Fabrication Tenders
Fabrication Tenders
DEPT OF THE NAVY USA Tender
Chemical Products...+1Aerospace and Defence
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
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.
BARANGAY CAMIRE, TANAUAN, LEYTE Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 454.9 K (USD 7.8 K)
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
City Of Cape Town Tender
Textile, Apparel and Footwear
South Africa
Closing Date7 Feb 2025
Tender AmountRefer Documents
Description: * Cycling Kit - Bib Shorts Cycling Kit - Bib Shorts Cycling Kit - Race Fit Jersey Cycling Kit - Socks Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb: The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. * Cycling Kit - Race Fit Jersey * Cycling Kit - Socks Item 1: 8 X (size L) Bib Shorts (colour # Black) - Branding Included, See Instructions Below Item 2: 8 X (size L) Race Fit Jersey (colour # Olive) - Branding Logo Included, See Instructions Below Item 3: 8 X Pairs Of Socks (colour # Black) - Branding Logo Included, See Instructions Below *if Manuafacturer Does Not Have Stock Of A Particular Colour Referenced In The Specifications, Alternatives Should Be Proposed. A Colour Change Will Be Considered, But Not Style Change. Colour Change Will Have No Impact On Cost. Samples/ Specifications Will Be Requested. *see Technical Specifications Below Item 1: Men's Apex Jacquard Bib Shorts Colour: Black Size: Large Key Features: Apex Jacquard The Apex Jacquard Bib Shorts Are An Amalgamation Of Cutting-edge Materials And Ergonomic Design. These Shorts Incorporate A Pro-fit Leg Length, Ensuring A Sleek And Aerodynamic Fit. The New Pre-shaped Ergonomic Design Allows For Maximum Movement And Flexibility, Adapting Seamlessly To The Rider's Body.a Standout Feature Is The Use Of Ultra-megno Woven Lycra In The Main Body, A Durable And Robust Fabric Comprising 66% Polyamide And 34% Elastane. This Material Choice Guarantees Longevity And Maintains The Shorts' Shape And Compression Capabilities Over Time. The Italian-made Argon X7 Mk Ii Pad Insert Is A Critical Component, Offering Unparalleled Comfort And Support For Long Rides. This Highquality Insert Reduces Pressure Points And Absorbs Shock, Enhancing The Riding Experience.the Bibs Feature Breathable Open Knit Suspender Elastic, Which Increases Airflow And Prevents Overheating. The Integrated Gripper Elastic At The Leg Ensures The Shorts Stay In Place, Eliminating Any Distractions While Pedalling.the Advanced Moisture-wicking Mesh Incorporated Into The Design Effectively Draws Sweat Away From The Skin, Keeping The Rider Dry And Comfortable. Lastly, The Firm Graduated Compression Not Only Enhances The Fit But Also Boosts Blood Flow To The Muscles, Reducing Fatigue And Aiding In Performance Features - New Pre-shaped Ergonomic Design - French Ultra-megno Woven Lycra - Italian Made Argon X7 Mkii Pad Insert - Breathable Open Knit Suspender Elastic - Integrated Gripper Elastic At Leg - Advanced Moisture Wicking Mesh - Firm Graduated Compression Boosts Blood Flow To Muscles - Pro-fit Leg Length Fabrics Main Body: Main Body: Ultra-megno Woven Lycra - Durable - Maintains Shape - Advance Moisture Wicking Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Item 2: Men#s Pecora Merino Cycling Jersery: Colour: Olive Size: Large Key Features # Race Fit Jersey Made With Merino Wool-based Fabric The Pecora Race Fit Merino Jersey Brings The Astounding Properties Of This Natural Fabric To Your Cycling Wardrobe. Merino Wool Is Leading The Charge Of A New Wave In Cycling Apparel, And Offers Riders Natural Temperature Regulation, Anti-bacterial, Sun Protection And Much More. The Merino Fabric Means That The Jersey Naturally Prevents The Build Up Of Bacteria That Causes Odours, As Well As Offering A Natural 15+ Upf Rating To Keep You Safe From The Sun's Harmful Rays. However, The Greatest Property Are The Amazing Temperature Regulating Properties, Which Keep You Cool When It Is Hot And Warm When It Is Cold. This Makes The Jersey Ideal For A Wide Variety Of Conditions. Each Jersey Is Layered With State Of The Art Trims, Which Offer Reflective Properties For High Visibility In Low Light Conditions, An Elasticated Back Hem With Silicon Gripper Finish For A More Secure Fit; Three Reinforced Back Pockets; And A Full Length Ykk Zipper. Merino Fit This Product Is Designed As A Slim, Fitted Garment. If You Are On The Cusp, Please Purchase A Size Up. Features - Short Sleeve Race Fit - Ykk Coil Zip - Merino Sheep Sidewinder - Reflective Trims For Visibility - 3 Panel Back Pocket - Silicone Gripper Elastic At Back Hem - Mock Cuff Construction Fabrics Main Body: Merino Blend Fabric - Naturally Anti-bacterial - Natural Thermoregulating Properties - Sun Protection With A 30+ Upf Rating Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Item 3: Aero Cycling Socks Colour: Black Size: 8 To 12 Aero Cycling Socks Have A Two Part Construction Featuring A Form Fitting Aero Upper Sock And A Breathable Lower Layer For The Perfect Mix Of Comfort And Performance.these Are High Performance Socks With Two Distinct Fabrications On The Upper And Lower Sock To Offer Unmatched Breathability, Moisture Management And Aerodynamic Performance. The Sock Also Features Silicon Anti-slip Cuffs For A Secure Fit Features - Aero Form Fitting Upper Sock - Silicon Anti-slip Cuff - Highly Breathable Lower Sock Fabrics Upper Sock: Aerodynamic <(>&<)> Moisture Management Lower Sock: Breathable <(>&<)> Moisture Management Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Branding Instructions City Of Cape Town Will Provide The Art Work For The 6 Colour Logo To The Succesfull Bidder Placement Of The Artwork Item 1: Bib Shorts# Place City Logo On Left Front Leg Only (above The Cuff) Item 2: Race Fit Jersey # Place City Logoon Right Chest Only Item 3: Socks # Outer Side, Left And Right Sock Art Work/logo#s To Be Vinyl Printed. Contact Person: Jaco Esterhuizen Contact Number: 084 555 6595 Delivery Address: 5th Podium Block Ct Civic Centre
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: Naval Air Warfare Center Aircraft Division Lakehurst, Nj Hereby Issues The Subject Solicitation (n6833525r0008) For Refurbishment And Repair Of Four Types Of Am2 Matting Packages: F71, F72, F73, And F78 Which Includes End Frames, Stamping/markings, End Sheets And Locking Bars In Support Of The Expeditionary Airfield Program. The Solicitation Is For A Firm-fixed Price Indefinite Delivery Indefinite Quantity Contract Consisting Of Five (5) Ordering Years. This Procurement Will Be Conducted As A 100% Small Business Set-aside Under North American Industry Classification System (naics) 332312 - Fabricated Structural Metal Manufacturing, With A Size Standard Of 500 Employees, With Award Being Made To The Lowest Price Technically Acceptable Offeror. Therefore, It Is Open To All Small Businesses That Express An Interest And Possess An Approved Dd2345 Militarily Critical Technical Data Agreement. See File Labeled (solicitation N6833525r0008) Uploaded Within The Procurement Integrated Enterprise Environment (piee) (link To Piee Posting Can Be Accessed Via Sam Announcement In The Attachment/links Section Below Along With Directions On How To Use Piee). In Accordance With Page 2, Section A Of (solicitation N6833525r0008), To Receive Full Solicitation Package, Including Exhibit A-c And Attachments 1-8 Noted Within Section J Therein, Which Includes Technical Data Whose Export Is Restricted By The Arms Export Control Act, The Contractor Must Submit A Valid, Current Dd Form 2345 Military Critical Technical Data Agreement To This Office Via Email To Contract Specialist Kelly Gray At Kelly.e.gray13.civ@us.navy.mil. The Dd Form 2345 Must Be On File With The United States/canada Joint Certification Office. For Form 2345 Information, Contact Dlis In Battle Creek, Mi At 800-352-3572 Or Visit On The Web At Http://www.dlis.dla.mil/jcp. This Website Will Provide All Necessary Information Concerning Certification Under The Joint Certification Program. Potential Offerors Must Be Currently Registered In In The System For Award Management (sam). Sam Registration Information Can Be Found At Https://www.sam.gov And Is Mandatory For Consideration. In Accordance With Section L Of (solicitation N6833525r0008), All Volumes Of The Proposal Shall Be Submitted Electronically Through The Solicitation Module Of The Piee At Https://piee.eb.mil, No Later Than 5:30 Pm Est, 6 January 2025. Please Note That It Is Requested That The Past Performance Volume Information Be Submitted 10 Days Prior To The Submission Date Specified In Block 9 Of The Sf 33 Of The Rfp, As Stated Within Section L, On Page 97 Of (solicitation N6833525r0008). See (solicitation N6833525r0008) And All Applicable Exhibits And Attachments For Full Outline Of The Solicitation Requirements.
City Of Lapu lapu Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 3.1 Million (USD 54.1 K)
Details: Description Republic Of The Philippines City Of Lapu-lapu 6015 Bids And Awards Committee Invitation To Bid For The Procurement Of Led Wall ( Indoor & Outdoor) And Accessories The City Of Lapu-lapu Through The Capital Outlay Funds 3322-1-07-05-140-23s3 Intends To Apply The Sum Of Three Million One Hundred Sixty-five Thousand Three Hundred Sixty-six Pesos (₱ 3,165,366.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Led Wall ( Indoor & Outdoor) And Acessories Under P. R No. 24-10-1325. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Of Lapu-lapu Through The Bids And Awards Committee (bac) Now Invites Bids For The Abovementioned Procurement Project. Dep.ed Item No. Qty. Unit Of Issue Item Description 1. 2 Set Ledwall Indoor 20 Panels Led Screen 500mm X 500mm Cabinet Knight Lamp Smd2121 7680hz Refresh Rate With Hub Board Design. Mask: 125125mm Size. Lamp: Smd2121. Led Module: 250mm*250mm 30pcs Each Right & Left. Flight Case For 500mm * 500mm: 6pcs Cabinets In One Case Color Optional Logo Printing Available. Cabinet 500mm*500mm Size: Color Optional Logo Printing. Receiving Card: . Power Supply: G-energy 5v/40a (200-240v) Power Connector: 1m. Signal Connector: 1m. Led Software: Aluminum Platform Led Wall Riser Adjustable From 2ft To 4ft Height. 2. 2 Set Ledwall Outdoor 20 Panels Led Screen 500mm X 500mm Cabinet Knight Lamp Smd1921 7680hz Refresh Rate With Hub Board Design Mask: 125x125mm Size Flight Case For 500mm X 500mm 8pcs Cabinets In One Case Color Optional Logo Printing Available. Cabinet 500mm*500mm Size Color Optional Logo Printing. Receiving Card Video Processor Led Module : P3.91outdoor 250mm*250mm Led Module : P3.91outdoor 250mm*250mm. With Hanging Ragging Bar. 3. 2 Unit Video Switcher V-8hd V-8hd Channels: 8 Video, 18 Audio Video Format: 1080p/60fps Video Inputs: 8 X Hdmi Video Outputs: 3 X Hdmi Audio Inputs: 1 X Dual Rca Stereo Audio Outputs: 1 X Dual Rca Stereo Headphones: 1 X 1/8" Trs Usb: 1 X Type B (remote), 1 X Type A (memory) Other I/o: 2 X 1/4" Trs (control/expression) Effects: Transition, Composition, Dsk Software: V-8hd System Program Power Source: Ac Adapter (included) 4. 1 Lot Led Wall Peripheral 1. 4 Units Hdmi Extender Hdbaset Extension Technology Using Only One Cat 6 Cable To Connect The Transmitter And Receiver Hdmi (3d, Deep Color, 4kx2k); Hdcp Compatible Supports Resolutions Of Up To Ultra Hd 4kx2k And 1080p Full Hd Long Distance Transmission - Up To 100m 2. 1 Roll Utp Cable Category : 6 Utp Solid Cable. Conductor : Conductor : 23 Awg (solid) Conductor Meta : Conductor Meta : Bare Copper. Insulation Material : Hd-pe. 3. 1 Unit Power Pack 8 In Heavy Duty 4. 1 Roll Royal Cable 2c Size 10 5. 2 Units Hdmi Matrix Switch 4 X 4 4k Connects Any Of 4 Hdmi Sources To Any Of 4 Hdmi Displays Supports 4k Resolutions Up To Uhd (3840 X 2160) And Dci (4096 X 2160) With Refresh Rates Of 30 Hz (4:4:4) And 60 Hz (4:2:0) Signaling Rates Up To 3.4 Gbits For Fl Awless 4k Output Multiple Control Methods ? System Management Via Front-panel Pushbuttons, Ir Remote And Rs-232 Control 6. 10 Pcs. Hdmi Cable 20 Meter High Speed Hdmii Cable (up To 4096 X 2160 W/ Ethernet @60hz) 5. 1 Lot Trusses Fabrication Indoor And Trusses For Outdoor And Bolts For Led Wall 6. 1 Lot Installation (termination, Callibration, Wirring And Miscellaneous) Delivery Period: Thirty(30) Days Upon Receipt Of Purchase Order. Delivery Place: Deped Div. Of Lapu-lapu City. Please Coordinate With Deped Lapu-lapu Upon Delivery Of Said Items. The City Of Lapu-lapu Now Invites Bids For The Above Procurement Project. Termination, Calibration, Wirring And Miscellaneous And Delivery Are Required Within Thirty (30) Calendar Days Upon Receipt Of Notice Of Award/purchase Order. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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. Prospective Bidders May Obtain Further Information From The City Of Lapu-lapu Through The Bids And Awards Committee, Located At The 2/f City General Services Office, City Hall, Pusok, Lapu-lapu City And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m To 4:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 16, 2024 (from 8 A.m. To 5 P.m.) Until On Or Before 12 Noon Of January 14, 2025 From Bac Office Located At The 2/floor Of The City General Services Office, City Hall, Pusok, Lapu-lapu City And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Standard Rates Set On R.a.9184 In The Amount Of ₱ 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fee For The Bidding Documents During The Period Provided In The Preceding Paragraph. The City Of Lapu-lapu/ Bac Will Hold A Pre-bid Conference On January 2, 2025 (1:30 P.m.) At Bac Conference Room Located At 2/floor City General Services Office, Pusok, Lapu-lapu City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat At The Given Address Above On Or Before 12 Noon Of January 14, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 14, 2025 (1:30 P.m.) At Bac Conference Office, Located At 2/floor City General Services Office, Pusok, Lapu-lapu City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The City Of Lapu-lapu /bac 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. For Further Information, Please Refer To: You May Visit The Following: Vanessa Jeanne A. Dela Serna Philgeps: ______ Website: _______ Bac Secretariat 3 Conspicuous Place: City General Service Office Ceo Bulletin: ____ Cgso:____ Market:____ Telephone Number: 340-5735 Ronaldo D. Malacora Officer-in-charge- Cgso Bac Chairperson 16th Day Of December, 2024 (philgeps’ Posting Date)
Municipality Of Bayombong Nueva Viscaya Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 114.3 K (USD 1.9 K)
Details: Description Republic Of The Philippines Municipality Of Bayombong Province Of Nueva Vizcaya Office Of The Bids And Awards Committee Name Of Procuring Entity: Lgu – Bayombong Request For Quotation No.: _____________________ Revised On: ______________________________ Date: _____________________ Standard Form / Title: Request For Quotation Office / End User: _____________________ Company Name: _______________________________________________________ Address: _______________________________________________________ Tel. No. / Fax No.: _______________________________________________________ Please Quote Your Lowest Price On The Item(s) Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 9:00 A.m. February 04, 2025in The Return Envelope Attached Herewith, To The Bac Secretariat For Goods, Local Government Unit Of Bayombong, Nueva Vizcaya. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Seven (3) Working Days Upon Receipt Of The Approved Funded Purchase (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies And Materials; One (1) Year Warranty For Equipment From Date Of Acceptance By The End-user. 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. Philgeps Registration Number Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certification Of The Products Being Offered. 7. Please Indicate The Brand Of Each Item Being Offered. 8. The Approved Budget Ceiling For This Procurement Is One Hundred Fourteen Thousandthree Hundred Fourteen Pesos Only (php114,314.00) Era _____ Fap _____ Lcd _____ Mlp _____ Engr. Johnson G. Termines Mpdc/bac Chairperson Item No. Items And Description Qty Unit Unit Price Total Price 1 1.22mw X 6mm Thk Twinwall Plain Polycarbonate Long Span Sheet(clear) 48.74 Lin.m. 2 Polycarbonate H-clip Connector(clear) 24 Pcs. 3 Polycarbonate U-clip (clear) 19 Pcs. 4 Silicone Sealant (clear) 15 Tubes 5 1 ½" Tecksrew 397 Pcs. 6 Teckscrew Adaptor 2 Pcs. 7 Vulcaseal 3 Ltrs. 8 Fabricated 4' X 8' Std. Tarpaulin W/ 2" X 2" Wood Frame,brace Post 1 Unit Xxxxxxxxxxxxxxxxxxxxx Purpose: Purchase And Delivery Of Materials For The Rehabilitation Of Torn And Shattered Roofing Of Lgu-bayombong Canopy (damaged Roofing) The Award For This Rfq Will Be Lumpsum Basis, Prospective Suppliers Must Quote For All Items, Otherwise, They Will Be Subjected For Disqualifications. Brand And Model: _______________________ Warranty: _____________________ Delivery Period: _______________________ Price Validity: _____________________ After Having Carefully Read And Accepted Your General Conditions, I / We Quote You On The Item/s At Prices Noted Above. If The Space For Delivery Period, Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By The Local Government Unit Of Bayombong. Tel. No.: 09171641574/ Bac Secretariat _______________________________ Date Of Advertisement: ________________ Printed Name / Signature / Date _________________________________ Philgeps Registration Number _______________________________ Tel No. / Cellphone No. / E-mail Address
MUNICIPALITY OF PAGAYAWAN, LANAO DEL SUR Tender
Civil And Construction...+2Construction Material, Machinery and Tools
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 9.5 Million (USD 164.3 K)
Details: Description Description Qty Unit Description 20 Pieces Safety Helmet 20 Pair Safety Shoes 20 Pieces Safety Vest 20 Pair Working Gloves 17 Pieces Rubber Boots 17 Pieces Rain Coats Lumpsum First Aid Kit 10 Cu.m. Gravel Bedding (with Shrinkage Factor) 606 Bag Cement 34 Cu.m. Sand 63 Cu.m. Gravel 5,395 Kg Deformed Reinforcing Steel, Grade 40 64 Kg #16 G.i. Wire 1,345 Bd. Ft. 2”x 3” X 12’ Good Lumber 1,345 Bd. Ft. 2” X 2” X 12’ Good Lumber 145 Pcs ½” X 4’ X 8’ Marine Plywood 150 Kg Common Wire Nails 13.50 Lit. Soil Poisoning 10 Pcs 75 Mm Dia. Polyvinyl Chloride (pvc) Pipe And Fittings, Blue 2 Pcs 100 Mm Dia. Polyvinyl Chloride (pvc) Pipe And Fittings, Blue 5 Pcs 75 Mm Pvc Strainer 5 Pcs 75 Mm Pvc 90 Deg Elbow 75 Pcs 75 Mm Pvc Coupling 10 Pcs Faucet 2 Pcs Finishing Hardware Fabricated Ladder 18 Sq.m. Corrugated Roofing Sheet 188 Pcs Tecksrew / Bolt With Washer 186 Sq.m. Sahara Cement Water Proofing 4 Gal Concrete Neutralizer 8 Gal Concrete Sealer / Primer 9 Gal Patching Compound 13 Gal Semi-gloss Latex 1.50 Gal Red Oxide 3 Gal Enamel Paint 6 Lit Paint Thinner 309 Kg Structural Steel Truss 5 Kg Acetylene 7 Kg Oxygen 7 Kg Welding Machine 171 Kg Metal Railing 4 Kg Welding Rod 4,630 M 25 Mm Dia. Polythelene (pe) Plastic Pipe And Fittings 186 Pc 25 Mm Dia. Polythelene (pe) Plastic Pipe And Fittings 6 Pc 25 Mm Dia. Polythelene (pe) Tee 3,210 M 50 Mm Dia. Polythelene (pe) Plastic Pipe And Fittings 148 Pc 50 Mm Dia. Polythelene (pe) Coupling 7 Pc 50 Mm Dia. X 25 Mm. Dia Polythelene (pe) Reducer 3 Pcs 50 Mm Dia. X 25 Mm. Dia Polythelene (pe) Tee 2,734 M 75 Mm Dia. Polythelene (pe) Plastic Pipe And Fittings 91 Pcs 75 Mm Dia. Polythelene (pe) Coupling 1 Pc 70 Mm Dia. X 50 Mm. Dia Polythelene (pe) Reducer 3 Pcs Valve 1 Set No. 2 Submergeble Pum With Complete Accessories 1 Set No. 25 Kba Transformer With Complete Accessories
City Of San Pedro Tender
Others
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 239.9 K (USD 4.1 K)
Details: Description The City Government Of San Pedro, Laguna Invites Interested Parties To Quote For The Following Item/s As Per Request Jose L. Amante Emergency Hospital: Quantity Unit Item Description Repair Of Fire Detection And Alrm System Fire Protection Pipe Replacement 6 Pcs B.i. Pipe #4 Schedule 40" 12 Pcs B.i. Pipe #4 Elbow Schedule 40" 2 Set Gate Valve Rubber Bushing 1 Lot Weldong Rod Commercial Type 1 Lot Angle Bar Support - Fabricated 1 Lot Restoration And Minimal Construction 1 Lot General Service Installation (labor) Forms Can Be Obtained From The Bac Secretariat February 1, 2025 From 8:30am To 5:00pm. Deadline For Submission Of Canvass Is On February 5, 2025 Along With The Following Requirements For Accreditation Purposes: 1. Letter Of Intent Addressed To The Bac Chairman Requesting For Accreditation 2. Dti Business Name Registration Or Sec Registration Certificate; 3. Valid And Current Mayor’s Permit/municipal License; 4. Certified Copy Of Vat Registration Certificate Showing The Taxpayer Identification Number (tin); 5. Latest Tax Certificate (executive Order No. 398); 6. Philgeps Certificate Of Registration; 7. Audited Financial Statements, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing The Bidder’s Total And Current Assets And Liabilities. 8. Statement Of The Bidder That It Is Not “blacklisted” Or Barred From Bidding By The Government Or Any Of Its Agencies, Officers, Corporations Or Lgus, Including Non-inclusion In The Consolidated Blacklisting Report Issued By The Gppb; 9. Latest Income Tax Return With Bir Acknowledgement Receipt 10. Credit Limit Certificate Issued By The Bank 11. Sketch Of The Company Location And 3r Size Photos Showing The Office/plant, Number And Street. 12. Company Profile The Contract Will Be Awarded To Qualified Bidders Whose Bid Proposal Appears To Be The Most Advantageous And Responsive To The Lgu-san Pedro, In Accordance With The Revised Irr Of Ra 9184 And The Agency's Judgment And Discretion, But Not In No Way Bound To Accept The Lowest Bid Or Any Bid Proposal Which In Its Judgment Are, In The Ultimate Analysis, Not Advantageous To The Government. Term Of Payment Is Thirty (30) Days Upon Final Acceptance Of Items. Bids Submitted After The Prescribed Deadline Shall No Longer Be Accepted. Only Accredited Suppliers May Secure Official Request For Quotation Form From The Bac Secretariat. Participating Duly Licensed Suppliers/ Manufacturers/ Distributors/contractors Must Submit The Officially Prepared Request For Quotation Form With Legibly Typed /printed Price Quotations Unto The Space Provided Opposite The Item Description Of The Request For Quotation Form, Signed And Sealed Into An Envelope To The Bac Secretariat/twg, City Of San Pedro, Laguna. The City Government Of San Pedro, Laguna Reserves The Right To Accept Or Reject Any Or All Bids, To Annul The Canvassing Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier Or Suppliers, Or To Award Such Bid To The Supplier Whose Bid Is Considered Most Advantageous To The Government.
UNIVERSIDAD DE MANILA Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 234.1 K (USD 4 K)
Details: Description I. Background Per Ordinance No. 8635 Dated April 27, 2020 Of The City Council Of Manila, The Universidad De Manila (udm) Was Granted Its Fiscal Autonomy And Shall Be Treated As An Independent And Institutional Department Of The City Of Manila Wherein The Management Of Fiscal, Human Resources, And All Other Assets Shall Be Within Its Control. The Requested Materials Shall Be Used For The (1) Replacement Of Defective Busted Lights In Various Areas, Classrooms And Offices In The University, And (2) Replacement Of Broken Switches. Also, Med Shall Also Fabricate Extension Cords. Ii. General Conditions 1. All Quotations Must Be Typewritten In The Company’s Letterhead. 2. Philgeps Registration Number, Mayor’s Or Business Permit, Bir Registration (form 2303), Dti/cda/sec Registration, Income Or Business Tax Return, Tax Clearance, And Notarized Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 3. All Quotations Shall Be Considered Fixed Prices And Not Subject To Price Escalation During The Contract Implementation. Iii. Specific Deliverables The Items To Be Supplied And Delivered Shall Have The Following Technical Specifications: Qty. Unit Description 400 Pcs. T8 Led Tube Lights 100 Pcs. Cfl 18w 25 Sets Switch, 1-gang, With Plate 25 Sets Switch, 2-gang, With Plate 20 Pcs. Male Plug 20 Pcs. Convenience Outlet, 2-gang, Surface-type 100 Pcs. Fluorescent Holder 12 Units Track Lights, 100-240v, 5w, 3000k 10 Sets Led Recessed Downlights (opres) 12w 100 Pcs. 7w Led Tube Lights 24 Sets Led Strip Lights (opres) Iv. Institutional Requirement The Bidder Shall Submit A Sample Item Or Photo Of The Item Being Offered Or Evaluation And Approval Purposes Upon Submission Of The Quotation. V. Schedule Of Delivery The Supply And Delivery Of Various Electrical Fixtures Shall Be Within Seven (7) Days From Receipt Of The Notice To Proceed. Vi. Liquidated Damages In Case Of Delay In The Delivery Of Expected Service, The Amount Of The Liquidated Damages Shall Be At Least Equal To The One-tenth (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Portion For Every Day Of Delay. Once The Cumulative Number Of Liquidated Damages Reaches 10% Of The Amount Of Contract, The Udm Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Vii. Warranty 1. The Supplier Shall Replace The Items Which Were Found Defective/substandard To Ensure That All Items Are Free From Production Defects. 2. Warranty Period Shall Be Three (3) Months From The Acceptance Of The Materials. 3. A Warranty Security, In The Item Of Retention Money, Shall Be Withheld Equivalent To 1% Of The Total Contract Price To Cover Warranty. The Said Amount Shall Only Be Released After The Lapse Of The Warranty Period. Viii. Remuneration And Terms Of Payments The Supplier Shall Be Paid Upon Udm’s Issuance Of The Corresponding Certificate Of Acceptance And Receipt Of Statement Of Account, Subject To Deduction Of Applicable Taxes. Ix. Approved Budget For The Contract The Total Approved Budget For The Contract Is P234,190.23
Municipality Of Matag ob, Leyte Tender
Civil And Construction...+1Others
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 995.5 K (USD 17.1 K)
Details: Description Invitation To Apply For Eligibility To Bid The Local Government Unit Of Matag-ob, Through Its Bids And Awards Committee (bac), Invites Suppliers /manufacturers/distributors/ Contractors To Apply For Eligibility And To Bid For The Hereunder Projects. Name Of Projects : Upgrading Of Access Road At Brgy. San Guillermo Location : Brgy. San Guillermo, Matag-ob, Leyte Appropriation : Php 995,535.90 Source Of Fund : 20% Ldf Aip Cy 2025 Description Quantity Unit Other General Requirements Project Billboard/signboard 1.00 L.s. Occupational Safety And Health Program 1.00 Each Mobilization/demobilization 1.00 Each Earthworks Removal Of Actual Structures/obstruction, 0.20m 167.00 Sq. M. Thick Surplus Common Excavation 46.76 Cu. M. Structure Excavation (common Soil) 83.01 Cu. M. Subgrade Preparation (common Soil) 167.00 Sq. M. Sub-base And Base Course Aggregate Sub-base Course, 100mm Thick 2.79 Cu. M. Aggregate Base Course, 100mm Thick 2.73 Cu. M. Surface Courses Gravel Surface Course, 150mm Thick 17.28 Cu. M. Portland Cement Concrete Pavement (unreinforced) 167.00 Sq. M. 0.25m Thick @14days Construction Of Line Canal, Steel Grating And Concrete Cover Reinforcing Steel Bar (grade 40) 803.29 Kg Structural Concrete (20.68 Mpa, Class A @28days) 9.70 Cu. M. Supply, Fabricate And Install Prefab Gratings For 6.00 Ln. M. Canal Prospective Bidders Should Have Experience In Undertaking A Similar Profit Within The (the Last Two Years) With An Amount Of At Least 50% Of The Proposed Profit For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Nondiscretionary (pass/fail) Criteria. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conferences, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Govern By The Pertinent Provision Of R. A.9184 And Its Implement Rules & Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents February 4-12, 2025 2. Pre –bid Conference N/a 3. Opening Of Bids Documents February 13, 2025/ 9:00 Am 4. Bids Evaluation February 13, 2025/ 9:00 Am Bid Documents Will Be Available Only To Prospective Bidders Upon Payments Of A Non-refundable Amount Of (please Refer To Bac Secretariat) To The Local Government Unit Treasurer. The Local Government Unit Of Matag-ob, Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Approved By: Ofelia M. Senecio Bac Chairwoman
3761-3770 of 3987 archived Tenders