Fabrication Tenders

Fabrication Tenders

Indian Army Tender

Works
Civil And Construction...+2Civil Works Others, Building Construction
GEM
Corrigendum : Corrigendum Added
India
Details: Constr Of Multipurpose Indoor Hall With Pcc Badminton Court size 57 Into 30 Into 30 Feet And Gym Size 30 Into 30 Into 15 feet Excavation Of Ground For Foundation 900mm X 600mm and 1m X 1m In Columns , Pcc 1 Ratio 4 In Foundation For brick Work With The Thickness Of 100 Mm , Pcc In Floor With bedding Of 3 Inch Rubble Stone And Pcc Work With 1 Ratio 1 point 5 Ratio 3 Mix M 20 Material Of 100 Mm Thickness , brick Work With 1 Ratio 6 Mix Material With Sub B Class Bricks work In Walls On 230mm Thick Wall , Plaster On Walls With 1 ratio 4 Mix Material Inside And Outside Maintaining thickness Of 15 Mm , Steel Bars In Column And Beam , Rcc work In Column And Beam With 1 Ratio 1 Point 5 Ratio 3 Mix m20 Material , Pillar Column Of 6 Inch Ms Round Pipe 4mm to 5mm Wall Thick With Base Plate On Bothside Of 16 Inch x16 Inchx10mm Thickness Height Of Pillar 22 Feet Include J bolts For Grouting Of Pillars 1mtr Long , Trusses Made Of 2 into 4 Inch Ms Pipe Of Wall Thickness 3 To 4 Mm Thick including Cutting Jointing Complete , Purlin Of 2 X 4 Inch rectangular Ms Pipe Of Thickness 3 To 4mm , Rafters Of 3x3 inch Square Pipe Of Thickness 3 To 4mm , Ms Pipe Support for Side Covering With 2x1 Point 5 Inch Pipe Of Thickness 3 To 4mm , Cross Bracing For Structure Of 2x4 Inch Ms Pipe Of thickness 3mm To 4mm , Aluminium Windows 6x6 Feet 06 nos And Doors 02 Nos Including All Accessories , Roof And side Covering With Colour Coated Aluminium Galvanized sheet 0. Point 45 To 0 Point 5 Mm Thick Including Claddings of 6 Into 6 Inch Size At All Corners Of The Shed , Electrification work Including Fans 8 Nos And Tube Lights 12 Nos And Switch sockets 20 Points , Ventilation Exhaust Fan 06 Industrial type Fixed On Top Of The Roof Incl All Attachments , Painting work Including Enamel Paint On Fabricated Work And whitewash On Cement Wall Inside And Outside , Badminton court Rubberized Mat Surface , Treadmill Commercial , dumbbells 2 And 4 And 5 And 10 Kg Weight , Rubberized weight Including Rods , Cross Trainer Commercial , Incline and Decline Bench , Exercise Bike Commercial , Gym Mat
Closing Date20 Jan 2025
Tender AmountRefer Documents 
This is an estimated amount, exact amount may vary.

Municipality Of New Bataan, Compostela Valley Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Item Quantity Unit Of Item Code Item Description Estimated Estimated No. Issued Unit Cost Total Cost B. Other General Requirements 1 1 Each B.5 Project Billboard/signboard 8,109.94 8,109.94 2 3 Mos B.7 Occupational Safety & Health Program 14,363.73 43,091.19 3 1 L.s B.9 Mobilization/demobilization 21,673.43 21,673.43 D. Earthworks 4 119 M³ 803(1)a Structute Excavation (common Soil) 299.89 35,686.91 5 105 M³ 804(1)a Embankment From Structure Excavation 210.00 22,050.00 6 14 M³ 804(4) Gravel Bedding 1,667.54 23,345.56 E. Plain And Reinforced Concrete Works 7 25 M³ 900(1)b Structural Concrete For Footing Tie Beam, Column, Suspended Slab, Girder/beam (class A, 285 Days) 8,714.35 217,858.75 8 1,976 Kg 902(1) Reinforcing Steel Of Reinforced Concrete Structures For One-story, Grade 40/grade 60 92.01 181,811.76 9 128 M² 903(2)a Formworks And Falseworks (for One-story Building) 947.89 121,329.92 F. Finishing Works 10 34 M 1013(2) Fabricated Metal Roofing Accessory (ridge/hip Rolls/flashing/counter Flashing/valley Roll) 539.79 18,352.86 11 680 M² 1014(1) Prepainted Metal Sheets (rib-type, Short Span/long Span, 0.5mm Thick) 719.28 489,110.40 12 821 M² 1032(1)c Painting Works Metal Painting 507.29 416,485.09 13 9,959 Kg 1047(2)b Structural Steel Roof Truss & Steel Plate 115.76 1,152,853.84 14 1,124 Kg 1047(2)c Structural Steel Purlins 118.52 133,216.48 15 72 Pc 1047(3)a Metal Structure Accessories (anchor Bolts) 863.89 62,200.08 16 261 Pc 1047(3)b Metal Structure Accessories (sagrods) 202.39 52,823.79 Page - 2 Subtotal: 1,817,579.28 Page - 1 Subtotal: 1,182,420.72 Grandtotal: 3,000,000.00
Closing Date12 Feb 2025
Tender AmountPHP 3 Million (USD 51.6 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Aklan District Engineering Office Region Vi Toting Reyes St., Kalibo, Aklan Re-invitation To Bid For Contract Id No.: 25ga0060 Contract Name: Construction (completion) Of Multi-purpose Building (covered Court/ Evacuation Center), Barangay Calacabian, Libacao, Aklan 1. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan, Through The Nep Fy 2025 Intends To Apply The Sum Of Php 2,475,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25ga0060 – Construction (completion) Of Multi-purpose Building (covered Court/ Evacuation Center), Barangay Calacabian, Libacao, Aklan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building (covered Court/ Evacuation Center) Contract Id No. : 25ga0060 Locations : Barangay Calacabian, Libacao, Aklan Scope Of Works : Completion Of Multi-purpose Building: Construction Of Six (6) Sets Of Footing, Six (6) Sets Of Column, Four (4) Sets Of Intermediate Beam And Four (4) Sets Of Roof Beam. Construction Of 6 Inches Chb Wall With A Total Area Of 92.12 Square Meters. Application Of Plastering And Painting Works. Fabrication And Installation Of Three (3) Sets Of Full Truss, Two (2) Sets Of Center Strut Beam Truss, Four (4) Sets Of Middle Strut Beam Truss And Four (4) Sets Of Side Strut Beam Truss. Installation Of Pre-painted Metal Sheet Roofing With A Total Area Of 383 Square Meters. Lastly, Application Of Painting Works On The Roof Framing Only. Approved Budget For The Contract : P 2,475,000.00 Contract Duration : 105 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enrol In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only The Following Documents Are Required From Prospective Bidders Prior The Sale Of Bidding Documents, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) C. Letter Of Intent (for Foreign Funded Projects) 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan And Inspect The Bidding Documents At Bac (conference Room), Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan During Weekdays From 8:00 A.m To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 – January 28, 2025 From The Address 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 Php 5,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Will Hold A Pre-bid Conference On January 15, 2025 At 10:00 A.m At Bac Conference Room, Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_aklan@dpwh.gov.ph For Electronic Submission On Or Before January 28, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 28, 2025 Immediately After The Deadline Of The Submission Of Bids At Bac (conference Room), Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Maria Paula P. Garcia-custodio Oic – Procurement Unit (036) 268-3269 Email Add: Bactwgaklan@gmail.com Electronicbids_aklan@dpwh.gov.ph Ernan I. Bañes Bac Chairperson (036) 268-3269 Email Add: Bactwgaklan@gmail.com Electronicbids_aklan@dpwh.gov.ph
Closing Date28 Jan 2025
Tender AmountPHP 2.4 Million (USD 42.2 K)

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: The Naval Sea System Command (navsea) Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support The Requirement For Accomplishment Of Ddg 51 Class Post Shakedown Availabilities (psas) For Four (4) Ddg 51 Class Ships At The Homeport Of Norfolk, Va. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 336611 Ship Building And Repairing. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. psas Are Intended To Accomplish Correction Of Government Responsible Trial Card Deficiencies; New Work Identified Between Ship Custody Transfer And The Start Of The Psa; And The Incorporation Of Approved Engineering Changes Which Were Not Incorporated During The Construction Period And Not Otherwise The Shipbuilder's Responsibility. Psas Can Vary In Scope And Complexity. 180,000 To 225,000 Man-hour Psas Are Common For Ddg, And Typically Include Additional Work Scope That Is Performed By Alteration Installation Teams (aits) And Other Outside Activities. The Psa Is Normally Accomplished Within A Period Of Approximately 16 Weeks, Depending On The Size Of The Psa Work Package. the Contractor Is Expected To Provide For The Necessary Program Management In Order To Adequately Manage, Integrate, And Support The Entire Psa Work Scope, Including That Work Scope That Is Not The Responsibility Of The Contractor To Perform. In Support Of This, A Resource-loaded Integrated Master Schedule (ims) That Provides For Accomplishment Of The Total Availability Work Package, Including Ait And Other Outside Activity Installation Modifications Will Be Required. the Contractor Will Be Expected To Provide Adequate Facilities For The Execution Of The Psa. The Executing Facility Should Have A Security Clearance Issued By The Defense Security Service At The Secret Level. Contractor Is To Provide Anti-terror/force Protection Measures Employed At The Contractor's Facilities In Accordance With Navsea Standard Item 009-72. The Contractor Is Required To Have The Capability To Dry Dock A Ddg-51 Class Ship And Sufficient Resources To Execute The Psa At The Contractor’s Facility. Warehouse/storage Facilities Are Required To Accommodate Material. Additionally, The Contractor Must Provide Indoor And Outdoor Production Facilities Capable Of Performing Marine Pre-fabrication, Repair, And Machining Onsite. Power, Compressed Air, Water, And Sewage Must Be Available And Operational For The Entirety Of The Psa Industrial Effort. Secure, Environmentally Controlled Facilities Should Be Available For Combat Systems And Electronics Equipment. The Contractor Shall Complete Work In A Manner Which Affords For Naval Supervisory Authority Certification Of The Psa. per Opnavinst 4700.8k, Conducting The Psa At Or Near The Ship's Homeport Is Desirable To Minimize Impact On Crew Training And Quality Of Life. The Homeport Location Is Norfolk, Va. if Your Organization Has The Potential Capacity To Perform The Above Described Efforts In Any Or All Of The Locations Listed Above, Please Provide The Following Information: 1) Organization Name, Address, E-mail Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; 2) Specific Points Of Contact For One Or More Company Individuals That Can Answer Follow-up Market Research Questions; And 3) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical And Industrial Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Efforts Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; And 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Personnel And Risk Mitigation. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition. In Accordance With Far 52.219-14, Should The Prospective Contract Be Competed As A Small Business Set Aside, The Prospective Offerors Would Be Required To Perform At Least 50% Of The Cost Of Manufacturing, To Include Industrial Work, Planning, Engineering, And Program Management. If You Are A Small Business, Include A Description Of Your Plan To Meet The Requirements Listed Above Within The Capability Statement Portion Of Your Submission. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Herein Described Efforts Are Invited To Submit A Response To This Sources Sought Notice By 1500 Eastern Standard Time On 02 Jan 2025. All Responses Under This Sources Sought Notification Must Be Submitted By Email To: contracting Officer: Kurt Boyles, Kurt.r.boyles.civ@us.navy.mil contract Specialist: Jocelyn Varela-martinez, Jocelyn.i.varela-martinez.civ@us.navy.mil respondents Are Responsible For Properly Marking And Clearly Identifying Proprietary Information Or Trade Secrets Contained Within Their Response. The Government Will Not Be Liable For, Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Marked And Clearly Identified. Information Provided Shall Be Treated As Business Sensitive And Will Not Be Shared Outside Of Government Activities And Agencies Without The Permission Of The Provider. please Choose One Of The Methods Below To Submit Your Response: for Electronic File Sizes Over 5 Mb Upload And Submit Your Response To The Safe Access File Exchange (safe) Application (https://safe.apps.mil). Please Follow The Steps Below: notify The Contract Specialist Of Your Intent To Submit A Response To The Source Sought; The Contract Specialist Will Initiate A Unique Upload Request For Your Response, Which Will Be Delivered Via An Email From Noreplyto@mail.mil (the Link Is Valid For 14 Days) follow The Link Provided In The Email; The Url May Contain Https://no-click.mil/?, If So Remove That Segment And Insert The Remainder Into Your Web Browser’s Address Bar click “cancel” When Prompted To Select An Authentication Certificate if Your Response Contains Business Sensitive Information, Check The Box Next To “encrypt Every File (required For Fouo, Pii, And Phi)” either Drag Your Response File(s) Into The Browser Window Or Individual Select Them By Clicking The Button Labeled “click To Add Files Or Drag Them Here” enter A Description Next To The File(s) click “drop-off Files” for Electronic File Sizes Fewer Than 5 Mb Send By Email To The Pco And Cs. notices Regarding This Sources Sought: this Sources Sought Does Not Constitute A Request For Proposal And Is Not To Be Construed As A Commitment, Implied Or Otherwise, By The Government That A Procurement Action Will Be Issued. no Telephone Inquiries Will Be Accepted And Requests For Solicitation Packages Will Not Be Honored, As No Solicitation Is Intended At This Time. response To This Notice Is Not A Request To Be Added To A Bidders List Or To Receive A Copy Of A Solicitation. the Government Does Not Intend To Award A Contract Solely On The Basis Of This Sources Sought. no Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise As A Result Of The Submission Of The Requested Information. no Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement And Any Follow Up Information Requests. responses To This Sources Sought May Be Considered In The Future Determination Of An Appropriate Acquisition Strategy For The Program. the Government May Not Respond To Any Specific Questions Or Comments Submitted In Response To This Sources Sought Or Information Provided As A Result Of This Request. any Information Submitted By Respondents As A Result Of This Notice Is Strictly Voluntary. notice Regarding Proprietary Information: All Submitted Materials Will Be Designated For Government Use Only. Third Party Support Contractors Providing Support To The Ddg Program May Have Access To The Submitted Material. These Contractors Have Executed Non-disclosure Agreements. Submission Of Material Requested In This Sources Sought Shall Constitute Consent To Allow Access To The Material/information By Any Relevant Third-party Support Contractor Supporting The Ddg Program. Submitted Material/information Will Be Safeguarded In Accordance With The Applicable Government Regulations.
Closing Date2 Jan 2025
Tender AmountRefer Documents 

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Others
United States
Details: The Purpose Of This Sources Sought Notice Is To Conduct Market Research And Identify Potential Sources Of Commercial Products/services That Satisfy The Government’s Anticipated Needs. background the National Institute Of Standards And Technology (nist), Particularly The Biomedical Measurement Technologies Group, Is Actively Seeking Specialized Test Substrates Composed Of Silicon Wafers Enhanced With Multiple Thin Films. These Substrates Will Play A Crucial Role In Testing Biofunctionalization Techniques That Are Essential For Advanced Electronic Sensing Applications. this Project Aims To Rigorously Assess The Stability And Reliability Of Biomolecule Attachment To Semiconductor Surfaces, Which Is Vital For The Development Of Effective Biosensors. The Substrates Required Will Serve As An Industry Reference Point For Nist's Internal Samples. As Such, They Must Be Manufactured On High-quality Foundry Or Research-grade Semiconductor Fabrication Lines Capable Of Processing 200 Mm Silicon Wafers. The Thin Films Must Be Applied Either Uniformly As A Continuous Layer Over The Entire Wafer Surface Or In A Precise Patterned Layout Using Either Optical Or E-beam Lithography, Depending On The Specific Requirements Outlined Below: blanket Films Of 3 Nm Hafnium Oxide (hfo2) On 2 Nm Silicon Dioxide (sio2) On Silicon Wafers. films With A Pre-specified Lithographic Pattern Of 3 Nm Hfo2 On 2 Nm Sio2 On Silicon Wafers. blanket 2 Nm Sio2 On Silicon Wafers. blanket Gold (au) Films With Thickness > 20 Nm On Silicon Wafers. blanket Films Of Amine Terminated Self-assembled Monolayers (sams) On A Film Of 3 Nm Hfo2 On 2 Nm Sio2 On Silicon Wafers. fin Structures, 30 Nm Wide, 30 Nm High, And 5 μm, Long Patterned With E-beam Lithography On Silicon Wafers. The Fin Patterns Will Be Coated With 3 Nm Hfo2. nist Is Seeking Information From Sources That May Be Capable Of Providing A Solution That Will Achieve The Objectives Andessential Requirements Described Above. how To Respond To This Notice in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response: Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response. provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei). identify The Equipment That Your Company Sells That Can Meet The Objectives Addressed In The Background Section Of This Notice. For Each Product Recommended To Meet The Government’s Requirement, Provide The Following: manufacturer Name model Number technical Specifications if Your Company Is Not The Manufacturer, Provide Information On Your Company’s Status As An Authorized Reseller Of The Product(s) describe Performance Capabilities Of The Product(s) Your Company Recommends To Meet The Government’s Requirements. Additionally, If There Are Other Features Or Functions That You Believe Would Assist Nist In Meeting Its Objectives Described Above, Please Discuss In Your Response. discuss Whether The Equipment That Your Company Sells And Which You Describe In Your Response To This Notice May Be Customized To Specifications And Indicate Any Limits To Customization. identify Any Aspects Of The Nist Market Research Notice, Including Instructions, And Draft Minimum Specifications In The Background Section You Cannot Meet And State Why. Please Offer Suggestions For How The Market Research Notice And Draft Minimum Specifications Could Be Made More Competitive. state Whether The Proposed Equipment Is Manufactured In The United States And, If Not, State The Name Of The Country Where The Equipment Is Manufactured. identify Any Plans/possibilities For Changes In Manufacturing Location Of The Aforementioned Equipment And Provide Relevant Details, Including Timeline. for The Naics Code Listed In This Notice: indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information. if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement. describe Services That Are Available With The Purchase Of The Aforementioned Equipment From Your Company Such As Installation, Training, And Equipment Maintenance. describe Standard Terms And Conditions Of Sale Offered By Your Company For The Recommended Equipment Such As: Delivery Time After Your Company Accepts The Order; Fob Shipping Terms; Manufacturer Warranty (including Details Regarding Nature And Duration); If Available, Description(s) Of Available Extended Warranty; Equipment Setup And Test; Operator And Service Instruction Manual(s); Cleanup After Installation; And If Applicable, Other Offered Services. Provide A Copy Of Manufacturer Standard Terms And Conditions That Typically Relate To The Sale Of The Specified Equipment, If Available. state Whether Your Company Offers Facility Renovation Services Related To Installation Of The Recommended Equipment At Its Delivery Destination, If Required Per The Nist-identified Minimum Specifications, And Provide Description Of Said Services. Indicate If Your Company Performs The Facility Renovation Services Or Typically Subcontracts The Work To Another Company. Indicate If Your Company Would Be Interested In Inspecting The Intended Installation Site During The Market Research Phase. state Published Price, Discount, Or Rebate Arrangements For Recommended Equipment And/or Provide Link To Access Company’s Published Prices For Equipment And Services. if The Recommended Equipment And Related Services Are Available For Purchase On Any Existing Federal Supply Schedule Contract(s) Or Other Contracts Against Which Nist May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information. identify Any Customers In The Public Or Private Sectors To Which You Provided The Recommended Or Similar Equipment. Include Customer(s) Information: Company Name, Phone Number, Point Of Contact, Email Address. provide Any Other Information That You Believe Would Be Valuable For Nist To Know As Part Of Its Market Research For This Requirement. state If You Require Nist To Provide Additional Information To Improve Your Understanding Of The Government’s Requirement And/or Would Like To Meet With Nist Representatives To Discuss The Requirement And The Capabilities Of The Identified Equipment. questions Regarding This Notice questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received 5 Calendar Days Prior To The Response Date. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice. important Notes this Notice Is For Market Research Purposes And Should Not Be Construed As A Commitment By Nist To Issue A Solicitation Or Ultimately Award A Contract. There Is No Solicitation Available At This Time. this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. after A Review Of The Responses Received, A Synopsis And Solicitation May Be Published On Gsa’s Ebuy Or Sam.gov. However, Responses To This Notice Will Not Be Considered An Adequate Response To Any Such Solicitation(s). thank You For Taking The Time To Submit A Response To This Request!
Closing Date4 Feb 2025
Tender AmountRefer Documents 

Lafayette Consolidated Government Tender

Energy, Oil and Gas...+2Electrical Generators And Transformers, Electrical and Electronics
United States
Details: Notice To Contractors Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Www.centralbidding.com Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 4:00 P.m. Central Time On The 24th Day Of January, 2025 For The Following: 167118.5.1120 Gas Turbine Generator Re-bid And Will, Shortly Thereafter, Be Opened And Read Aloud In The Council Briefing Room Located At 705 West University Avenue, Lafayette, La. Bids Received After The Above Specified Time For Opening Shall Not Be Considered And Shall Be Returned Unopened To The Sender. Bidders Are Encouraged To Call Into The Bid Openings At The Following Phone Number 337-291-5100. Scope Of Work: The Scope Of Work Shall Consist Of All Engineering, Design, Fabrication, Testing, Packaging And Delivery Of A Combustion Turbine Generator And Its Accessories And Including Manufacturer's Field Services At The Job Site. All Work Shall Be Completed Between Nine Hundred Fifty-eight (958) And One Thousand Two Hundred Fifty-nine (1259) Calendar Days From Issuance Of Notice To Proceed. Refer To 1.04 Contract Dates And Liquidated Damages Section Of The General Specifications For Further Details. In Accordance With Louisiana Rs 38:2212 Electronic Bids May Be Submitted At Central Bidding (www.centralbidding.com).official Bid Documents Are Available At Central Bidding (www.centralbidding.com). For Questions Related To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Bidders May Request The Electronic Bid Package From Christian Janes At Cjanes@lafayettela.gov. Bidders Submitting Bids Electronically Are Required To Provide The Same Documents As Bidders Submitting Through The Mail As Soon As Available. Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. Bidders Wishing To Submit Their Bid Electronically Must First Be Registered Online With Lafayette Consolidated Government As A Potential Supplier At The Website Listed Above. Bidders Submitting Bids Electronically Shall Include All Documents In One (1) Combined Pdf File With Bookmark(s) And Are Required To Provide One (1) Hard Copy Within Forty-eight (48) Hours From Bid Opening Through The Mail. Bidders Providing Bids My Mail, Shall Include One (1) Hard Copy With All Documents In One (1) Combined Pdf File With Bookmark(s) And Are Required To Provide An Electronic Copy In One (1) Usb Flash Drive. Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. Submission Of Confidential, Proprietary, Or Tradesecret Information (see La. R.s. 44:3.2(d) As A Public Entity, Lafayette Consolidated Government Is Subject To The Louisiana Public Records Law, Which May Require Submissions Of Bidders To Be A Public Record. Pursuant To La. R.s. 44:3.2(d), Bidders Who Submit Documents Or Information They Believe To Be Proprietary Or Trade Secret Must Clearly Mark Each Page Or Piece Of Information Which Is, In The Bidder’s Opinion, Proprietary Or Trade Secret And Must Also Submit With Such Information A Cover Sheet That Reads As Follows In Bold Type: Document Contains Confidential Proprietary Or Trade Secret Information A Sample Cover Sheet With This Statement Is Included With The Bid Documents. La. R.s. 44:3.2(d) Requires Lafayette Consolidated Government To Make A Determination As To Whether A Bidders Submission Is In Fact Proprietary Or Trade Secret Information Within Thirty (30) Calendar Days Of The Bidder’s Submission. Bids Must Be Signed In Accordance With Lrs Title 38:2212(b)5. A Corporate Resolution Or Written Evidence Of Authority Authorizing The Person Signing The Bid Is Required To Be Submitted With Bid. Failure To Submit A Corporate Resolution Or Certificate Of Authority With The Bid Shall Be Cause For Rejection Of Bid. Copies Of The Bidding Documents Are Available Upon Request By Contacting Purchasing & Property Management Division, Located At 705 West University Avenue, Lafayette, Louisiana Upon Payment Of Fifty Dollars ($50.00) Per Set, Non-refundable, Made Payable To The Lafayette Consolidated Government. Note: No Cash Will Be Accepted - Only Checks Or Money Orders Made Payable To Lafayette Consolidated Government. Bid Documents Shall Be Available Until Twenty-four Hours Before The Bid Opening Date. Questions Relative To The Bidding Documents Shall Be Directed To Christian Janes By Email At Cjanes@lafayettela.gov. Within One (1) Week Upon Receipt Of The Invitation To Bid, Bidders Are Encouraged To Confirm Intent To Submit A Bid By Replying To The "invitation To Bid" Email Sent By Christian Janes (cjanes@lafayettela.gov). Bidders Are Requested To Attend A Non-mandatory Pre-bid Meeting, Which Will Be Held On January 13, 2025 At 10 A.m. Central Time In The Engineering Conference Room 2 At The Lus Operations Center Located At 1314 Walker Rd., Lafayette, La 70506. Bidders Unable To Attend The Pre-bid In Person Can Attend By Joining Through Webex Using The Following Link: Https://lus.webex.com/lus/j.php?mtid=m2d39de87934722700eeb4c3093a5430c Or By Calling Into 1-408-418-9388 And Using Access Code 2486 359 3955##. Alternatively, A Meeting Invite Can Be Forwarded To You Via Email By Contacting Christian Janes At (337) 291-8262 Or Cjanes@lafayettela.gov. Each Bid Shall Be Accompanied By A Certified Check, Cashier’s Check, Or Bid Bond Payable To The Lafayette Consolidated Government, The Amount Of Which Shall Be Five Percent (5%) Of The Base Bid Plus Additive Alternates. If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To Ten Percent (10%) Of Policyholders’ Surplus As Shown In The A.m. Best’s Key Rating Guide, Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Bid Bond Shall Be Issued By A Company Licensed To Do Business In Louisiana. The Certified Check, Cashier’s Check, Or Bid Bond Shall Be Given As A Guarantee That The Bidder Shall Execute The Contract, Should It Be Awarded To Him, In Conformity With The Contract Documents Within Ten (10) Working Days. No Bidder May Withdraw His Bid For At Least Forty-five (45) Calendar Days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided With The Specifications. The Successful Bidder Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. In Accordance With Public Bid Law, Bids Are Valid For A Period Of Forty-five (45) Calendar Days From The Time Of The Opening Of Bids. Bids Will Be Evaluated By The Owner Based On The Lowest Responsible And Responsive Bid Submitted Which Is Also In Compliance With The Bid Documents. The Lafayette Consolidated Government Reserves The Right To Reject Any And All Bids For Just Cause In Accordance With La R.s. 38§2214.b. The Lafayette Consolidated Government Strongly Encourages The Participation Of Dbes (disadvantaged Business Enterprises) In All Contracts Or Procurements Let By The Lafayette Consolidated Government For Goods And Services And Labor And Material. To That End, All Bidders And Suppliers Are Encouraged To Utilize Dbes Business Enterprises In The Purchase Or Sub-contracting Of Materials, Supplies, Services And Labor And Material In Which Disadvantaged Businesses Are Available. Assistance In Identifying Said Businesses May Be Obtained By Calling 337-291-8410. Purchasing Division Lafayette Consolidated Government Publish Dates: 01-08-25; 01-12-25; 01-19-25 Dpr 988928
Closing Date24 Jan 2025
Tender AmountRefer Documents 

Ormoc City Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Admin-bac-form12-1 Revision 2, Effective January 1, 2024 Republic Of The Philippines City Government Of Ormoc 2nd /f New Ormoc City Hall Bldg.,ormoc City Tel # (053) 255-2054 & (8) 832-8888 Local # 1126, 1127 & 1123 Cb07-________________________ Invitation To Bid The City Government Of Ormoc, Through The Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Bid For The Hereunder Contract: Name Of Contract : Construction Of Multi-purpose Building Location : Brgy. Cabintan, Ormoc City Brief Description Other General Requirements; Permits And Clearances; Project Billboard/signboard; Occupational Safety And Health Program; Mobilization/demobilization; Earthworks; Clearing And Grubbing; Structure Excavation Common Soil; Embankment From Borrow (common Soil); Gravel Fill; Civil, Mechanical, Electrical And Sanitary/plumbing Works -division I- General; Reinforced Concrete; Structural Concrete 3500 Psi (class"a", 28 Days); Lean Concrete (manual Mixing); Reinforcing Steel (deformed), Grade 40; Formworks And Falseworks; Finishing And Other Civil Works; Sewer Line Works; Storm Drainage And Downspout; Septic Vault (concrete/chb); Plumbing Fixtures; Facial Mirror; Waterlines Works; Ceiling (4.5 Mm Metal Frame Fiber Cement Board); Carpentry And Joinery Works; Rough Hardware; Finishing Hardware; Aluminum Framed Glass Door (swing Type); Aluminum Glass Window (sliding Type); Aluminum Glass Window (awning Type); Aluminum Glass Window (fixed Type); Frames (jambs, Sills, Head, Transoms And Mullions); Doors (flush); Doors (wood Panel); Fabricated Metal Roofing Accessory (gauge 26, 0.551 Mm, Flashings); Fabricated Metal Roofing Accessory (gauge 24, 0.701 Mm, Gutters); Pre-painted Metal Sheets, Rib Type/long Span Above 0.427 Mm. Thck.; Waterproofing Cement Base; Glazed Tiles And Trims; Unglazed Tiles; Cement Plaster Finish; Painting Works (masonry/concrete); Painting Works (wood); Painting Works (steel); Chb Non Load Bearing/load Bearing (including Reinforcing Steel) 100mm; Metal Structure Accessories (bolts And Rods); Metal Structure Accessories (turnbuckle); Metal Structure Accessories (sagrods); Metal Structure Accessories (cross Bracing); Metal Structure Accessories (steel Plates); Structural Steel (trusses); Structural Steel (purlins); Railing; Electrical; Conduits,boxes & Fittings (conduit Works/conduit Rough-in); Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Pole Mounted Power Transformer (oisc) W/ Complete Accessories (single Or Three Phase, Pole Type Of Platform); Lighting Fixtures And Lamps; Approved Budget For The Contract : P 4,942,097.05 Cy2025 20% Development Fund-annual Budget Contract Duration : 130 Calendar Days Minimum Equipment 1-rebar Cutter, Max Dia (20mm) (owned/leased); 1-bar Bender (circular) (owned/leased); 1-concrete Mixer (1-2 Bagger, 8hp) (owned/leased); 2-welding Machine (owned/leased); 1-cutting Outfit (owned/leased); 1-cargo Truck/delivery Truck (owned/leased); 2-dump Truck (12 Cu.yd) (owned/leased); 1-plate Compactor (5 Hp) (owned/leased); 1-backhoe (0.80cu.m) (owned/leased); 2-concrete Vibrator (owned/leased); 1-pumpcrete (owned/leased); 1-boom Truck All Model 2-5mt 160hp (owned/leased); Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, And Should Have Completed Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project With A Value Of At Least 50% Of The Abc. 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 Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations(irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act". It Is Also Restricted To Filipino Citizens/sole Proprietorships,partnerships Or Organization With At Least Seventy Five Percent(75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. The Complete Schedule Of Activities Are Listed As Follows: Bac Activities Schedules (s) From To 1. Issuance And Availability Of Bidding Documents Tuesday, January 21, 2025 February 10, 2025 @ 9:30 A.m 2. Pre-bid Conference Wednesday, January 29, 2025 @ 2:00 O'clock P.m. 3. Deadline For Submission And Receipt Of Bids Monday, February 10, 2025 @ 10:00 O'clock A.m. 4. Opening Of Bids Monday, February 10, 2025 @ 2:00 O'clock P.m. The Bac Will Issue A Complete Set Of Bidding Documents To Interested Bidders Or Their Duly Authorized Representative At The Bac Office, 2/f New Ormoc City Hall Building, Ormoc City, Upon Presentation Of Proper Identification, Special Power Of Attorney (spa), For Authorized Representative And Upon Payment Of A Non Refundable Fee In The Amount Of Five Thousand Pesos Only. (p 5,000.00) To The City Treasurer's Office, Ormoc City. The City Government Of Ormoc 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 Any Affected Bidder Or Bidders. Approved: (sgd) Vincent L. Emnas Date Of Publication:philgeps January 21, 2025 Bac Chairman Newspaper N/a Closing Date: February 10, 2025 2025-01-cb07
Closing Date10 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.1 K)

Department Of Agriculture Tender

Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For The Procurement Of Supply And Delivery Of Various Machinery (by Lot) 1. The Department Of Agriculture-western Visayas, Through The National Expenditure Program 2025 (early Procurement Short Of Award) Intends To Apply The Sum Of Forty Three Million Five Hundred Ninety Five Thousand Pesos (php43,595,000.00) Being The Abc To Payments Under The Contract For Procurement Of Supply And Delivery Of Various Machinery (by Lot)/ib No. 2025-005 (amv). Description Abc Lot 1 ₱1,500,000.00 Lot 2 ₱1,600,000.00 Lot 3 ₱1,650,000.00 Lot 4 ₱1,485,000.00 Lot 5 ₱6,000,000.00 Lot 6 ₱1,250,000.00 Lot 7 ₱4,320,000.00 Lot 8 ₱14,000,000.00 Lot 9 ₱1,890,000.00 Lot 10 ₱4,500,000.00 Lot 11 ₱3,900,000.00 Lot 12 ₱1,500,000.00 Total ₱43,595,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-western Visayas Now Invites Bids For The Procurement Of Supply And Delivery Of Various Machinery (by Lot) With The Following Specifications: Lot 1 – 10 Units Hand Tractor • Brand New • Axle: Hexagonal Or Circular Plowing Capacity, Single Pass 1.0 Ha/day (minimum) Provision Of Earmuffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirements With Set Of Manufacturer’s Standard Tools Required For Maintenance Shall Conform To Pns/pabes 345:2022, Walking-type Agriculture Tractor (pull-type) • Prime Mover: Brand New 7.0 Hp (minimum), Water-cooled/air/cooled, Diesel/gasoline Engine, Direct-injection, Single-cylinder, Four-stroke Cycle Shall Conform To Paes 116:2001, Small Engine • With Implements One (1) Unit Each: Disc Plow (2 Disc), Minimum Comb Harrow Moldboard-type Side Plow Leveler • With Cage Wheel And Brand New Pneumatic Tires • With Trailer One (1) Ton Capacity With Leaf Spring/coil Spring Suspension And Brand New Tires • Additional Requirements:  With Amtec Test Results For Hand Tractor And Engine  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 2 – 10 Units Floating Tiller • Brand New Width Of Rotary Tilling Wheel: 1.0 M (min.) Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement Shall Conform To Paes 347:2022, Waking-type Agricultural Tractor- Specifications, Part 3: Float-assisted Tiller With Set Of Manufacturer’s Standard Tools Required For Maintenance • Engine (prime Mover): 9.0 Hp (min.) Air-cooled Gasoline/diesel Engine Shall Conform To Paes 116:2001, Small Engine • Additional Requirements:  With Amtec Test Results For Floating Tiller And Engine  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) For The Unit And The Engine Offered Lot 3 4 Units Brand New Rice Thresher With Sifter And Fan Or Shaker 7 Units Brand New Rice Thresher Without Sifter And Fan • Performance/classification: Thrown-in, Axial Flow Type Threshing Cylinder: Type: Open Cylinder Peg Tooth Round/knife Bar Mild Steel Output Capacity: 1 Ton/h (minimum) Shall Conform To Paes 204:2015, Mechanical Rice Thresher With Set Of Manufacturer’s Standard Tools Required For Maintenance Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement • Engine (prime Mover): Brand New 8 Hp, Minimum Air-cooled/water-cooled Gasoline Or Diesel Engine Shall Conform To Paes 116:2001, Small Engine • Additional Requirements:  With Amtec Test Results For Thresher And Engine  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 4 – 9 Units Rice Reaper • Brand New • Prime Mover: 2.61 Kw (3.5 Ho), Minimum Gasoline Engine • Field Capacity: 2.0 Ha/day (minimum) • Performance/classification/other Features/accessories: Width Of Cut: 1.0, Minimum Adjustable Cutting Height Transmission System Must Be Directly Coupled To The Engine Gear Transmission With Gear Box Preferably With Safety Features Shall Conform To Paes 212:2015, Rice Reaper • Additional Parts: With Cage Wheel With Brand New Pneumatic Tires (2 Units) • Additional Requirements:  With Complete Basic Tools And Accessories As Indicated In Paes  With Brochure  With Original Equipment Manufacturer Manual (oem) To Be Submitted During Delivery  With Amtec Test Result  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto) Lot 5 – 12 Units Corn Mill • Brand New Compact Type Input Capacity: 100kg/h (minimum) Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement Shall Conform To Paes 251:2021, Corn Mill With Set Of Manufacturer’s Standard Tools Required For Maintenance With Steel Ladder Minimum Of 3 Steps • Engine (prime Mover): Brand New 9 Hp (minimum) Air-cooled/water-cooled Gasoline/diesel Engine Or 3 Hp (minimum) Electric Motor, Single Phase Shall Conform To Paes 116:2001, Small Engine • Additional Requirements:  With Amtec Test Result For Corn Mill And Electric Motor Or Engine And Engine  With Instruction/operations Manual For Both Corn Mill And Enine (to Be Submitted Upon Delivery)  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 6 – 5 Units Hammer Mill • Brand New • Input Capacity: 100kg/h (minimum) Type: Swinging Type Or Fic Hammer With Set Of Screens • Shall Conform To Paes 216:2004, Hammer Mill • Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement • With Complete Basic Tools And Accessories As Indicated In Paes • With Steel Ladder Minimum Of 3 Steps • Engine (prime Mover): Brand New 7 Hp, Minimum Air-cooled/water-cooled Gasoline Or Diesel Engine Shall Conform To Paed 116:2001, Small Engine • Additional Requirements:  With Amtec Test Results For Hammer Mill And Engine  With Brochure  With Instruction/operations Manual For Both Hammer Mill And Engine (to Be Submitted Upon Delivery)  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 7 – 16 Units Corn Sheller • Brand New Output Capacity: 2.0 Tons/h (minimum) Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement Shall Conform To Paes 208:2000, Power-operated Corn Sheller With Brand New Pneumatic Tires With Set Of Manufacturer’s Standard Tools Required For Maintenance With Steel Ladder Minimum Of 3 Steps • Engine (prime Mover): Brand New 7 Hp, Minimum Air-cooled/water-cooled Gasoline Or Diesel Engine Shall Conform To Paes 116:2001, Small Engine • Additional Requirements:  With Amtec Test Results For Corn Sheller And Engine  With Brochure  With Instruction/operations Manual For Both Hammer Mill And Engine (to Be Submitted Upon Delivery)  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 8 – 4 Units Re-circulating Dryer • Brand New • Type: Batch Type, Recirculating Stationary • With Programmable In-line Monitoring System For Moisture Content, Temperature And Can Control Heating System And Shutdown The Drying Operation When The Grain Is Already Dried • Material Of Construction: Parts Of The Dryer With Direct Contact With The Grains Shall Be Made By Non-corrosive And Food Grade Material • Power Requirements: Single-phase Electrical Connection, Maximum 5kw Rated Power Of All Electric Motors • Holding Capacity: 6 Tons, Minimum • With Provision Of Built-in Moisture Meter • With Provision Of Safety Features • With Pre-cleaner Capable Of Removing Large Impurities And Unthreshed Paddy With Compatible Electric Motor • With Provision Of Ducting To Divert Heat Source From Heating System 1 Or Heating System 2, Made Of Stainless Steel Or Primer Painted And Powder Coated B.i Or G.i Sheet • With Set Of Manufacturer’s Standard Tools Required For Maintenance • Shall Conform To Performance Requirement Paes 201:2015, Heated-air Mechanical Grain Dryer • Heating System Requirement: Heating System 1 (petroleum Based Fuel)  Petroleum Based Fuel: Direct-fired  With The Following Components And Accessories - Flame Sensor - Electronic Ignition System - Automatic Fuel Shut-off - Adjustable Fuel Vaporizer - Automatic Temperature Control - Elevated Non-corrosive Ad Heat-resistant Fuel Container At Least 200 Liters Capacity - Compatible Single-phase Electric Motor For The Heating System Heating System 2 (biomass Fuel)  Biomass Fuel: Indirect-fired  With The Following Components And Accessories: - With Heat Exchanger - Burning Chamber: Made Of Refractory Bricks Or Steel - Automatic Fuel Feeder: Auger/screw Type - Temperature Control - Compatible Electric Motor For The Heating System - Fuel Can Be Rice Hull Or Corn - With Dust Collection System • Accessories: Brand New Moisture Meter (digital Capacitance Type) Ash Box/cart Generator Set - Rated Power: 15kva, Minimum - Voltage Requirement Compatible To The System - Power Supply/generation System Should Be Brand New And Not Refurbished - Provided With Mechanical Transfer Switch (mts) - All Electrical Wires, Accessories, Piping To The Power Generating Unit To The Mts And The Dryer Control Panel/system Shall Be Provided - With Thermal, Insulation And Noise Suppressor - Noise Level; 92 Dba Maximum, If Exceeded Earmuffs Shall Be Provided - With Protection Or Cover Against Rat Entry (as Per Manufacturers Specification) Air Compressor For Cleaning, Heavy Duty At Least 120 Psi, 5m Air Hose One (1) Unit Fire Extinguisher, Dry Chemical, Stored Pressure Type, 6 Kg Minimum Automatic Portable Bag/sack Closer/sewer With Portable, Heavy Duty Weighing Scale, Minimum 150 Kg Weighing Capacity With Collapsible Cover (trapal), Thickness: S200 With Bagging Bin, Capacity Appropriate To The System • Additional Requirements:  With Amtec Test Result (coupled System) (testing Material – Rice Or Corn)  With Brochure  With Original Equipment Manufacturer Manual (oem) To Be Submitted During Delivery  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) For The Prescribed Part Od The Dryer And Generator Set  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) Lot 9 – 7 Unit Multi-cultivator • Brand New • Transmission: Gear Type • Powered By 9 Hp (minimum) Gasoline Engine • With Implements And Accessories: Steel Wheel Steel Blades For Trench Cutting, Row Forming, Ditch Digging • Dry Weight: 165kg (minimum) • Shall Conform For Paes 147:2010, Field Cultivator • With Set Of Manufacturer’s Standard Tools Required For Maintenance • Additional Requirements:  With Amtec Test Result  With Brochure  With Instruction/operations Manual (to Be Submitted Upon Delivery)  With Reflectorized Da Western Visayas – Amia Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) Lot 10 – 2 Units Village Type Feed Mill • Brand New  Components: A. Fabrication Of One (1) Unit Horizontal Mixer  Mixing Rate: 800 Kg/h (minimum)  Prime Mover: 3hp (min.) Single Phase Electric Motor B. Fabrication Of One (1) Unit Hammer Mill (swinging Type)  Prime Mover: 12hp (min.) Gasoline/diesel Engine, Water-cooled/air-cooled  Capacity: 600 Kg/h (min.) C. Fabrication Of One (1) Unit Micro-mixer  Mixing Rate: 200 Kg/h (min.)  Prime Mover: 2hp (min.), Single Phase, Electric Motor  Made Of Stainless Casing D. Weighing Scale  Capacity: 1000 Kg (min.)  Platform Type E. Sack Sewing Machine  Portable Type  Single Thread Chain Stitch F. With Set Of Manufacturer’s Standard Tools Required For Maintenance • Additional Requirements:  With Amtec Test Result  With Instruction/operations Manual (to Be Submitted Upon Delivery)  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto) Lot 11 – 13 Units Forage Chopper • Brand New  Input Capacity: 300 Kg/h (minimum)  Length Of Cut: 10mm – 50mm  Discharge Mechanism: Throw-away Type  Feeding Mechanism: Semi-precision Cut  Mobility: With Wheels  Shall Conform To Paes 218:2004, Forage Chopper  With Set Of Manufacturer’s Standard Tools Required For Maintenance  Provision Of Earmuffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement • Engine (prime Mover):  Brand New  8 Hp (min.), Water-cooled/air-cooled, Diesel/gasoline Engine, Direct-injection, Single-cylinder, Four-stroke Cycle  Shall Conform To Paes 116:2001, Small Engine • Additional Requirements:  With Amtec Test Result  With Instruction/operations Manual (to Be Submitted Upon Delivery)  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 12 – 1 Unit Baler • Brand New  Capacity: 70 Bale/h, Minimum  Bale Shape: Square  Bale Output Dimension (lxwxh) Mm: 750x450x350, Minimum  Source Of Power: Tractor Pto  Tractor Power Required: 40-55hp • Additional Requirements:  With Amtec Test Result  With Brochure  With Original Equipment Manufacturer Manual (oem) To Be Submitted During Delivery  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto) Delivery Of The Goods Is Required Within 45 Calendar Days From Receipt Of Notice To Proceed And To Be Delivered At The Attached Drop Off Points. Bidders Should Have Completed, Within Three (3) Years (2021-present) 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 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. The Prospective Bidder Must Be Registered In The Philgeps. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture - Visayas And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 30, 2024 – January 21, 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 Following Amount: Lot Cost Of Bidding Documents Lot 1 ₱5,000.00 Lot 2 ₱5,000.00 Lot 3 ₱5,000.00 Lot 4 ₱5,000.00 Lot 5 ₱10,000.00 Lot 6 ₱5,000.00 Lot 7 ₱5,000.00 Lot 8 ₱25,000.00 Lot 9 ₱5,000.00 Lot 10 ₱5,000.00 Lot 11 ₱5,000.00 Lot 12 ₱5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Department Of Agriculture-western Visayas Will Hold A Pre-bid Conference At 9:30 A.m. On January 7, 2025 At The Rcpc Library, Rcpc Building, Da Wesviarc Compound, Brgy. Buntatala, Jaro, Iloilo 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 9:30 A.m. On January 21, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In The Amount Of Any Of The Acceptable Forms And In The Amount: Lot Abc Bid Security Form Of Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit (2%) Form Of Surety Bond (5%) Lot 1 ₱1,500,000.00 ₱30,000.00 ₱75,000.00 Lot 2 ₱1,600,000.00 ₱32,000.00 ₱80,000.00 Lot 3 ₱1,650,000.00 ₱33,000.00 ₱82,500.00 Lot 4 ₱1,485,000.00 ₱29,700.00 ₱74,250.00 Lot 5 ₱6,000,000.00 ₱120,000.00 ₱300,000.00 Lot 6 ₱1,250,000.00 ₱25,000.00 ₱62,500.00 Lot 7 ₱4,320,000.00 ₱86,400.00 ₱216,000.00 Lot 8 ₱14,000,000.00 ₱280,000.00 ₱700,000.00 Lot 9 ₱1,890,000.00 ₱37,800.00 ₱94,500.00 Lot 10 ₱4,500,000.00 ₱90,000.00 ₱225,000.00 Lot 11 ₱3,900,000.00 ₱78,000.00 ₱195,000.00 Lot 12 ₱1,500,000.00 ₱30,000.00 ₱75,000.00 In Lieu Of A Bid Security, The Bidder May Submit A Duly Notarized Bid Securing Declaration That Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Required Performance Security Within 10 Calendar Days From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event That It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Gppb. 9. Bid Opening Shall Be At 9:30 A.m. On January 21, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture-western Visayas 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. 11. The Department Of Agriculture-western Visayas Does Not Condone Any Forms Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Zarlina B. Cuello Bac Chairperson Da-wesviarc Compound Brgy. Buntatala, Jaro, Iloilo City Tel. No. (033) 320-23-73 Www.westernvisayas.da.gov.ph Procurement@wv.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps December 30, 2024 Zarlina B. Cuello Bac Chairperson
Closing Date21 Jan 2025
Tender AmountPHP 43.5 Million (USD 744.3 K)

DEPT OF THE NAVY USA Tender

Chemical Products...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n774.9|pfc|717-605-1339|darian.m.holley.civ@us.navy.mil| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil -i-45208| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|see Schedule||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg| equal Opportunity (sep 2016)|2||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| annual Representations And Certifications (may 2024)|13|335999|600|x|x|||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| the Offer Due Date Has Been Extended To February 03, 2025. Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Darian.m.holley.civ@us.navy.mil. b. General Requirements: Mil-std Packaging, Government Source Inspection Required. c. All Freight Is Fob Origin. d. This Rfq Is For A Buy/procurement. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. e. Only A Firm-fixed Price (ffp) Will Be Accepted. f. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization. h. Your Quote Should Include The Following Information For Justification Purposes: - New Procurement Unit Price____________________ - Total Price _____________________ - Procurement Delivery Lead Time (ptat) _________________ Days - Award To Cage _______________ - Inspection & Acceptance Cage, If Not At Award To Cage _____________ - Cost Breakdown Requested, Including Profit Rate (if Feasible). - Quote Expiration Date _______________ (90 Days Minimum Is Requested). h. Important Traceability Notice: if You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide An Official Letter And/or Email From The Oem Confirming That Your Company Is An Authorized Distributor Of Their Items. evaluation Factors: evaluation Utilizing Simplified Acquisition Procedures The Government Will Issue An Order Resulting From This Request For Quotation To The Responsible Offeror Whose Quotation Results In The Best Value To The Government, Considering Both Price And A Non-price Factors. The Following Factors Will Be Used To Evaluate quotations In Order Of Relative Importance: 1) Price. 2) Past Performance. The Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine The Following As Appropriate: Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, communications Between Contracting Parties, And Customer Satisfaction. 3) Supplier Performance Risk As Described In Dfars 252.204-7024. (end Of Provision) quotes Shall Be Received No Later Than The Date Specified In The Solicitation In Order To Be Considered. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Power Supply , Part Of The ;ma217900-02.2.815(35181) Mhc051 Cl, Data Acq 2; . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. document Ref Data=mil-std-129 | | |r |180524|a| | | document Ref Data=mil-std-1686 | | |c |951025|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Power Supply Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;04971 1000370-001 35181 Ps197364-03; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-129, Rev R, 24 May 2018; . 3.3 Workmanship - Workmanship For Electronic Equipment Shall Conform To The Following Criteria: Cleaning - After Fabrication, Parts And Assemblied Equipment Shall Be Cleaned Of Smudges, Loose, Spattered, Or Excess Solder, Weld Metal, Metal Chips And Mold Release Agents, Or Any Other Foreign Material Which Might Detract From The Intended Operation, function, Or Appearance Of The Equipment. Threaded Parts Or Devices - Screws, Nuts, And Bolts Shall Show No Cross Threading, Mutilation, Or Detrimental Or Hazardous Burrs, And Shall Be Firmly Secured. Bearing Assemblies - Bearing Assemblies Shall Be Free Of Rust, Discoloration, And Imperfections Of Ground, Honed, Or Lapped Surfaces. Conta Cting Surfaces Shall Be Free Of Tool Marks, Gauge Marks, Nicks, Or Other Surface-type Defects. There Shall Be No detrimental Interference, Binding, Or Galling. Wiring - Wires And Cables Shall Be Positioned Or Protected To Avoid Contact With Rough Or Irregular Surfaces And Sharp Edges And To Avoid Damage To Conductors Or Adjacent Parts. Shielding - Shielding On Wires And Cables Shall Be Secured In A Manner That Will Prevent It From Contacting Or Shorting Exposed Current-carrying Parts. The Ends Of The Shielding Or Braid Shall Be Secure To Prevent Fraying. Containment - The Harness And Cable Containment Means Shall Be Neat In Appearance And Uniformly Applied. The Containment Means (lacing, Ties, Tiedown Straps) Shall Not Cause The Wire Or Cable Insulation To Deform So That Performance Characteristics Are adversely Affected. Insulation - There Shall Be No Evidence Of Burns, Abrading, Or Pinch Marks In The Insulation That Could Cause Short Circuits Or Leakage. Clearance - The Clearance Between Wires Or Cables And Heat Generating Parts Shall Be Sufficient To Minimize Deterioration Of The Wires Or Cables. 3.4 Configuration Control In Accordance With Mil-std-973 Short Form Procedures - The Requirements Of Mil-std-973 Are Hereby Invoked In The Contract/purchase Order. The Tailoring Notes Stated In The Order Cited In Paragraph 6.2.1.3 Are Stated Below: A. Considered, Tailoring Implemented B. Automated Processing And Submittal Is Not Required. Interactive Access To Digital Data Is Not Required. C. Configuration Audits Are Not Required. D. Contractor's Configuration Management Plan Is Not Requried. E. Configuration Terminology Development Documentation Is Required. F. Only Paragraphs 5.3.3.2, 5.3.6.4, 5.3.6.7, 5.3.6.7.3 Are Required. G. Fcd Is Not Required. H. Acd And Pcd Is Not Required. I. Not Applicable (na) To This Contract/purchase Order. J. Na To This Contract/purchase Order. K. Na To This Contract/purchase Order. L. Paragraph 5.3.6 With The Exception Of Paragraph 5.3.6.5 And 5.3.6.7.1 Are Required. M. Paragraph 5.3.6.6 And 5.3.6.6.2 Are Required. N. Paragraph 5.3.6.6.1 Is Not Required Unless Specifically Cited Elsewhere In Section "c" Of This Contract/purchase Order. O. The Marking Requirement Is Stated Elsewhere In Section "c" Of This Contract/purchase Order. P. Interface Requirements Are As Specified On The Drawings Provided With This Contract/purchase Order Or The Primary Equipment Performance Mil-spec Or Std Cited In Section "c" Of This Contract/purchase Order. Q. Na To This Contract/purchase Order. R. All Class I Changes To Either A Government Owned Configuration Identification (ci) Or Baseline Configuration Shall Be Submitted To The Procurement Contracting Officer For Review And Subsequent Approval - Conditional Approval Or Disapproval. Ndi, Cots, And Pdi Items Previously Accepted By The Government Shall Be Submitted As Above. This Process Does Not Excuse The Contractor From Initially Offering To The Government An Item Which Meets The Minimum Technical And Operational Requirements Set Forth In This Contract/ Purchase Order. S. Preliminary Change Notices And Advance Change Study Notices Are Not Required. T. Na To This Contract/purchase Order. U. And V. Class Ii Engineering Change Proposal (ecp) May Be Carried Through Provided The Government Qar Reviews And Concurs With The Classification Review Which Resulted In The Ecp Being Classified As Class Ii. W. Paragraph 5.4.3 Is Required. X. Paragraph 5.4.4 Is Required. Y. Nors Are Not Required For This Contract/purchase Order. Z. Short Form Procedures Are Allowed. Aa. Paragraph 5.5.2 Is Not Required For This Contract/purchase Order. Ab. Paragraph 5.5.7 Is Not Required For This Contract/purchase Order. Ac. Paragraph 5.5.8 Is Not Required For This Contract/purchase Order. Ad. Paragraph 5.6.2 Is Not Required For This Contract/purchase Order. Ae. Paragarph 5.6.3 Is Not Required For This Contract/purchase Order. Af. Paragraph 5.4.2.2.3.2b Is Not Required For This Contract/purchase Order. 3.4.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted, the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority. Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below. The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788. Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor. 3.5 Electrostatic Discharge Control - The Contractor Shall Comply With The Electrostatic Discharge Control Requirements Established In Mil-std-1686. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.4 Visual, Dimensional, Mechanical Examination - Each Power Supply Shall Be 100% Inspected In Accordance With ;the Manufacturer's Eastablished Test/inspection Procedures; . 4.5 Electrical Performance Test - Each Power Supply Shall Be 100% Tested In Accordance With ;the Manufacturer's Established Test/inspection Procedures; . 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
Closing Date3 Feb 2025
Tender AmountRefer Documents 

BARANGAY CAMIRE, TANAUAN, LEYTE Tender

Civil And Construction...+3Civil Works Others, Electrical and Electronics, Solar Installation and Products
Corrigendum : Closing Date Modified
Philippines
Details: Description I. Structure Excavation (common Soil) Ii. Structural Concrete For Footing And Slab On Fill Iii. Structural Concrete For Column Iv. Reinforcing Steel Of Reinforced Concrete Structures V. Fabrication & Installation Of Steel Post Vi. Lighting Fixtures (solar Panel) Vii. Formworks And Falseworks 1. Barangay Camire, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Contractors, & Distributors Of Construction Materials For The Project: Installation Of Solar Street Light 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than January 10, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On January 10, 2025. 5. Barangay Camire, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Camire, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Rossarie Anne Flores Barangay Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i. Prescribed Forms)including The Required Enclosed Attachments. All Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items. Bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items. Bid/tenders Shall Be Written In Words As Well As In Figures, The Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof, The Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents, Including Annexes Shall Be Signed In Ink. The Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents, Specifications, Special Provisions If Any, And The Form Of Contract, And Fully Informs Himself As To Quality Of Materials. The Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenders For Any Expense Or Loss That May Occur In The Preparation Of Their Proposals, Nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To, And Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash, Certified Check, Cashier’s Check ,managers Check, Bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Camire, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond. Bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned. Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form, Shall Be Submitted In Two (2) Sealed Envelope Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders, And Must Be Addressed To; The Bac Chairman, Bids And Awards Committee(bac) And Or, Type Bac Chairman, Barangay Camire, Tanauan, Leyte. The Bidders Shall Mark The Two Envelopes; Do Not Open (date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st” Shall Contain The Following; 1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule; 4.manpower Requirements;5.after Sales Service/parts; If Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p454,942.80);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-a And Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope, Which Should Be Marked “2nd” Shall Contain The Following; 1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form; 2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid, But Shall Send Another Bid Equally Sealed, Properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac; In This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant, Either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself, Acts, Rules And Regulations Of The Republic Of The Philippines, Including Any Or All Local Ordinances Or Rules Or Regulations, Which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders. The Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules, And Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay’s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On January 10, 2025 At Exactly 2:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Barangay Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted. Award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Barangay Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information; Or (c) Such Other Compelling Grounds As Determined During Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By The Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By: Hon. Rossarie Anne Flores Barangay Chairman
Closing Date10 Jan 2025
Tender AmountPHP 454.9 K (USD 7.8 K)
3241-3250 of 3440 archived Tenders