Fabrication Tenders
Fabrication Tenders
City Government Of Tagum Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date1 Apr 2025
Tender AmountPHP 1.9 Million (USD 33.2 K)
Description: Pb-04-01-25 Procurement Of Construction Materials And Supplies For The Fabrication Of Furniture And Fixtures And Motorpool Tipaz, Brgy. Magugpo East, Tagum City (pr#200-25-02-00049) , Construction Materials And Supplies ,city Of Tagum, Davao Del Norte
MUNICIPALITY OF TALISAY, CAMARINES NORTE Tender
Automobiles and Auto Parts
Philippines
Closing Soon14 Mar 2025
Tender AmountPHP 62 K (USD 1 K)
Details: Description Republic Of The Philippines Province Of Camarines Norte Municipality Of Talisay Bids And Awards Committee ___________________________________________________________________________ Request For Quotation Rfq No.: 010-2025 The Local Government Unit Of Talisay, Camarines Norte Through Its Bids And Awards Committee (bac) Intends To Procure The Herein Below Specified Item/project, Under Section 53.9 Small Value Procurement Of The Revised Implementing Rules And Regulations Of Republic Act No. 9184. Contract Name: Repair And Maintenance Of Government Vehicle With Plate Number Sjh 198 Approved Budget For The Contract: 62,000.00 Fund Source: General Fund Description Quantity Unit Item/specification 1 Ls F/r Camber Correction 1 Set Brake Shoe 12 Pcs. Rubber Brushing 1 Ls Hand Brake Fabrication Adjuster 1 Pc. Rotor Disc 2 Pcs. Tie Rod End 2 Pcs. Rack End 4 Pcs. Ball Joint Upper/lower 4 Pcs. Bearing Inner/outer 1 Set Brake Pads 1 Pc. Grease 1 Ls Axle Hub Housing M.shop 2 Pcs. Steering Boots 1 Ls. Wheel Cylinder 2 Pcs. Mat Guard 1 Ls Labor/repair Instruction To Suppliers: All Interested Suppliers Are Advised To Look For The Bac Thru Its Secretariat At The Office Of The Bids And Awards Committee, Municipal Budget Office, 2nd Floor, Municipal Building, Poblacion, Talisay, Camarines Norte For The Eligibility Requirements. Submission Of Interest Through Mail Will Not Be Considered. Only Suppliers Or Their Authorized Representatives Shall Be Allowed To Transact Business In This Office. Submission Of Price Quotation/canvass Must Be Submitted Personally Through The Chairman And/or Secretariat Of The Bids And Awards Committee At The Aforementioned Office Address From March 11-14, 2025. All Participating Suppliers Shall Submit Photocopies Of Their Business Name And Licenses And Original Copies Should Be Presented For Authentication Purposes The Procurement Activities Shall Be Governed By Ra 9184, Its Irr. The Bac Reserves The Right To Reject Any Or All Price Offer, To Waive Defect Therein, And To Accept The Most Advantageous To The Government. Sgd. Marilou M. Lelis Bac Chairman Funds Available: Sgd. Lynn A. Timbalopez Acting Municipal Treasurer Noted: Sgd. Donovan A. Mancenido Municipal Mayor/head Of Procuring Entity
Bureau Of Fisheries And Aquatic Resources Caraga Tender
Laboratory Equipment and Services
Philippines
Closing Soon18 Mar 2025
Tender AmountPHP 876 K (USD 15.2 K)
Description: Fabrication Of Fiberglass Tanks For The Legislated Hatcheries In Hinatuan, Surigao Del Sur And Nasipit, Agusan Del Norte For Cy 2025 , Agricultural Machinery And Equipment ,bureau Of Fisheries And Aquatic Resources Caraga
City Government Iligan Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date1 Apr 2025
Tender AmountPHP 6.1 Million (USD 106.5 K)
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through Special Education Fund 2024 Intends To Apply The Sum Of P 6,110,442.19 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of 3 Classroom At Panoroganan Elementary School, Brgy. Panoroganan, Iligan City With Project No. Cb(b)- 25-010 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars : Construction Of 3 Classroom At Panoroganan Elem. School/school Building, Barangay Panoroganan, Iligan City Scope Of Work : Staking And Lay-outing; Excavation Work For Col. Footings = 35.2 Cu.mtrs.., Wall Footings = 37.32 Cumtrs.., Cut & Fill Materials = 59.4 Cumtrs., And Septic Tank ;, Fabrication And Installation Of Steel Dates A Od Slab, Top And Flooring For Septic Vort Ol. Asoing Wors Using 4° Thick Chb = 4,867 Pcs. Am Concrete Work, Formworks And Scaffoldings For Plastering On Bothsides = 356.57 Sq.mtrs.; Fabrication And Installation Of Doors And Windows (see End Purin Sa Item 1005) ; Fabrication And Installation On Strutural Steel For Trusses, Web Member, And Purlins, & Steel Facia Frames (see Item 1047) : Installation Of Hardiflex Ceiling Boards Supported By Mets Furring = 351.48 Sq.mtr., Chalkboards Using Marine Pywood (2 Shts/unit) = 3 Unts, Air Vent = 6 Units, Slope Sink = 2 Unts. (see Item 1003); Installation Of Colored Long Span Roofing Sheets = 367.50 Sq.mtrs., G.i. Bended Fascia Sheets, And G.. Plain Shit. Prefab Ridge Roll (see Item 1013) ; Installation Of Plumbing And Fixtures, Pail Flush Water Closet (xl) = 4 Units, Pvc Pipes (see Item 1002) ; Installation Of Electrical Conduits & Wirings, Panel Boards And Junction Boxes. Lighting Fixtures, Switches, Convenience Outlets (see Item 1100) ; Installation Of Ceramic Tiles For Comfort Rooms For Walls & For Slope Sink (see Item 1018) ; Painting Works Exterior & Interior Wall Of Entire Bldg. Doors, Windows. Jambs, Chalkboards, Ceiling & Air Vents, Trusses, Web Members, Purlins, Facia Frames, Steel Casement Window, Panel Door And Flush Door (see Item 1032) : Supply Of Door Knobs (heavy Duty), Loose Pin Hinges (heavy Duty) And Other Const, Materials For The Installation Of Wooden Doors.; Installation Of 38"® G.i. Pipe (sch.40) For Railings At Main Stairs (see Item 401) ; Clearing, (cleaning And Disposal Of Waste); Proper Turn-over. 1 Permit And Clearance (q = 1.00 Unit) Includes Fire Safety Evaluation Clearance Fee, Brgy. Clearance For Construction Fee, B.5 Professional Fee, White Print (a-3). B.5 Project Billboard (q = 2.00 Each) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2" X 3" X 14' Coco Lumber, 2" X 3" X 10' Coco B.7(2) Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. B.7(2) Occupational Safety And Health Program (q = 1.00 Lump Sum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. B.9 Mobilization / Demobilization (q = 1.00 Lump Sum) 803 Earthworks (q = 163.20 Cu.mtrs.) Includes Earthfill, Earthfilling Materials (pitrun Soil). 404(1) Reinforcing Steel (q = 6,918.87 Kgs.) Includes 16mm Dia X 6000mm Dsb, 12mm Dia X 6000mm Dsb, 10mm Dia X 6000mm 900 Dsb, # 16 Gi Tie Wire. 900 Reinforced Concrete (q = 74.84 Cu.mtrs.) Includes Premium Cement, Washed Gravel, Washed Sand, Gravel Bedding, 6 Mm Thick Marine Plywood,で✕で✕12 Coco Lumber,2x2 X 8' Coco Lumber, Assorted Sizes C.w. Nails. 901 Masonry Work (q = 356.57 Sq.mtrs.) Includes Includes Roof Drain Gravel Bedding: 4"x 8 X 16 Chb (4.83 Mpa.), 1-1/2 Gravel Bedding, Portland Cement, Washed Sand. 1047(2) Structural Steel (q = 3,122.66 Kgs.) Includes Top, Bot. Chord: 38mm X 38mm X 6mm Angle Bars; Web Members: 25mm X 25mm X 6mm Angle Bars; Facia Frame: 25mm X 25mm X 6mm Angle Bars, 10mm X 6000mm Dsb; Purlins: 100mm X 50mm X 1.20mm C-purlins; Gusset Plate: 6mm. Thk.-1.2mm X 2.4 Mm Steel Plate; Sag Rod: 10mm X 6000mm Dsb; Welding Rod, (aws 6011); 4" Dia Grinding Disk, 4" Dia Cutting Disk. 1010 (2) Doors (q = 12.00 Units) A& B Includes (d1): 1000mm X 2100mm Solid Wooden Panel Door & 50mm X 150mm Door Jamb & 300mm X 000mm Fixed Glass Transom W/ Mahogany Door Jamb; (d2): 1000 Mm X 2100 Mm Wooden Door With Louver & 50mm X 150mm Door Jamb (pref. Mahogany) (use 1/2" Thk. Phenolic Board); (d3): 600mm X 1600mm Wooden Swing Door W/ 50mm X 50mm Door Framing & 1" X 2" Wooden Louver And W/ Double Swing Hinges. 1005 Steel Windows (q = 21.42 Sq.mtrs.) Includes (w1): 6 Units 2800mm X 1200mm Clear Glass Steel; (w3): 3 Units 700mm X 600mm Clear Glass Steel Casement Window. 1009 Jalousie Windows (q = 16.50 Sq.mtrs.) Includes (w2): 2200mm X 1250mm Clear Glass Jalousie Window. 1003 Carpentry And Joinery Works (q = 351.48 Sq.mtrs.) Includes Chalkboard: 6 Mm Thick Marine Plywood; Air Vents: 1" X 1" X 10', S45 Gimelina Lumber: Vert & Hor. Studs (chalkboard): 1"x 2" X 8'. S4s Gimelina Lumber: Frames (chalkboard): 1"x 3" X 10', Gimelina Lumber; 0.60mm Thk. -17 Mm X 49 Mm X 17 X 5.00 M Double Furring; 1/4" X 4' X 8' Hardiflex Board; 0.40mm Thk. - 25 Mm X 25 Mm X 2.44 M Wall Angle; Door & Window Jambs: 2" X 6" X 8', S4s Gimelina Lumber; 2" X 6" X 10', Sas Gimelina Lumber; 1-1/2" Concrete Nails; Blind Rivets ( 1/2" X 1/8"); Riveter; Hardiscrew, 3/4" (500 Pcs/box). 1013 Corrugated Metal Roofing (q = 367.50 Sq.mtrs.) Includes 0.50mm Thk. X 855 Mm Wide Colored Long Span Rib Type Roofing Sheets; 0.50mm Thk. X 300mm X 2400mm G.i. Pin. Sht Pre-formed Ridge Roll; 0.50mm Thk. X 300mm X 2400mm Bended Fascia Sheet (pre-formed); Blind Rivets ( 1/2" X 1/8") (500 Pcs/box); Self Tapping Fastener, 2-1/2" (100 Pcs/box); Riveter; Roof Sealant. 1002 Plumbing Works (q = 1.00 Lot) Includes Water Closet (including Fittings & Accessories (round)); Urinals (including Fittings And Accessories); Lavatory (including Fittings And Accessories); 4"x4" Floor Drain, Stainless; 4" D Pvc Clean-out; 4" ® Pvc Elbow, 1/8 Bend; 4" ® Pvc Wye; 4" ® X 10' Pvc Pipes, Series -1000; 4" D Pvc Cross Tee; 2" ® X 4" Dia. Pvc Wye; Waste Line: 3" ® Pvc P-trap; 3" ® Pvc Coupling; 3" ® Pvc Clean Out; 3" ® Pvc Elbow, 1/8 Bend; 3" D X 10' Pvc Pipes, Series -1000; 3" ® Dia. Pvc Wye; 3" ® Dia. Pvc Tee; Vtr: 2" D X 10' Pvc Pipes, Series - 900; Pvc Cement, 800cc; 1/2" D Ball Faucet; 1/2" ® G.i. Elbow, 90°; 1/2" @ G.i. Tee; 1/2" ® X 6" G.i. Nipple; 1/2" © G.i. Coupling; 1/2" ® X 20' G.i. Pipes, Sch-40; 1/2" ® Check Valve; 1/2" ® Main Gate Valve; Water Meter. 1100 Electrical Works (q = 1.00 Lot) Includes Electric Wire, 3.5mm2 Thhn Stranded Copper Wire; Electric Wire, 14.0mm2 Thhn Stranded Copper Wire; Secondary Rack With 2 Spool; Service Entrance Cap 20mm; Switch, 3 Gang Switch W/ Led Set 10a 220v; Switch, 1 Gang Switch W/ Led Set 10a 220v; T8 Led Tube 20w With Batten Fixture 4ft; Ceiling Lighting Receptacle; Led Bulb Watts; Led Bulb 7 Watts; Duplex Convenience Outlet; Pvc Conduit Pipe, 15mm X3 Meters; Pvc Conduit Coupling (15mm)dia. ®; Pvc Conduit Elbow 90deg. (15mm) D; Junction Box, Pvc Octagonal W/ Cover 4" X 4" Depth Type; Utility Box 2"x 4" Depth Type; Electrical Tape 3/4" X 20 Yds; Panelboard 8 Branches Plug In Type; Circuit Breaker 60at 2pole; Circuit Breaker 20at 2pole; Circuit Breaker 15at 2 Pole. 1018 Tileworks (q = 63.74 Sq.mtrs.) Includes 600 Mm X 600 Mm Ceramic Glazed Tiles; 600 Mm X 600 Mm Ceramic Non-skid Tiles; Tile Trim; Premium Cement; Washed Fine Sand, Screened; Tile Grout. 2-kg/bag; Tile Adhesive, 25-kg/bag. 1032 Painting And Other Related Works (q = 1,556.13 Sq.mtrs.) Includes Red Oxide Primer; Quick Drying Enamel; Paint Thinner; Flat Latex; Flatwall Enamel Paint; Plasolux Glazing Putty; Quick Drying Enamel; Paint Thinner; Roller Paint Brush; Paint Brush, 3"; Paint Brush,1"; No. 120 Sanding Paper; No. 150 Sanding Paper. 401 (1) Steel Railings (q = 1.00 Lot) Includes Stair Railings (main): 38mm ® X 6000mm G.i. Pipe (sch. 40), Welding Rod, (aws 6011); Ramp: 38mm ® X 6000mm G.i. Pipe (sch. 40); Welding Rod, (aws 6011); Corridor Railings: 38mm ® X 6000mm G.i. Pipe (sch. 40); 12mm ® X 6000mm Deformed Bars; 12mm • X 6000mm Square Bar; Welding Rod, (aws 6011). For Further Details Please See Attached Plan And Specifications. Approved Budget For The Contract (abc) : P 6,110,442.19 Required Bid Security : 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Ninety (190) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Pre-procurement : March 4, 2025 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Palao, Iligan City 2. Issuance Of Bid Documents: March 11 – April 1, 2025 8:00 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Palao, Iligan City 3. Pre-bid Conference : March 18, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Palao, Iligan City 4. Submission Of Bids : April 1, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids : April 1, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 10,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, Iligan City. The Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag,ph.d. Bac Chairman Date Of Advertisement/posting: March 11, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-010 (infra)
MISSILE DEFENSE AGENCY MDA USA Tender
Aerospace and Defence
United States
Closing Date25 Mar 2025
Tender AmountRefer Documents
Details: Agency: Missile Defense Agency office: Sm-3 Guided Missile Program contracting Office Address: 17211 Avenue D, Suite 160, Dahlgren, Va 22448-5184 subject: Sm-3 Block Iia Missile Production naics: 336414 – Guided Missile And Space Vehicle Manufacturing psc: 1410 rfi Number: 25-mda-12028 notice Type: Request For Information synopsis: 1. Description: In Accordance With Federal Acquisition Regulation (far) 10.001(a), Far 5.201, And Defense Far Supplement (dfars) 210.001(a) The Missile Defense Agency (mda), Is Conducting A Market Research To Determine Industry Interest And Capability For The Standard Missile-3 (sm-3) Block Iia Program. The Requirement Is For Production And Delivery Of Sm-3 Block Iia All-up Rounds Including Production Control And Operations Support, Cost Management, And Quality Assurance. Data Collected From This Request For Information (rfi) May Support A Sole Source Procurement If There Is No Other Industry Interest Or Capability To Perform In These Areas. mda Will Utilize Responses Received To Evaluate Acquisition Alternatives That May Include Competing All Or Portions Of Future Sm-3 Work. The Mda Guided Missile Program (abg) Anticipates Contracting For Future Work To Begin In 2026 And Continue For Up To 9 Years. This Rfi Is Intended To Help Mda/abg: assess The Current Marketplace And Existing Industry Capabilities To Deliver Sm-3 Capabilities That Meet Specifications; obtain Recommendations From Industry On The Contract Duration/period Of Performance, Acquisition Strategies And Approaches (including Contract And Incentive Structures) That Are Available To Support Sm-3 Program Requirements; identify And Assess The Major Risks To The Acquisition; identify And Mitigate Any Potential Barriers To Competition; determine Industry Data/information Needs To Support Proposal Preparations; outline Program Cost, Cost Drivers, Potential Cost Impacts And Risks; And identify Areas That Could Be Set-aside For Small Business this Rfi Is For The Collection Of Market And Capabilities Information For Planning Purposes Only And Does Not Constitute A Request For Proposal (rfp), Nor Is It To Be Construed As A Commitment By Mda. As Such, This Notice Is Not A Request For Offers Or Competitive Proposals. The Mda Invites Any Industry Contractor That Reasonably Believes It Can Satisfy The Government Need (or Part Of The Need) To Respond To This Rfi In Accordance With The Submissions Outlined Below. Submissions May Be Used As Part Of The Future Rfp. Classified Information Shall Not Be Contained In The Response. Any Proprietary Information Provided Shall Be Properly Marked. the Respondent’s Information/documents Should Be Complete, Informative, And Demonstrate Clear Competencies And Expertise In Managing, Executing, And Delivering Qualified Sm-3 Requirements. 2. Background: The Mda Develops And Fields An Integrated And Layered, Missile Defense System To Defend The United States (u.s.), Its Deployed Forces, Allies, And Friends Against All Ranges Of Enemy Ballistic Missiles In All Phases Of Flight. Aegis Ballistic Missile Defense (bmd) Is The Naval Component Of The Missile Defense System And Builds Upon The Aegis Weapon System, Standard Missile, Navy And Joint Forces’ Command, Control And Communication Systems. In Recognition Of Its Scalability, Aegis Bmd Is Keystone In The European Phased Adaptive Approach. The Mission Of The Sm-3 Program Is To Arm The Strategic Warfighter To Defend Against Short To Long-range, Unitary And Separating, Midcourse-phase, Ballistic Missile Threats, Now, And In The Future. Sm-3 Variants Are Multi-stage Missiles Using Hit-to Kill Technology To Destroy Enemy Missiles. 3. Requirements: Capability Statements Shall Not Exceed 10 Pages And Only Contain Unclassified Information. For Each Of The Scope Requirements And Considerations Identified Below, If The Respondent Has Similar Experience Or Historical Information Available, The Mda Requests That Responses Include The Below Information Within The Requirement/considerations: sm-3 Production, Integration And Delivery: the Mda Is Seeking A Source To Manufacture, Produce, And Deliver Sm-3 All Up Rounds (aur), Including Obsolescence Monitoring, Missile Integration, And Program Cybersecurity. the Contractor Shall Provide Management, Material, And Services Required To Manufacture And Deliver Sm-3 Block Iia Aurs. The Contractor Shall Provide Technical Resources, Direction, And Oversight To Execute The Requirements Of All Sm-3 Aur Production Activities. The Contractor Shall Provide A Dd-250 As Certification That The Round And All Of Its Critical Subassemblies Comply With All Technical Requirements As Approved By The Program Office. if Your Firm Completed A Similar Effort, Provide Background On Your Overall Approach That Could Be Leveraged. Respondent Must Demonstrate Specific Ability To Produce Sm-3 Rounds. Describe Your Industry Production Capacity And Capabilities To Support The Manufacture Of Sm-3s. This Requirement Will Also Include Documentation Support And Assistance For The Sm-3 Missile And Provide Performance And Compliance Of Cyber And Mda Quality, Safety, And Mission Assurance Standards. Interested Contractors Must Possess An Active Top Secret Facility Clearance (fcl). The Mda Is Seeking To Promote Competition, So Alternative Component Solutions May Be Considered If Sm-3 Requirements Can Be Met, Designs Have Been Qualified, And A Qualified Manufacturing Or Production Line Can Be Demonstrated. general Program And Contract Management: the Sm-3 Existing Data Rights Are Limited To Government Purpose Rights To Technical Data From The Contractor And Its Subcontractors/suppliers For Sm-3 Components, Hardware, Software, And The Interface Control Documents For Major Subassemblies And The Special Tooling And Test Equipment Needed For Integration. The Contractor Shall Identify Any Data Rights Assertions Via Assertion List Of The Noncommercial Technical Data And Noncommercial Computer Software To Be Delivered To The Government Under Any Future Contract With Restrictions On Use, Release Or Disclosure, Such As Contract Data Requirements Lists, Technical Drawings, Software, And Hardware. The Dfars Defined Categories Of Data Rights Are: A) Unlimited Rights; B) Government Purpose Rights; C) Limited Rights (technical Data); D) Restricted Rights (computer Software); And E) Special License Rights. if The Respondent Has Similar Or Historical Information Available, The Mda Requests: A) Contract Number; B) Title And Objective Of Contract; C) Contracting Agency And Point Of Contact Information; D) Period Of Performance; E) Value Of Contract; F) Type Of Contract (e.g., Fixed Price, Cost Reimbursement); G) Accomplishments Of Effort (products Furnished Or Services Provided); And H) Recommended Command Media And Best Practices/concepts Employed. 4. Submissions: Interested Parties Are Requested To Provide An Information Package In A Microsoft Word And Searchable Portable Document Format "pdf" Delivered To The Attention Of The Procuring Contracting Officer, Sm3rfi@mda.mil, Consisting Of The Following: capability Papers Shall Not Exceed 10 Pages And Shall Not Contain Any Classified Information. Capability Papers May Include A Table Of Contents, List Of Tables/figures, And Acronyms List, Which Will Not Count Against The Maximum Page Limitation. Papers Shall Be Single-spaced, Minimum 12-point Times New Roman, And Describe Corporate Experience And/or Relevancy In The Areas Described In The Requirements Scope. Do Not Submit Generic Corporate Marketing Materials For This Rfi; It Will Not Be Reviewed By The Mda. a Programmatic Response Paper Of No More Than Seven Pages, Single Spaced, Minimum 12-point Times New Roman To Address The Following Acquisition Strategy Related Questions: a Profile Of Your Company, Including: Company Name, Point Of Contact, Address, Telephone And Fax Numbers, Email Address, Duns Number, Cage Code And/or Tax Id Number, Fcl, And All Applicable Socio-economic Business/company Profile (e.g., Large/small Business (sb), Small Disadvantaged, 8(a), 8(m) (both Woman Owned Sb And Economically Disadvantaged Woman Owned Sb), Tribally Owned Entity, Alaskan Native Corporation, Hawaiian Owned Organization, Service Disabled Veteran Owned Sb, Historically Underutilized Business Zone, (hubzone) Sb, Other, Etc.). Respondents And/or Prospective Offerors (if A Solicitation Is Issued) And Its Subcontractors/suppliers Must Be U.s. Firms/ Businesses And Not Foreign Owned, Controlled, Or Influenced. what Would Your Upfront Investments And Facility Requirements Be Prior To Sm-3 Manufacturing Or Production Activities? what Are Your Special Tooling Needs For Sm-3manufacturing Or Production, Fabrication, Sustainment And Integration? what Would Your Recommended Contract Duration/period Of Performance And Option/award Terms Be To Recuperate Upfront Investments, Costs, To Ensure A Stable, Viable Workforce, Etc.? what Aspects Of Your Rfi Response Could Be Considered For A Fixed Price Arrangement Type Contract Line Item Number (clin)? what Are The Potential Barriers To Competition For This Effort (e.g., Availability Of Data, Availability Of Models And Simulation, Software, Facility, Industry Base, Labor, Supply Chain, Inflation Etc.)? do You Foresee Any Barriers To Competition And/or Entry (i.e., Non-compete Agreements, No-bid Agreements, Other Non-related Contracts) That Would Prevent Your Corporation/company From Competing For Or Being Awarded A Contract For All Or Any Specific Portion Of Future Sm-3 Requirements? If Yes, Does This Preclude Your Corporation/company From Competing For Future Sm-3 Contract Actions As A Prime, Or Otherwise Limit Your Participation As A Subcontractor? if The Mda Decides To Issue A Formal Solicitation (rfp) For This Effort, What Is The Minimum Length Of Time Necessary To Prepare A Proposal? Please Be Aware That The Mda Prefers A 45-60 Calendar Day Proposal Development Timeline. describe How Your Contract Change Order Process Has Been Used On Other Large Weapon Systems Programs To Expedite Contract Actions And Provide Agility, Flexibility, And Drive Down Costs. does Your Company Have A Government Approved Accounting System? Provide Examples Of How You Applied Effective Cost Control Measures To Achieve Cost Savings And Results On Large Weapon Systems Programs. the Mda Values The Important Contributions The Small Business Industry Base Makes To The Development, Deployment, And Support Of The Missile Defense System And Intends To Pursue Contracting Strategies That Leverage Those Capabilities. The Goals Of Small Business Utilization On The Sm-3 Program Include Enhancing The Performance Capabilities Of Systems, Improving Responsiveness And Quality, Incorporating Innovative Technologies And Approaches, Where Applicable, And Reducing Costs. Describe The Small Business Approach You Have Executed Under Similar Efforts That Promoted These Types Of Mda Goals. What Opportunities Do You See That Could Be Set-aside For Small Businesses? does Your Company Have A Dd Form 254 With Mda Contracts Or With Another Department Of Defense Agency? Please Provide Your Facility Security Officer’s Contact Information. if Mda Decides To Issue A Formal Solicitation (rfp) For This Effort, State Whether The Company Will Assert Any Claims Of Limited Or Restricted Rights For The Mda As Part Of Your Contract Proposal (guided By Far And Dfars Requirements For Types Of Technical Data), Such As Contract Data Requirements Lists, Technical Drawings, Software, And Hardware. based On The Level Of Interest And The Apparent Capability Of Industry To Perform In These Areas, The Mda Reserves The Right To Develop An Acquisition Strategy To Pursue A Solicitation. The Mda May Request Follow-up Information And/or Capability Presentations From Rfi Respondents As Needed, As A Result Of The Information Received From This Rfi. The Purpose Of These Follow-up Questions And Discussions Is For The Mda To Better Understand The Market Capabilities In Relation To The Various Acquisition Strategies Available For This Effort. Information Received From Follow-up Questions And Presentations Is Considered Part Of The Overall Market Research Activity And Will Be Conducted In Accordance With Far Subpart 3.104 And 15.201. 5. Instructions: address All Informational Packages And Questions Concerning This Rfi In Writing Via E-mail To The Procuring Contracting Officer, Sm3rfi@mda.mil. to Help Aid With Developing Responses And Understand Mda/ab And Abg, Please Go To Www.mda.mil, And Specifically Www.mda.mil/system/aegis_bmd.html. In Accordance With The Paperwork Reduction Act, Rfi Submissions Will Only Be Accepted Electronically. Responses To This Rfi Are Due No Later Than March 25, 2025, At 5:00pm Edt. All Submitted Information Will Be Handled According To Applicable Markings. The Mda Will Only Accept Unclassified Responses. Classified Information Shall Not Be Contained In The Response. industry Is Encouraged To Respond With Information Not Constrained By Proprietary Data Rights. If Proprietary Data Is Included In The Reply, The Respondent Is Responsible For Appropriate Markings. Participants Are Responsible For Adequately Marking Proprietary Information Contained In Their Response, And Any Proprietary Information Must Be Marked As Such On A Paragraph-by-paragraph Basis. The Mda Intends To Use Third Party, Non-government (contractor) Support Personnel As Subject Matter Experts In The Review Of Responses Received, Including The Review Of Any Marked Or Unmarked Proprietary Information Provided. Appropriate Non-disclosure Agreements Have Been Executed Between The Third Party, Non-government (contractor) Support Personnel, And The Government, And Are On File With The Mda. Submission Of A Response To This Rfi Constitutes The Participant’s Acknowledgement And Agreement That The Information Provided In The Response, Including Any Marked Or Unmarked Proprietary Or Source Selection Information, May Be Disclosed To These Third Party, Non-government (contractor) Support Personnel. the Resultant Knowledge Gained Will Enable The Mda To Achieve The Best Value Acquisition Of Sm-3 Systems, Commodities, Components, Technologies, Capabilities, Or Services To Fulfill Its Complex Mission.
Bureau Of Fisheries And Aquatic Resources Region Vii Tender
Electrical Goods and Equipments...+2Electrical and Electronics, Furnitures and Fixtures
Philippines
Closing Soon14 Mar 2025
Tender AmountPHP 146 K (USD 2.5 K)
Details: Description Free On-site Delivery............................ 1. 4 Pcs. Coco Lumber 4x4x10 2. 20 Pcs. Coco Lumber 2x3x10 3. 20 Pcs. Coco Lumber 2x2x10 4. 600 Pcs. Nipa Shingles 5. 50 Pcs. Bamboo Poles 6. 50 Pcs. Bamboo Stamps 7. 10 Sheets Marine Plywood 1/4 11mm 8. 3 Kilos C. Nails 1 1/2 9. 3 Kilos C. Nails 2 10. 3 Kilos C. Nails 3 11. 3 Kilos C. Nails 4 12. 300 Pcs. Chb 13. 120 Bags River Sand 14. 40 Bags Cement 15. 100 Bags Gravel 16. 25 Lengths Deformed Bars 10mm 17. 1 Unit Toilet Bowl 18. 1 Unit Pvc Toilet Door 19. 3 Kilos Tie Wire #16 20. 30 Meters Pdx Wire #14 21. 30 Meters Pdx Wire #12 22. 1 Unit Circuit Breaker 20a 23. 1 Unit Circuit Breaker 15a 24. 1 Unit Circuit Breaker 30a 25. 3 Pcs. Outlet 3 Gang 26. 4 Pcs. Socket 27. 1 Pcs. Lead Bulb 9 Watts 28. 3 Pcs. Junction Box 29. 1 Roll P.e Net 400/12 X14 X 100md 30. 4 Pcs. Switch 31. 1 Box Staple Wire #1/2 32. 30 Meters P.e Hose 1/2 33. 2 Pcs. Faucet 1/2 34. 2 Pcs. Door Knob (good Quality) 35. 1 Set Pre-fabricated Panel Door (.9mx2.1m) 36. 1 Gallon Enamel Paint (blue) 37. 3 Pcs. Baby Paint Roller 38. 1 Unit Glass Food Display Rock 36"lx18"w24"h 39. 5 Pcs. Pail 10l Cap (heavy Duty) 40. 3 Pcs. Tumbler 90l Cap (heavy Duty) Terms & Conditions: 1.) Supplier/bidders Shall Provide Correct And Accurate And Right Legible Information Required In This Form; 2.) Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Deadline Of Submission. 3.) Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/ Or Levies Payable. 4.) Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5.) In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Bfar-7 Shall Adopt And Employ "draw Lots" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 6.) Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 7.) The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications And Other Terms And Conditions Stated Herein; 8.) The Bfar-7 Shall Have The Right To Inspect And/or Test (upon Request Letter C/o Supplier) The Goods To Confirm Their Conformity To The Technical Specifications. 9.) Payment Shall Be Processed After Delivery And Upon The Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Contractor's Account. 10.) Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Bfar-7 May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 11.) Submit Three (3) Copies Of Rfq With Printed "terms And Conditions" At The Back.
Philippine Merchant Marine Academy Tender
Others
Philippines
Closing Soon14 Mar 2025
Tender AmountPHP 196.4 K (USD 3.4 K)
Description: Sword And Sword Tassel , Metal Fabrication ,philippine Merchant Marine Academy
Western Railway - WR Tender
Civil And Construction...+2Building Construction, Construction Material
Ireps
India
Closing Date8 Apr 2025
Tender AmountINR 6.2 Million (USD 71.2 K)
Details: Description:- Supply Of Fabricated Rolled Gi Steel Structures And Sps - Details Of Work With Schedule
and Explanatory Note Is Attached As Annexure A
311-320 of 1791 active Tenders