A.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: Lani D. Arida Bac Secretariat Bac Office, 1/f Barangay Alanib Purok 3, Alanib, Lantapan Bukidnon, Philippines Email Add: Lanialbertodevibar45@gmailcom.ph 13. You May Visit The Following Website/s: Lantapan.gov.ph For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: January 22, 2025 Celestino M. Alob Barangay Alanib/bac Chairperson Reference No.: Itb # 2025-01-22-001 Name Of Project: Purchase & Installation Of Office Air-condition Location Of Delivery: Bgu-alanib, Lantapan, Bukidnon Abc: Php 200,000.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 2.5tr ( 3.0hp)floor Mounted Inverter Model: 28tcfs/ji Cooling Capacity: 28,000(18,000-30,000) Kjh Heating Capacity:29,000(20,000-31,000)kjh Eer For Cooling3.18 W Power Supply: 220-240 V, 1 Phse/60hz Voltage Range : 165-264 Current: 11 Refrigerants:r32 Self Diagnose: Anti Cold Wind Auto Retart Golden Fin Note: Free Installation Unit 2 Total Total Bid Price In Figure: Total Bid Price In Words: Prepared And Submitted By:
Closing Date29 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)

City Of Bais Tender

Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, Cpicad, Viz: Item Approved Budget For The Contract (abc) J/sor No. 337-24 Php 2,693,025.00 One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, 36 Sets Computer Hardware Delivery Core I5-12400 Processor Motherboard With Built In Wi-fi 8gb Ddr4 Memory ; 512gb Ssd 2.5" 19" Monitor Led Mouse And Keyboard Usb Mousepad With Voltage Regulator 10 Sets Laptop Computer/netbook Delivery Operating System: Genuine Windows 11 Aluminum Lcd Cover-material 14.0-inch Panel Size ; Intel® Uhd Graphics Led Backlit Touch Screen Touch Panel Brightness 300nits Wuxga (1920 X 1200) 16:10 Intel® Core™ I3-1315u Processor 10m Cache, Up To 4.5ghz, 6 Cores) 8gb Ddr5 So-dimm. 512gb M.2 2280 Nvme™ Pcie® 4.0 Ssd Front-facing Camera With Privacy Shutter Wi-fi 6e(802.11ax) (dual Band) 2*2 + Bluetooth® 5.3 Wireless Card Fingerprint Authentication Backlit Chiclet Keyboard 1x Usb 3.2 Gen 2 Type-c Support Power Delivery 2x Usb 3.2 Gen 2 Type-a ; 1x Hdmi 2.1 Tmds 1x Thunderbolt™ 4, Compliant With Usb4, Supports Display / Power Delivery 1x 3.5mm Combo Audio Jack ; 1x Rj45 Gigabit Ethernet Built-in Speaker. Audio By Dirac Us Mil-std 810h Military-grade Standard Built-in Array Microphone ; Battery 50whrs, 3s1p, 3-cell Li-ion Kensington Nano Security Slot™(6x 2.5mm) Bios Booting User Password Protection Bios Setup User Password Hdd User Password Protection And Security Support Absolute Persistence 2.0 (computrace) Trusted Platform Module (tpm) 2.0 Battery Health Charging, Fan Profile, Splendid, Tru2life, Function Key Lock, Wifi Smartconnect, Appdeals Included In The Box Wireless Optical Mouse Reparability Index (for France) 8.0 Ecolabels & Compliances: Epeat Gold, Energy Star 8.0, Fsc Recycled, Reach, Rohs, Tco Certified Warranty: 3years On-site Including Battery And Charger Computer Accessories Delivery 6u Network Data Cabine Apc Ups 650va With Avr 8 Port Gigabit Switch 1000mbps 16-port Gigabit Managed L2 Switch Centralized Wifi Controller Adsl Router With Wifi Ac1200 Wireless Mu-mimo Gigabit Indoor/outdoor Access Point Durable, Weatherproof Enclosure For Outdoor Wi-fi Applications Up To 1200mbps1 With 2×2 Mimo Technology Omada Mesh Technology Enables Wireless Connectivity Between Aps For Extended Range, Making Wireless Deployments More Flexible And Convenient Supports Seamless Roaming To Smooth The Video Playbacks And Voice Calls When Moving Between Locations High Transmission Power And High Gain Antennas Provide A Long-range Coverage Area Cloud Centralized Management For Ultra Convenience And Easy Management Captive Portal Provides A Convenient Method For Guest Authentication Facebook Wi-fi And Sms Authentication Help To Boost Your Business 802.3af/passive Poe (poe Adapter Included) Compatible And Simple Mounting Design Allow For Flexible Deployment And Convenient Installation Webcam Full Hd Usb External Dvd Writer 1tb External Hdd Network External Hdd 1tb 4 Duplex Sheet-fed Document Scanner Duty Cycle Up To 3,000 Pages Per Day Scan Speed Up To 26ppm/52ipm (300dpi) One-pass Duplex Scanning Document Capture Pro Software Scan 50gsm To 209gsm A4 All-in-one Ink Tank Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Borderless Printing Up To 4r A4 Ink Tank Network Printer Print, Scan, Copy With Adf Print Speeds Up To 17ipm For Black And 9.5ipm For Colour Auto-duplex Printing Wi-fi & Wi-fi Direct 2-years Warranty Or 50,000 Pages, Whichever Comes First Powered By Epson Heat-free Technology 32gb Flash Drive Usb Digital Multimeter Lan Cable Tester Furniture And Fixture Delivery Customized U-type Computer Table With Capacity Of 36 Computer Units Working Table Whiteboard With Stand It Materials Delivery Rj-45 Plug Network Accessories: Modular Box Rj-45 Cat6 I/o Port 1 Gang Faceplate Pvc Surface Type Utility Box Raceway Or Slotted Pvc 1.5" X 1.5" X 48" Cat6 Utp Cable Belden/hikvision/dahua 305m Fastener Filer Lead Free Spool Fiber Optic Cable 2meters (terminated) Sc/upc-sc/upc Singlemode Simplex 2 Meters Terms Of Reference Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Title: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Approved Budget For The Contract: Php 2,700,000.00 Bid Validity Period: 120 Days Local Office In Negros Island Safety Officer Required And Should Be Regular Employee Certifcate Of Dealership Sealed And Signed By Microsoft Engineer City Government Of Bais Bais City, Negros Oriental, Region Vii Invitation To Bid Project Name: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Description: This Project Aims To Enchance The Information And Communication Technology (ict) Capabilities Of The Local Government Of Unit (lgu) Of Bais City Through The Comprehensive Supply And Installation Of State-of-the-art Network Infrastructure And Equipment. Located At The Bais Training Center, The Initiative Will Facilitate Efficient Data Gathering And Banking Processes, Supporting The City's Administrative Functions And Service Delivery. This Pertains Aims To The Procurement Of Computer Equipment And Fixtures Specifically Designed To Meet The Needs For Data Gathering And Banking Processes. Please Refer To The Document Titled "conformity With Technical Specifications Bidding Enumerated" As Our Terms Of Reference. The Approved Budget For The Contract Is To Be Taken From Data Gathering And Banking (equipment) 2022, Generation And Maintenance Of Gad Database 2024. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 21, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee
Closing Date4 Feb 2025
Tender AmountPHP 2.6 Million (USD 46 K)

Department Of Agriculture Tender

Automobiles and Auto Parts
Philippines
Details: Description Request For Quotation For The Provision Of Van Rental During The Conduct Of Capability Development Training Batch 2 Of Saad Program … 1. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Through The General Appropriation Act For Cy 2025 Intends To Apply The Sum Of Two Hundred Seventy-four Thousand Pesos (₱274,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Provision Of Van Rental During The Conduct Of Capability Development Training Batch 2 Of Saad Program . 2. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Now Invites Bids All Philgeps Registered Contractors/ Bidders For The Provision Of Van Rental During The Conduct Of Capability Development Training Batch 2 Of Saad Program With The Following Specification: Provision Of Van Rental During The Conduct Of Capability Development Training Batch 2 Of Saad Program 2 Unit Basacdacu, Alburquerque (june 3-4, 2025) @4,400.00 Unit Cost 2 Unit Dangay, Alburquerque, Bohol (june 3-4, 2025) @4,400.00 Unit Cost 2 Unit Bahaybahay, Sikatuna, Bohol (june 5-6, 2025) @4,400.00 Unit Cost 2 Unit Cambuac Norte, Sikatuna, Bohol (june 5-6, 2025) @4,400.00 Unit Cost 2 Unit San Roque, Cortes, Bohol (june 3-4, 2025) @4,400.00 Unit Cost 2 Unit New Lourdes, Cortes, Bohol (june 3-4, 2025) @4,400.00 Unit Cost 2 Unit Bontud, Clarin, Bohol (june 19-20, 2025) @8,800.00 Unit Cost 2 Unit Katipunan, Clarin, Bohol (june 19-20, 2025) @8,800.00 Unit Cost 2 Unit Villa Aurora, Dagohoy, Bohol (june 17-18, 2025) @8,800.00 Unit Cost 2 Unit Cagawitan, Dagohoy, Bohol (june 17-18, 2025) @8,800.00 Unit Cost 2 Unit Albehilan, San Isidro, Bohol (june 10-11, 2025) @5,500.00 Unit Cost 2 Unit Baunos, San Isidro, Bohol (june 10-11, 2025) @5,500.00 Unit Cost 2 Unit Tangcasan, Norte, Loay, Bohol (june 5-6, 2025) @4,400.00 Unit Cost 2 Unit Tangcasan Sur, Loay, Bohol (june 5-6, 2025) @4,400.00 Unit Cost 2 Unit Buenasuerte, Anda, Bohol (june 12-13, 2025) @8,800.00 Unit Cost 2 Unit Tanod, Anda, Bohol (june 12-13, 2025) @8,800.00 Unit Cost 2 Unit Behind The Clouds, Batuan, Bohol (june 17-18, 2025) @8,000.00 Unit Cost 2 Unit Rizal, Batuan, Bohol (june 17-18, 2025) @8,000.00 Unit Cost 2 Unit Calvario, Lila, Bohol (june 10-11, 2025) @5,500.00 Unit Cost 2 Unit Jambawan, Lila, Bohol (june 10-11, 2025) @5,500.00 Unit Cost 2 Unit Calinginan Norte, Sevilla, Bohol (june 12-13, 2025) @5,500.00 Unit Cost 2 Unit Cambagui, Sevilla, Bohol (june 12-13, 2025) @5,500.00 Unit Cost 3. The Bidder Must Submit Mayor’s Permit And Philgeps Registration Number. The Office Will Require The Winning Bidder To Submit Omnibus Sworn Statement Prior To The Issuance Of The Notice Of Award (noa). 4. Interested Bidders May Obtain Further Information From Department Of Agriculture-regional Field Office 7 (da-rfo 7) And Inspect The Canvass Forms And Other Documents At The Address Given Below From 8:00 A.m. - 5:00 P.m. Procurement Unit Department Of Agriculture Regional Field Office 7 Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City 5. Bids Must Be Delivered Together With The Required Legal Documents Stated At Item Number 3, To Bac Chairperson/ The Procurement Section At Da- Rfo 7, Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City. 6. Open But Signed Bids/quotations May Be Submitted Through Facsimile Or Email, Together With The Required Documents Stated At Item Number 3, At The Addressed And Contact Numbers Indicated Below: Procurement Unit Department Of Agriculture Regional Field Office 7 Tel No. 032-2682698 Fax No. 032-2563063 Telefax No. 032-2682698 Darfu7@ymail.com/da7ps@yahoo.com 7. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information And Required Documents To Be Submitted, Please Contact: Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Fabio G. Enriquez, Ph.d. Bac Chairperson
Closing Date6 Mar 2025
Tender AmountPHP 274 K (USD 4.7 K)

Province Of South Cotabato Tender

Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0090 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost 1 Motorcycle , Engine Type- 4-stroke Single Cylinder, Air-cooled, Overhead 130,000.0 Unit Cam (ohc) Displacement- 150 Cc Bore X Stroke – 57.3 X 57.8 (mm) Maximum Power – 8.72 Kw @8,000 Rpm Maximum Torque – 12.1 N.m @ 6,000 Rpm Starting System - Electric & Kick Transmission Type – Manual Gear Shift Pattern- 1-n-2-3-4-5 Suspension Type (front)- Telescopic Fork Suspention Type (rear) – Drum Brake Brake Type (front)- Disc Brake Brake Type (rear)-drum Brake Tire Size (front)-90/90-19 Tire Size (rear)-110/90-17 Wheel Type-spoke Wheel Base – 1,362 Mm Overall Dimensions: L X W X H-2,091 X 811 X 1,125(mm) Dry Weight- 122 Kg Seat Height-825 Mm Ground Clearance- 243 Mm Fuel Tank Capacity-12.0 L Fuel System-carburetor Battery Type- 12v-5ah Mf Type 1 2 Motorcycle , Engine Type- 4-stroke Single Cylinder, Air-cooled, Overhead 150,000.0 Unit Cam (ohc) Displacement- 150 Cc Bore X Stroke – 57.3 X 57.8 (mm) Maximum Power – 8.72 Kw @8,000 Rpm Maximum Torque – 12.1 N.m @ 6,000 Rpm Starting System - Electric & Kick Transmission Type – Manual Gear Shift Pattern- 1-n-2-3-4-5 Suspension Type (front)- Telescopic Fork Suspention Type (rear) – Drum Brake Brake Type (front)- Disc Brake Brake Type (rear)-drum Brake Tire Size (front)-90/90-19 Tire Size (rear)-110/90-17 Wheel Type-spoke Wheel Base – 1,362 Mm 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0146 Page 1 Of 4 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0090 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost Overall Dimensions: L X W X H-2,091 X 811 X 1,125(mm) Dry Weight- 122 Kg Seat Height-825 Mm Ground Clearance- 243 Mm Fuel Tank Capacity-12.0 L Fuel System-carburetor Battery Type- 12v-5ah Mf Type X-x-x Page 3 Follows X-x-x Note: "please Attach Brochure" Terms And Conditions For Motorcycle 1. With Gsis Comprehensive Insurance And Lto Registration "in The Name Of The Provincial Government Of South Cotabato" 2. With Full Face Helmet Item 1 - For Use Of Fid. Item 2 - For Use Of Ssm. Warranty: One Year Warranty On Parts And Services From The Date Of Delivery. Note: For Use Of Openro. Source Of Fund: 8731-pemo-p/p-2-cbudnrmp-1-07-06-010-ppe-25-02-10818(item No.1) P/p-3.mrssmqo-1-07-06-010-ppe-25-02-10819(item No.2) Approved Budget: P 280,000.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0146 Page 2 Of 4 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0090 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost 3 Desktop Computer , Desktop Computer 50,000.00 Sets Core I5 13400 2.5ghz 20mb Smart Cache Or Higher Compatible H610 Motherboard W/ Gigabit Lan Or Higher 16gb Ddr4-3200mhz (2 X 8gb) Memory Or Equivalent 1tb Nv2 M.2 Nvme Pcie4 Ssd, 4gb Gtx 1050ti Video Card 21.5" Fhd 75hz Ips Monitor, 650watts 80+ Bronze Rated Power Supply Heavy Duty Black Atx Casing, 1000va 500watts Ups W/ 8 Outlets, Usb Combo Keyboard With Mouse And Mouse Pad 2.1 Multimedia Speaker System With Subwoofer Total Output Power (rms)-8w X 2 + 12w Pc 1 Year Warranty On Parts And Service, Ups 2 Years Conditions: 1. 36 Months Premium Support And Onsite Service From The Manufacturer. 2. Equipment Under Warranty Shall Be Checked And Diagnose Within A Maximum Of 48hrs Upon Received Of The Equipment. In Case The Repair Will Took More Than 48hrs, The Suppliers/dealers Shall Provide A Service Unit With The Same Specification Or Higher. 3. Suppliers/dealers Shall Replace The Equipment Immediately At No Charge With The Same Specification Or Higher And It Has Agreed By The End User, In Case The Unit Has A Factory Defect That Cannot Be Repaired. 4. Suppliers/dealers Shall Have An Authorized Service Centers With In Socsargen Area. 4 4 Laptop Computer , Laptop Computer 52,300.00 Unit Core I5 1335u 3.4ghz, 12mb Smart Cache Or Higher 512 Gb Pcie® Nvme M.2 Ssd, 8 Gb Ddr4-3200 Mhz Ram (2 X 4 Gb) Onboard Intel Iris Xe Graphics, Chipset: Intel® Integrated Soc 15.6" Diagonal, Fhd, Micro-edge, Anti-glare, 250 Nits Display Realtek Wi-fi 6 (1x1) And Bluetooth® 5.3, True Vision 720p Hd Camera Integrated Dual Array Digital Microphones, Dual Speakers Software Included: Mcafee Livesafe, Windows 11 Home Sl Microsoft Office Home And Student (pre-installed) Cloud Service: 25 Gb Dropbox Storage For 12 Months Full-size, Backlit, Soft Grey Keyboard With Numeric Pad Pointing Device: Imagepad, With Usb 3.0 Lan Adapter Carrying Case/bag, 3-cell, 41 Wh Li-ion Polymer Battery 45 W Smart Ac Power Adapter Conditions: (1) 1 Year Battery & Charger / 2 Years On-site Warranty (2) Equipment Under Warranty Shall Be Checked And Diagnose Within A Maximum Of 48hrs Upon Received Of The Equipment. In Case The Repair 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0146 Page 3 Of 4 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0090 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost Will Took More Than 48hrs, The Suppliers/dealers Shall Provide A Service Unit With The Same Specification Or Higher. (3) Suppliers/dealers Shall Replace The Equipment Immediately At No Charge With The Same Specification Or Higher And Has Agreed By The End User, In Case The Unit Has A Factory Defect That Cannot Be Repaired. (4) Suppliers/dealers Shall Have A Service Center With In Socsargen Area. X-x-x Nothing Follows X-x-x Note: "please Attach Brochure" Item 3-4 - For Use Of Administrative Support Section. Note: For Use Of Openro. Source Of Fund: 8731-pemo-1-07-05-030-ppe-25-02-10820 Approved Budget: P 252,300.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0146 Page 4 Of 4
Closing Date20 Feb 2025
Tender AmountPHP 532.3 K (USD 9.2 K)

STATE UNIVERSITY OF NORTHERN NEGROS Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Details: Description 1 Rig It Right! Maya Animation Rigging Concepts 3e / O'hailey 2024 1 Cps. 2 Motion Illustration: How To Use Animation Techniques To Make Illustrations Move / Adam Osgood 2024 1 Cps. 3 Data Structures And Algorithms / Gupta 2024 1 Cps. 4 Basics Of Networking / 3g Editorial Board 2024 1 Cps. 5 Computer Networking / Qaiser 2024 1 Cps. 6 Fundamentals Of Programming / Ahmad 2024 1 Cps. 7 Software Project Management: Methods And Techniques / Peters 2024 1 Cps. 8 The Code Of Honor - Embracing Ethics In Cybersecurity /maurer 2024 1 Cps. 9 Communication Matters 4e Ise/floyd 2022 1 Cps. 10 How To Organize Yourself: Simple Ways To Take Control, Save Time And Work More Efficiently 7e / Caunt 2022 1 Cps. 11 How To Manage People: Fast, Effective Management Skills That Really Get Results 5e / Armstrong 2022 1 Cps. 12 Improve Your Communication Skills: How To Build Trust, Be Heard And Communicate With Confidence 6e /barker 2022 1 Cps. 13 Successful Time Management: How To Be Organized, Productive And Get Things Done 6th Edition/ Forsyth 2022 1 Cps. 14 How To Write A Marketing Plan: Define Your Strategy, Plan Effectively And Reach Your Marketing G… / Finch 2022 1 Cps. 15 Develop Your Leadership Skills: Fast, Effective Ways To Become A Leader People Want To Follow / Adair 2022 1 Cps. 16 Dealing With Difficult People: Fast, Effective Strategies For Handling Problem People 5e / Lilley 2022 1 Cps. 17 How To Work Remotely: Work Effectively, No Matter Where You Are / Dale 2022 1 Cps. 18 How To Write Reports And Proposals: Create Attention-grabbing Documents That Achieve Your Goals 6e / Forsyth 2022 1 Cps. 19 Biology Workbook For Dummies, 2nd Edition / Kratz 2022 1 Cps. 20 Physics I For Dummies, 3rd Edition / Holzner 2022 1 Cps. 21 Cruise Shipping Policy / Mehta 2023 1 Cps. 22 3g Handy Guide: Construction Painting 1e / 3g E-learning 1 Cps. 23 Using Video To Develop Teaching /brouwer 2022 1 Cps. 24 The Design Process / Karl Aspelund 2022 1 Cps. 25 Database Systems: A Pragmatic Approach 3e / Foster 1 Cps. 26 Grow Pruning & Training / Mahon 1 Cps. 27 Marriage On Madison Avenue /layne 1 Cps. 28 Wedding Guest, The / Kellerman 1 Cps. 29 Miracle&divine Intervention 101 Stories Of Faith And Hope /amy Newmark 2021 1 Cps. 30 Seven Days Of You /vinesse 1 Cps. 31 Baillière’s Midwives' Dictionary: 14ed / Tiran, Denise 2023 1 Cps. 32 The Art Of The Garnish / Leeann Lavin 1 Cps. 33 Italian Recipes For Dummies / Riolo 2022 1 Cps. 34 Grow Containers / Geoff Stebbings 1 Cps. 35 Grow Herbs / Mahon 2022 1 Cps. 36 Grow Low Maintenance / Allaway 2022 1 Cps. 37 Grow Easy Veg / Whittingham 1 Cps. 38 Grow Houseplants / Westhorpe 1 Cps. 39 The Vegetable Grower's Handbook / Richards 2022 1 Cps. 40 The Fifth Wave Collection 3c Box Set / Rick Yancey 1 Cps. 41 Just One Day Collection / Forman, Gayle 1 Cps. 42 Midnight Palace, The (international) / Zafon 1 Cps. 43 Global Standard Setting In Internet Governance /harcourt 1 Cps. 44 Freedom Of Information And Social Science Research Design / Walby 1 Cps. 45 Digital Media And Society 2e / Lindgren 1 Cps. 46 Big Data Mining And Complexity / Castellani 2022 1 Cps. 47 Cloud Security For Dummies, 1st Edition Coombs 2022 1 Cps. 48 Famous In Love / Serle 1 Cps. 49 Engaging Virtual Meetings - Openers, Games, And Activities For Communication, Morale, And Trust / Chen 1 Cps. 50 Year-round Gardening / Israelsson 1 Cps. 51 Basic Welding For Farm And Ranch: Essential Tools And Techniques For Repairing And Fabricating F… / Galvery William 1 Cps. 52 3g Handy Guide: Welding 1e 3g E-learning 1 Cps. 53 Grow Eco-gardening / Allaway 1 Cps. 54 Grow Vegetables../ Alan Buckingham 1 Cps. 55 Beginner's Guide To Diy & Home Repair: Essential Diy Techniques For The First Timer / Jo Behari 1 Cps. 56 Beginner's Guide To Diy & Home Repair: Essential Diy Techniques For The First Timer / Jo Behari 1 Cps. 57 Black & Decker The Complete Guide To Outdoor Carpentry: More Than 40 Projects Including: Furnish… / Black & Decker 1 Cps. 58 3g Handy Guide: Air Condition Servicing 1e / 3g E-learning 1 Cps. 59 Ultimate Guide To Home Repair And Improvement, Updated Edition: Proven Money-saving Projects; 3,…/ Editors Of Creative Homeowner 1 Cps. 60 The Complete Vegetable Cookbook: A Season Zero-waste Guide To Cooking With Vegetables / Strawbridge 1 Cps. 61 Masonry (homeowner Survival Guide) / Kelsey 1 Cps. 62 Love & Other Carnivorous Plants / Gonsalves 1 Cps. 63 Drink (ultimate) / Maitland 1 Cps. 64 Sewing With Knits & Stretch Fabrics / Czachor 1 Cps. 65 Storey’s Guide To Raising Chickens: Breed Selection, Facilities, Feeding, Health Care, Managing …/ Damerow 1 Cps. 66 Improving And Controlling Soil Health / Chauhan 2023 1 Cps. 67 Cropping And Farming System Practices / Ashoka 2023 1 Cps. 68 Animal Nutrition: From Theory To Practice / Hynd 1 Cps. 69 Agribusiness Management: Theory And Practice / Kumar 2023 1 Cps. 70 Financing Of Agricultural And Food Supply Chain / Kumar 2023 1 Cps. 71 Administration And Supervision Of Physical Education / John Richardson 2025 1 Cps. 72 Advanced Calculus / Richard Anderson 2025 1 Cps. 73 Advanced Convention And Events Management / Victor Nelson 2025 1 Cps. 74 Algebra And Trigonometry / Anthony Martin 2025 1 Cps. 75 Anatomy And Physiology Of Human Movement / Ronald Hayes 2025 1 Cps. 76 Business Intelligence And Analytics / Jeremy Price 2025 1 Cps. 77 Business Marketing / Alan Howard 2025 1 Cps. 78 Comparative Education / Hubert Baker 2025 1 Cps. 79 Comparative Government And Politics / Roger Ward 2025 1 Cps. 80 Development In Political Thought / Antonio Kelly 2025 1 Cps. 81 English Grammar And Composition / Dennis Parker 2025 1 Cps. 82 English Language Testing And Assessment / Benjamin Richardson2025 1 Cps. 83 Global Corporate Communication / Harold Baker 2025 1 Cps. 84 Global Logistics And International Trade / Kellan Diaz 2025 1 Cps. 85 Global Media And Politics / Cole Bennett 2025 1 Cps. 86 History And Philosophy Of Education / Ernesto Bailey 2025 1 Cps. 87 International Cruise And Maritime Operations / Lucas Brooks 2025 1 Cps. 88 Kitchen Planning And Management / Julian Hayes 2025 1 Cps. 89 Literature And Creative Writing / Gregory Collins 2025 1 Cps. 90 Local Government And Administration / Clifford Jenkins 2025 1 Cps. 91 Menu Development And Culinary Considerations / Tristan Mitchell 2025 1 Cps. 92 Plane Trigonometry / Matthew Harris 2025 1 Cps. 93 Political Theories And Ideologies / Eugene Foster 2025 1 Cps. 94 Politics And Governance / Walter Long 2025 1 Cps. 95 Public Accounting And Budgeting / Gerald Russell 2025 1 Cps. 96 Public Budgeting And Finance / Willie Coleman 2025 1 Cps. 97 Public Finance / Brandon Morris 2025 1 Cps. 98 Public Personnel Administration / Bruce Foster 2025 1 Cps. 99 Public Policy And Planning Methods / Dean Turner 2025 1 Cps. 100 Research In Physical Education / Larry Ward 2025 1 Cps. 101 Research Methods Applied In Public Administration / Keith Simmons 2025 1 Cps. 102 Research Methods In English Language And Literature / Joshua Simmons 2025 1 Cps. 103 Ship Operations And Management / Dylan Washington 2025 1 Cps. 104 Sports Management / Bob Collins2025 1 Cps. 105 Teaching Methods And Strategies / Theodore Parker 2025 1 Cps. 106 Writing For News And Public Affairs / Raymond Price 2025 1 Cps. 107 Herbicides And Plant Physiology / Andrew H. Cobb/ 2022 1 Cps. 108 Veterinary Virology/tom Richards/ 1 Cps. 109 Modern Fisheres Engineering/stephen A. Bortone & Shinya Otake/ 2021 1 Cps. 110 Introductory Plant Science/ 3g E-learning/2022 1 Cps. 111 Fish Viruses And Bacteria/mark Crane, Jun Kurita Et.al/ 1 Cps. 112 Plant Pathology And Plant Diseases/kenzie Cole2022 1 Cps. 113 Wildlife Habitat Management/ Ing-marie Gren, Tobias Haggmark-svensson/ 1 Cps. 114 Fish Migration / Alfonso 1 Cps. 115 Managing Change, Creativity And Innovation/patrick Dawson & Constantine Andriopoulos/ 1 Cps. 116 Ise Managerial Accounting For Managers/noreen.,et.al/ 1 Cps. 117 Ise Fundamentals Of Cost Accounting/william Lanen, Shannon Anderson, Michaek Maher/ 1 Cps. 118 Rope Rescue : Principles And Practice/ Loui Mccurley And Tom Vines/2023 1 Cps. 119 Ethical Dilemmas And Decisions In Criminal Justice/joycelyn M. Pollock/2022 1 Cps. 120 Entrepreneur's Guide : Kitchen Utensils And Cutleries Production/ 3g E-learning/ 1 Cps. 121 Reflective Teaching In Higher Education/ Paul Ashwin Et.al 1 Cps. 122 Engaging Learners Through Zoom/dr. Jonathan Brennan 1 Cps. 123 Microlearning In The Digital Age/joseph Rene Corbeil Et.al 1 Cps. 124 Criminology/ Larry J. Siegel/2023 1 Cps. 125 Criminal Procedure : Theory And Practice 3e / Jefferson L. Ingram 1 Cps. 126 Introduction To Plant Fossils / Cleal/thomas 1 Cps. 127 Remote Sensing For Natural Ecosystems, Agriculture, And Hydrology / Solange Uwera 2022 1 Cps. 128 Marine Propellers And Propulsion / Alfred Eckstein 1 Cps. 129 Extensive Aquaculture / Bruno Augusto 2022 1 Cps. 130 Cell & Molecular Biology With Access Code, Pb 2e / 3g E-learning 2022 1 Cps. 131 Veterinary Immunology / Florence Webb 2020 1 Cps. 132 Risk Management In Supply Chains : Using Linear And Non-linear Models 1 Cps. 133 Basic Photographic Materials And Processes /salvaggio|shagam 1 Cps. 134 Ise Biology / Peter Raven 1 Cps. 135 Starch And Vegetable Fat And Oil Manufacturing (book With Dvd) / 3g E-learning 1 Cps. 136 3ge Collection On Food Science: Plant Food By-products 1 Cps. 137 3ge Collection On Agriculture: Plantation Farming / 3g E-learning 2022 1 Cps. 138 Sport Psychology Essentials / Collins, Dave 1 Cps. 139 Essentials Of Youth Fitness/ 3g E-learning 1 Cps. 140 Principles Of Plant Pathlogy / Webb, Tomos 1 Cps. 141 Essentials Of Corporate Finance/ 11ed / Ross, Et..al 1 Cps. 142 African-american English, 2022, Pb /salikoko 1 Cps. 143 Applying Phonetics: Speech Science In Everyday Life, 2022, Hb / Kulkarni 1 Cps. 144 Assistive Technologies In The Library, / Mcclain 1 Cps. 145 Avoid Plagiarism, Pb / Lancaster 1 Cps. 146 Becoming Bilingual Readers, 2022, Hb / Kabuto 1 Cps. 147 Body Language And Communication Skills, 2022, Hb / Arora 1 Cps. 148 Business And Crisis Management, 2022, Hb 3g 1 Cps. 149 Consumer Behaviour, 2022, 4e, Pb /east 1 Cps. 150 Corbin's Concepts Of Ftiness And Wellness, 2023, 13e, Pb Welk 1 Cps. 151 Digital Storytelling In Second And Foreign Language Teaching , Hb / Nami 1 Cps. 152 Efl Pedagogy As Cultural Discourse: Textbooks, Practice, And..., Pb / Muzna Awayed- Bishar 1 Cps. 153 English Language, 2022, Pb / Williams 1 Cps. 154 Fundraising For Impact In Libraries, Archives & Museums, 2022, Pb /matthew 1 Cps. 155 Georgia O'keeffe In Poetry: Offspring Of An Icon, Hb /pagliarusco 1 Cps. 156 Heritage Language Teaching, 2022, Pb /loza 1 Cps. 157 History Of English Literature, Vol.1, Book 1, 2018, Hb /marucci 1 Cps. 158 House Of Pinheiro's Work To Weekend Wardrobe , 2020, Pb /pinheiro 1 Cps. 159 Informal Digital Learning Of English, 2022, Pb /lee 1 Cps. 160 Innovations In Digital Libraries, 2022, Hb /singh 1 Cps. 161 Interjections And Other Parts Of Speech , 2020, Hb /libert 1 Cps. 162 Intro. To Speech & Language Therapy, 2022, Hb /kulkarni 1 Cps. 163 Introduction To Language, An, 10e, Pb /fromkin 1 Cps. 164 Introduction To Multimodal Analysis, 2020, 2e, Pb /ledin 1 Cps. 165 Investigating Content And Language Integrated Learning,, Pb /sylven 1 Cps. 166 Language & Literacy For The Early Years, 2022, Pb /3g 1 Cps. 167 Language And Comprehension, 2022, Hb / Basa 1 Cps. 168 Language Learning And Intercultural Understanding, 2022, Pb /cobb 1 Cps. 169 Languages Of The World: A Critical Introduction, 2020, Hb /kulkarni 1 Cps. 170 Library Serials Management, 2022, Hb / Sharma 1 Cps. 171 Metaphors In Counsel Education And Supervision, 2022, Pb / Spencer 1 Cps. 172 Methodologies & Challenges In Forensic Linguistic.., 2022, Pb/ Picornell 1 Cps. 173 National Identity In Literary Translation, Hb / Barcinski 1 Cps. 174 Perfect Phrases For Esl Conversation Skills, 2022, 3e, Pb / Engelhardt 1 Cps. 175 Phonetics And Phonology, 2022, Pb / Davidson 1 Cps. 176 Pmp English Sentence Builder, 2e / Swick 1 Cps. 177 Role Of Apps In Library Management, 2020, Hb / Singh 1 Cps. 178 Ross & Wilson Sel-assessment In Anatomy And Physiology In Health, Pb / Waugh 1 Cps. 179 Sat: Reading, Writing & Language Skills, 2022, 3e, Pb / Leaf 1 Cps. 180 Second Language Pronounciation, 2022, Pb / Levis 1 Cps. 181 Sloppy Craft, Pb / Paterson 1 Cps. 182 Sociopolitics Of English Language Testing, The, 2022, Pb / Mirhosseini 1 Cps. 183 Speech Production And Perception: Learning And Memory, Hb / Fuchs 1 Cps. 184 Sport Psychology Essentials, 2023, Pb /collins 1 Cps. 185 Translation, Semiotics, And Feminism, 2022, Hb / Karpinski 1 Cps. 186 Using Film And Media In The Language Classroom: Reflections..., Pb / Herrero 1 Cps. 187 Social Justice Design And Implementation In Library, 2022, Pb / Mehra 1 Cps. 188 Crosslinguistic Influence & Second Lang. Learning, 2022, Pb /mcmanus 1 Cps. 189 Book Of Middle English, The, 4e, Pb / Turville-petre 1 Cps. 190 Library Administration, 2022, Hb /singh 1 Cps.
Closing Date24 Mar 2025
Tender AmountPHP 817.2 K (USD 14.2 K)

Department Of Agriculture Tender

Automobiles and Auto Parts
Philippines
Details: Description Request For Quotation For The Provision Of Van Rental During The Conduct Of Capability Development Training Batch 1 Of Saad Program … 1. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Through The General Appropriation Act For Cy 2025 Intends To Apply The Sum Of Two Hundred Seventy-four Thousand Pesos (₱274,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Provision Of Van Rental During The Conduct Of Capability Development Training Batch 1 Of Saad Program. 2. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Now Invites Bids All Philgeps Registered Contractors/ Bidders For The Provision Of Van Rental During The Conduct Of Capability Development Training Batch 1 Of Saad Program With The Following Specification: Provision Of Van Rental During The Conduct Of Capability Development Training Batch 1 Of Saad Program 2 Unit Basacdacu, Alburquerque (april 8-9, 2025) @4,400.00 Unit Cost 2 Unit Dangay, Alburquerque, Bohol (april 10-11, 2025) @4,400.00 Unit Cost 2 Unit Bahaybahay, Sikatuna, Bohol (april 29-30, 2025) @4,400.00 Unit Cost 2 Unit Cambuac Norte, Sikatuna, Bohol (april 24-25, 2025) @4,400.00 Unit Cost 2 Unit San Roque, Cortes, Bohol (april 15-16, 2025) @4,400.00 Unit Cost 2 Unit New Lourdes, Cortes, Bohol (april 15-16, 2025) @4,400.00 Unit Cost 2 Unit Bontud, Clarin, Bohol (april 10-11, 2025) @8,800.00 Unit Cost 2 Unit Katipunan, Clarin, Bohol (april 15-16, 2025) @8,800.00 Unit Cost 2 Unit Villa Aurora, Dagohoy, Bohol (april 29-20, 2025) @8,800.00 Unit Cost 2 Unit Cagawitan, Dagohoy, Bohol (april 22-23, 2025) @8,800.00 Unit Cost 2 Unit Albehilan, San Isidro, Bohol April 24-25, 2025) @5,500.00 Unit Cost 2 Unit Baunos, San Isidro, Bohol (april 22-23, 2025) @5,500.00 Unit Cost 2 Unit Tangcasan, Norte, Loay, Bohol (april 8-9, 2025) @4,400.00 Unit Cost 2 Unit Tangcasan Sur, Loay, Bohol (april 22-23, 2025) @4,400.00 Unit Cost 2 Unit Buenasuerte, Anda, Bohol (april 8-9, 2025) @8,800.00 Unit Cost 2 Unit Tanod, Anda, Bohol (april 10-11, 2025) @8,800.00 Unit Cost 2 Unit Behind The Clouds, Batuan, Bohol (april 10-11, 2025) @8,800.00 Unit Cost 2 Unit Rizal, Batuan, Bohol (april 10-11, 2025) @8,000.00 Unit Cost 2 Unit Calvario, Lila, Bohol (april 22-23, 2025) @5,500.00 Unit Cost 2 Unit Jambawan, Lila, Bohol (april 8-9, 2025) @5,500.00 Unit Cost 2 Unit Calinginan Norte, Sevilla, Bohol (april 24-25, 2025) @5,500.00 Unit Cost 2 Unit Cambagui, Sevilla, Bohol (april 29-30, 2025) @5,500.00 Unit Cost Location: Province Of Bohol 3. The Bidder Must Submit Mayor’s Permit And Philgeps Registration Number. The Office Will Require The Winning Bidder To Submit Omnibus Sworn Statement Prior To The Issuance Of The Notice Of Award (noa). 4. Interested Bidders May Obtain Further Information From Department Of Agriculture-regional Field Office 7 (da-rfo 7) And Inspect The Canvass Forms And Other Documents At The Address Given Below From 8:00 A.m. - 5:00 P.m. Procurement Unit Department Of Agriculture Regional Field Office 7 Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City 5. Bids Must Be Delivered Together With The Required Legal Documents Stated At Item Number 3, To Bac Chairperson/ The Procurement Section At Da- Rfo 7, Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City. 6. Open But Signed Bids/quotations May Be Submitted Through Facsimile Or Email, Together With The Required Documents Stated At Item Number 3, At The Addressed And Contact Numbers Indicated Below: Procurement Unit Department Of Agriculture Regional Field Office 7 Tel No. 032-2682698 Fax No. 032-2563063 Telefax No. 032-2682698 Darfu7@ymail.com/da7ps@yahoo.com 7. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information And Required Documents To Be Submitted, Please Contact: Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Fabio G. Enriquez, Ph.d. Bac Chairperson
Closing Date5 Mar 2025
Tender AmountPHP 274 K (USD 4.7 K)
5051-5060 of 5160 archived Tenders