Fabrication Tenders
Fabrication Tenders
U S COAST GUARD USA Tender
Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far Part 12 - Acquisition Of Commercial Products And Commercial Services | Acquisition.gov And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued.
solicitation Number 70z04025q60527y00 Applies And Is Used As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-05, Dated 22 May 2024.
it Is Anticipated That A Best Value Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By This Agency.
best Value Will Be Evaluated By Who Can Provide The Complete Requirement, Who Meets Our Required Time Frame And By Price.
all Vendors Providing A Quotation Must Either Have An Active Sam.gov Registration Or Provide Proof They Have Submitted Their Entity For Registration.
payments Are Net 30 And Will Be Made In Accordance With The Far 52.232-25 Prompt Payment Clause 52.232-25 Prompt Payment. | Acquisition.gov.
the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order.
the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items:
vendor Information:
entity Name
entity Unique Entity Id
entity Address
entity Poc
entity Phone Number
poc Email Address
vendor Shall Provide:
item 1: Hicube Hard Top Storage Containers
description: 20' X 8' X 9'6" Steel Open Top Container. Eleven (11) New 20-ft Iso Hi-cube Shipping Containers With Removable Tops And Detachable Door Headers Iaw 154-wpc-084-xxx, Rev A, 20ft Iso Hicube Container With Removable Hard Top. The Removable Tops Shall Be Rigid And Incorporate A Spray-tight Seal. The Containers Shall Have Steel Floors That Will Accommodate The Welding Of Structure To The Floor. The Removable Top Modifications Shall Not Preclude Stacking The Containers Using Standard Handling Practices And Equipment. Color Shall Be Federal Standard Color Number 36463 (gray) Per Fed-std-595, Or Similar.
all Products Acquired Under This Sow Shall Be Acquired Or Fabricated In Conformance With Coast Guard Industrial Activity Quality Standards And Practices All Items Procured Or Fabricated Under This Sow Shall Be Subject To Inspection In Conformance With Coast Guard Industrial Activity Standards And Practices. The Vendor Shall Maintain Records Of All Inspections And Tests. The Records At A Minimum Shall Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, And The Corrective Action Taken.
quantity: 11 Ea
unit Price:
line Total:
estimated Delivery Date:
* Delivery Address And Terms Stated Below. *
* Access To Some Drawings May Be Export-controlled And Require Any Recipient To Be Registered In The Joint Certification Program (jcp) Through Dla To Receive The Drawing.
*any Proposed Substitutions Must Be Accompanied By A Specification Sheet To Undergo Evaluation By The Requiring Officials For Compatibility To The Requirement. *
*all Deliveries Are Required To By 6/30/2025*
** Total Cost Shall Have Delivery And Any Freight Charges Included. **
** Shipping: Fob Destination Required. **
preparation For Delivery
all Material Must Be Shipped To U.s. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- Bldg 88, Baltimore, Md, 21226 For This Purchase Order. Material Must Be Accompanied By An Itemized Packaging List Securely Attached To The Outside Of The Shipment.
all Packing Lists Shall Cite The Purchase Order Number With The Packaging In Such A Manner To Ensure Identification Of The Material Provided.
material Shall Be Packed For Shipment Using Military Packaging, For Examples In Packaging Please Reference Mil-std-2073-1e. Material Must Be Packaged In Such A Manner As To Afford Adequate Protection To The Item Against Corrosion, Deterioration, And Physical Damage During Shipment From The Supply Course To Surface Forces Logistics Center Locations.
packaging Shall Provide Adequate Protection For Warehouse Storage And Shipments From The Warehouse.
all Material Shall Be Marked In Accordance With Mil-std-129r And Barcoded Unless Otherwise Authorized By The Contracting Officer. All Material Will Have The Purchase Order Number, National Stock Number (if Applicable), Vendor Name And Part Number Clearly Marked On The Exterior Of All Material Shipped.
all Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00am To 1:00pm.
please Make Sure That Any Changes In Delivery Timeframes Or Tracking Information Get Sent To Dave Coburn At 410-636-3375.
invoicing In Ipp
it Is A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov.
all Invoices Must Contain The Following Information: Cg Purchase Order Number, Vendor’s Invoice Number, Cage Number, Po Item Number, Description Of Supplies Or Services, Unit Prices And Extended Totals (invoices For Purchase Orders Awarded By Surface Force Logistics Center, Baltimore Are To Be Sumitted As Non Po In Ipp). Shipping Costs Will Be Indicated As A Separate Line Item On The Invoice (if Applicable). Shipping Cost $100 Or More Must Be Accompanied By A Separate Freight Invoice When Submitting An Invoice(s) For Payment (if Applicable).
to Submit An Invoice, Vendor Must Have Access To Www.ipp.gov. To Gain Access Please Indicate If You Don’t Have An Account So The Issuing Office Can Establish One For You.
far Clauses
this Order Is Subject To But Is Not Limited To The Following Federal Acquisition Regulations:
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment.
52.204-26 Covered Telecommunications Equipment Or Services-representation.
52.212-1 Instructions To Offerors—commercial Products And Commercial Services.
52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services.
52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities.
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services.
Closing Date14 Feb 2025
Tender AmountRefer Documents
Oriental Mindoro Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Invitation To Bid For Rehabilitation Of Day Care Center At Pagkakaisa, Naujan, Oriental Mindoro And Rehabilitation Of Day Care Center At Pinahan, Naujan, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Df 2025 Intends To Apply The Sum Of Five Hundred Ninety Seven Thousand Seven Hundred Seventy Pesos And 91/100 (php 597,770.91) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “rehabilitation Of Day Care Center At Pagkakaisa, Naujan, Oriental Mindoro And Rehabilitation Of Day Care Center At Pinahan, Naujan, Oriental Mindoro (ib No. Cw-2025-069)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 25 Calendar Days. Bidders Should Have 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). Rehabilitation Of Day Care Center At Pagkakaisa, Naujan, Oriental Mindoro Approved Budget For The Contract: Php 299,245.00 Item No. Description Qty/unit B.5 1004(2) 903(2) Spl 1008(2) 1010(2)a 1010(2)b 1003(1)a1 1032(1)a 1032 (1) C 1013(2)a2 & 1013(2)b1 1014(1)b2 1047(2)a, 1047(2)b 1047(10) 1001(10) 1002(4) 1100 (10) 1101(33) 1102 (1) 1200(1) Project Billboard/ Sign Board Finishing Hardwares Formworks And Falseworks Chipping Of Concrete, Demolition & Disposal Of Demolished Materials Aluminum Glass Windows Wooden Fush Door Wooden Panel Door 4.5mm Fiber Cement Board Ceiling On Metal Frame Ceiling Painting Works, Masonry, Concrete & Ceiling Painting Works, Steel Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm,rib Type Structural Steel, Trusses & Purlins Metal Structure Accessories Pipes With Connection Plumbing Fixtures Conduit, Boxes, And Fittings (conduit Works ) Wires And Wiring Devices Panelboard With Main & Branch Breakers Lighting Fixtures And Lamps ,ventilating Equipment 1.00 1.00 1.00 1.00 1.00 3.36 1.89 25.25 47.77 29.15 53.22 35.22 528.29 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Ea L.s L.s L.s. L.s M2 M2 M2 M2 M2 M M2 Kg L.s L.s L.s. L.s. L.s. L.s. L.s. Rehabilitation Of Day Care Center At Pinahan, Naujan, Oriental Mindoro Approved Budget For The Contract: Php 298,525.91 Item No. Description Qty/unit B.5 801(1) 903(1) 1032 (1) C 1014(1)b2 & 1013 (2) A1, B1, B3 1047(1) 1100(10), 1101(33), 1103(1), 1200 (1) Project Billboard/ Sign Board Removal Of Structures And Obstruction Formworks & Falseworks Painting Works (steel) Pre-painted Metal Sheets Above 0.427mm, Rib Type Long Span & Fabricated Metal Roofing Accessories Structural Steel Conduits, Boxes & Fittings (conduit Works/conduit Rough In), Wires & Wiring Devices, Lighting Fixtures And Lamps, Ventilating Equipment 1.00 1.00 1.00 130.74 1.00 1.00 1.00 Ea L.s. L.s. M2 L.s L.s. L.s. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 To February 07, 2025 From Given 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 One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 07, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On February 07, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 9. The Pgom Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camilmil, Calapan City, Oriental Mindoro (january 31, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date7 Feb 2025
Tender AmountPHP 597.7 K (USD 10.2 K)
Province Of Sarangani Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Completion Of San Juan Multi-purpose Building, Malungon Brgy. San Juan, Malungon, Sarangani Province (contract No. Infra- 2025-25) January 28, 2025 1. The Provincial Government Of Sarangani, Through The Ab 2025 – 20% Df Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Completion Of San Juan Multi-purpose Building, Malungon, Sarangani Province With Contract No. Infra-2025-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Sarangani Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Fifty Two Calendar Days (52cd). Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Sarangani And Inspect The Bidding Documents At The Address Given Below From 9:00 A.m. Until 3:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 – February 18, 2025 From Given 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 Five Thousand Pesos (₱5,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Sarangani Will Hold A Pre-bid Conference On February 4, 2025 At 2/f Conference Room, Pgso Building, Capitol Complex, Alabel, Sarangani And/or Through Videoconferencing/webcasting, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 18, 2025, At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 18, 2025, 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Sarangani Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Delmor D. Pascual Bac Secretariat 2/f Pgso Building, Capitol Complex Alabel, Sarangani Province Landline/facsimile: 083 508 3008 E-mail: Bacsecsarangani@gmail.com Atty. Jenric Y. Garcia [insert Name And Signature Of The Bac Chairperson Or Authorized Representative] Sarangani Province Contract Number: Infra-2025-25 Name Of The Procuring Entity Name Of The Contract: Location Of The Contract: Sarangani Province Standard Form Number : Sf-infr-55 Abc Php 1,500,000.00 Revised On: August 11, 2004 Contract Id: Infra-2025-25 Contract Name: Completion Of San Juan Multi-purpose Building, Malungon Location: Brgy. San Juan, Malungon, Sarangani Province Bill Of Quantities Calendar Days: 52cd Description Qty Unit Unit Price Amount No. (pesos) (pesos) B.5 Project Billboard 1.00 Each In Words: In Figures: Php In Figures: Php B.7(2) Occupational Safety And Health Program 1.00 L.s In Words: In Figures: Php In Figures: Php B.9 Mobilization/ Demobilization 1.00 L.s In Words: In Figures: Php In Figures: Php 800(2) Clearing And Grubbing 1.00 L.s In Words: In Figures: Php In Figures: Php 801(1) Removal Of Structures And Obstruction 1.00 L.s In Words: In Figures: Php In Figures: Php 803(1)a Structure Excavation 60.81 Cu.m In Words: In Figures: Php In Figures: Php 804(4) Gravel Fill 25.75 Cu.m In Words: In Figures: Php In Figures: Php 804(1)b Embankment (from Borrow) 24.32 Cu.m In Words: In Figures: Php In Figures: Php 900(1)c2 Structural Concrete 24.97 Cu.m In Words: In Figures: Php In Figures: Php 902(1)a Reinforcing Steel (deformed), Grade 40 351.50 Kgs. In Words: In Figures: Php In Figures: Php 903(1) Formworks And Falseworks 1.00 L.s In Words: In Figures: Php In Figures: Php 1013(2)a1 Fabricated Metal Roofing Accessory (ridge Roll) 7.50 Ln.m In Words: In Figures: Php In Figures: Php 1013(2)a2 Fabricated Metal Roofing Accessory (flashing) 21.68 Ln.m In Words: In Figures: Php In Figures: Php 1014(1)b1 Prepainted Metal Sheets 153.75 Sq.m In Words: In Figures: Php In Figures: Php 1027(1) Cement Plaster Finish 15.08 Sq.m In Words: In Figures: Php In Figures: Php 1046(2)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) 38.48 Sq.m In Words: In Figures: Php In Figures: Php 1047(1) Structural Steel 1.00 L.s In Words: In Figures: Php In Figures: Php Spl-1 Basketball Goal 2.00 Sets In Words: In Figures: Php In Figures: Php Spl-2 Painting Works (structural Steel) 1.00 L.s In Words: In Figures: Php In Figures: Php Total Bid Amount In Words: Pesos In Figures: Php Submitted By: Date: _________________ Name And Signature Of Bidder's Representative Position: Name Of Bidder:
Closing Date18 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.9 K)
Province Of Misamis Oriental Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The 20% Df Intends To Apply The Sum Of Three Million Six Hundred Sixty Three Thousand Seven Hundred Eight And 92/100(php 3,663,708.92) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Child Development Center, San Roque, Aposkahoy, Claveria, Misamis Oriental, Under Purchase No. 0050-25 Dated November 05, 2024. Description Of Works Part I Other General Requirements B.3(1) Permits And Clearances B.5(1) Project Billboards/signboard B.7(1) Occupational Safety And Health Program B.9(1) Mobilization/demobilization B.26(11) Signages Part Ii Civil , Plumbing And Electrical Works Part A Earthworks 800(1) Clearing And Grubbing 803(1)a Structure Excavation (common Soil) 804(1)a Embankment( From Structure Excavation) 804(7) Gravel Fill Part B Termite Control 1000(1) Soil Poisoning Part C Plain And Reinforced Concrete Works 900(1)c Structural Concrete (class A, 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Flaseworks Part D Finishing And Other Civil Works D.1 Masonry Works 1046(2)a1 Chb Non Load Bearing ( Including Reinforcing Steel, 100mm) D.2 Doors And Windows 1008(1)c Aluminum Glass Window (awning Type) 1009(1)a Jalousie Window 1010(2)a Hollow Core Flush Door 1010(2)b Wooden Panel Door D.3 Finishing, Carpentry And Joinery Works 1003(1)b3 Ceiling (6mm Marine Plywood, Metal Frame) 1003(11)a1 Fascia Board (fiber Cement Board) 1003(17) Carpentry And Joinery Works 1003(23) Modular Partition 1018(2) Unglazed Tiles 1018(5) Glazed Tiles 1021(1)a Plain Cement Floor Finish 1027(1) Cement Plaster Finish D.4 Painting Works 1032(1)a Painting Works (masonry/concrete) 1032(1)b Painting Works (wood) 1032(1)c Painting Works (steel) D.5 Roof Framing And Roofing Works 1013(2)c Fabricated Metal Roofing Accessory (gutters, Gauge 24) 1013(2)f Fabricated Metal Roofing Accessory (end Flashing/ridge) 1014(1)b2 Pre-painted Metal Sheets (rib-type, Long Span) 1036(1)c Polycarbonate Sheets, Multi Wall 1038(1) Reflective Insulation 1047(1) Structural Steel 1047(2)b Structural Steel Roof Truss 1047(2)c Structural Steel Purlins 1051(1)a Metal Railing Part E Plumbing Works 1001(5)b Catch Basin (chb) 1001(8) Sewer Line Works 1001(11) Septic Vault 1002(4) Plumbing Fixtures 1002(20) Facial Mirror 1002(24) Cold Water Lines Part F Electrical Works 1100(10) Conduit, Boxes And Fittings Conduit Works/conduit Rough-ins 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear And Panel Boards 1103 Lighting Fixtures 1208 Fire Alarm System Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 66 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction 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. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 23, 2025 To February 12, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 30, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 13, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 13, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental 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. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Date13 Feb 2025
Tender AmountPHP 3.6 Million (USD 63.1 K)
BARANGAY CONCEPCION, VALENCIA CITY, BUKIDNON Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Various Materials Intended Fo The Construction Of Mp Building At Purok 13, Kapihan ( Complete Bid) (project Reference No. 2025-02-002 The Barangay Government Of Concepcion, Of Valencia City, Bukidnon, , Intends To Apply The Sum Of Php 217,739.20 Being The Approved Budget For The Contract (abc) To Payment Under The Contract, To Wit; Lot Particulars Abc Amount Of Bid Docs A Supply & Delivery Of Various Construction Materials Php 217,739.20 Php 500.00 1) 2 Cum. ¾ Gravel Bedding 2) 36 Bags Portland Cement 3) 2.50 Cum. Screened Sand 4) 4.50 Cum. Clean Gravel (3/4) 5) 29 Lenghts 12mmx6m Def. Bars (g-33) 6) 49 Lenghts 10mm X6m Def. Bars (g-33) 7) 10 Kgs. #16 G.i Pipe Tie Wire 8) 6 Sheets 4x8x1/4 Thk. Ordinary Plywood 9) 123.52 Bd.ft. Coco Lumber (use Once) 10) 4 Kgs. Assorted Nails 11) 309 Pcs. 4x8x16 Chb, Non-load Bearing 12) 11 Bags Portland Cement 13) 1.50 Cum. Screened Sand 14) 16 Lenghts 10mmx6m Def. Bars (g-33) 15) 2 Kgs. #16 Tie Wire 16) 4 Bags Portland Cement, 40 Kgs. 17) 0.50 Cum. Screened Sand 18) 104 I.m. 0.40mm Thk. Rib-type Pre-fabricated Pre-painted Roofing 19) 792 Pcs. Tekscrew 20) 1 Liters Vulcaseal 21) 5 Sheets 16 X 0.40mm Thk. Pre-painted Pre-fab. Ridge Roll 22) 12 Sheets 16 X 0.40mm Thk. Pre-fabricated 23) 238 Pcs. Blind Rivets 24) 10 Pcs. Gutter Strap 25) 9 Lenghts 2x3x2mm Thk. Rect. Tube 26) 9 Lenghts 2x3x3mm Thk. Rect. Tube 27) 4 Lenghts 2x3x1.2mm Thk. Rect.tube 28) 32 Lenghts 2x3x1.5mmthk. C-purlins 29) 3 Lenghts 3 “dia Sc40 G.i Pipe 30) 7 Lenghts 1x1x 1/8 Angle Bar 31) 6 Lenghts 1x3mm Flat Bar 32) 5 Sheets ¼ Thk. Fiber Cement Board 33) 6 Pcs. 10mm X 100mm X50mm Steel Plate 34) 6 Pcs. 10mm X 0.16m X 20m Top Plate (fully Weld) 35) 6 Pcs. 10mm X 0.16m X .20m Base Plate Welding Rod 36) 27.40 Kgs. Welding Rod 37) 24 Pcs. 12mm Dia X 250mm Anchor Bolt With Nut 38) 1 Gal. Red Oxide Primer 39) 1 Box Blind Rivets 40) 1 Pc. Cutting Disc. (4x3/64x5/8 For Metal) 41) 1 Pc. Utility Paint Brush 4” Yellow Natural Bristles 42) 1 Pc. Utility Paint Brush 2” Yellow Natural Bristles Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Barangay Government Concepcion Of Valencia City, Bukidnon Now Invites Bids For The Supply & Delivery Of Various Conctruction Materials. Delivery Is Required Within 15 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within 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 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From The Barangay Government Of Concepcion, Valencia City, Bukidnon And Inspect The Bidding Documents At The Address Given Below During Office Hours. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Or His Duly Authorized Representative From The Bac Secretariat For The Period February 5-11, 2025 Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above To The Barangay Cashier. The Method Of Payment Shall Be In Cash. Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His Duly Authorized Representative. Bids And Eligibility Requirements Must Be Delivered To The Bac Office On Or Before The Scheduled Eligibility Checking And Bid Opening: February 12, 2025 (wednesday , 10:00 Am) At The Barangay Hall , Concepcion, Valencia City, Bukidnon. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Barangay Government Of Concepcion, Valencia City, Bukidnon Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Bac Secretariat Bids And Awards Committee Guinoyuran Alexander S. Jarapan Bac Chair
Closing Date12 Feb 2025
Tender AmountPHP 217.7 K (USD 3.7 K)
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n762.34|tdw|215-697-2530|christopher.campellone.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|x||||||||
inspection And Acceptance Of Supplies|26|x||||||||||||x||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type|n/a|tbd|n00383|tbd|tbd|see Schedule|tbd|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect|||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (jan 2025)|12|336413|1250|||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
this Solicitation Is For The Furnishing Of Jack,aircraft Landi:
nsn: 008542237
pn: Cj67d0250-1
quantity: 10 Ea
Please Submit Quote Via Email To Christopher.campellone.civ@us.navy.mil By The Due Date Specified On Page 1, Block 10.
these Items Require Government Source Approval Prior To Award.
if You Are Not An Approved Source, You Must Submit, Together With
your Proposal, The Information Detailed In The Navsup Wss Source
approval Brochure Which Can Be Obtained Online At
https://www.navsup.navy.mil/public/navsup/wss/business_opps/
under "commodities." Offers Received Which Fail To Provide All Data
required By The Source Approval Brochure Will Not Be Considered For
award Under This Solicitation. Please Note, If Evaluation Of A Source
approval Request Submitted Hereunder Cannot Be Processed In Time
and / Or Approval Requirements Preclude The Ability To Obtain Subject
items In Time To Meet Government Requirements, Award Of Requirement
may Be Continued Based On Fleet Support Needs.
\
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
1.2 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;columbus Jack Corporation; Drawing Number ( ;00994; ) ;cj67d0250-1; , Revision ;latest; And All Details And Specifications Referenced Therein.
1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be
provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification.
1.4 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c.
2. Applicable Documents - Not Applicable
3. Requirements
3.1 Welding And Welder Qualifications Shall Be In Accordance With Aws D1.1
for Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3
for Sheet Steel And Aws D1.6 For Stainless Steel. Proper Controls Shall Be Used To Prevent Melt Through Or Burn Through. For Aluminum, Filler For Welding 6061 Alloy Shall Be 4043: Filler For Welding 5000 Series Alloys
to Themselves Or To 6061 Shall Be 5356 Or 5556. In Addition,welding And
weld Inspection Shall Include:
(1) Visual Inspection Shall Include 5x (5power) Magnification When A Suspect
condition Is To Be Examined Beyond The Capability Of Normal Vision.
(2) Critical And Major Welds May Be Subjected To Further Non Destructive
testing (such As Dye Penetrant Inspection)as Prescribed By The Buying Activity.
(3) Proper Documentation Shall Be Available For Review By Government Personnel.
3.2 Work Instructions. Work Instructions Shall Be Posted At Theoperator's Work Station Giving Procedures To Control The Welding Process, I.e., Filler Material, Weld Size, Electrical And Gas Characteristics, Including Flow Rate.
3.3 Materials And Materials Control. The Quality Program Shall Assure That The Materials Used In Fabrication Or Processing, I.e., Base Metals And Weld Filler Material, Be Inspected And Conform To The Applicable Physical, Chemical And Other Technical
requirements (supplier's Certification Is Sufficient).
3.4 Controls. Weld Filler Materials Shall Be Clearly Identified And Segregated From Each Other Both When In Storage And At The Work Station. Work Station Environment Shall Be Controlled To Prevent Conditions Adverse To Proper Gas Shielding.
3.5 Cleaning. Parts To Be Welded Shall Be Cleaned To Remove Surface Soils Such As Oils, Waxes, Grease, Inks, Etc. Except That Uninhibited Alkaline Solutions Such As Sodium Hydroxide Shall Not Be Used.
3.6 Deoxidizing. The Cleaned Parts Shall Be Chemically Deoxidized No More Than 10 Days Prior To Welding To Remove Thick Surface Oxide Films. (if The Material Or Work Is Exposed To An Outdoor Environment, This Time Limit Shall Be Reduced To A Maximum Of 3 Days,
to Account For Atmospheric Effects.) Mechanical Cleaning Methods Shall Be Applied Just Prior To The Actual Start Of Welding, To Remove Any Reoxidation Or Residual Thin Oxide Films.
3.6.1 Chemical Treatment. An Acid Deoxidizing Treatment Shall Be Applied By Either Immersion Or Brushing/wiping. Deoxidizers Acceptable For Use Shall Include Nitric Acid, Sulfuric Chromic, Phosphoric Chromic, Or Equivalent Solutions. Sodium Hydroxide
solutions Shall Not Be Used. Care Shall Be Taken To Assure 100% Solution Coverage Of The Area To Be Welded. To Allow An Adequately Sized Deoxidized Area For Good Welding, The Solution Shall Be Applied To An Area Extending At Least 2 Inches From The Weld Site,
or Ending At Any Closer Adjacent Edge.
3.6.2 Mechanical Means. Immediately Prior To Welding, Mechanical Cleaning Methods Shall Be Applied To The Weld Areas Previously Chemically Treated To Assure Removal Of Residual Or Reformed Oxides, If Any. Acceptable Methods Of Mechanical Cleaning Include
stainless Steel Wire Brushing, Scraping, Filing, Or Sanding. However, Abrasives Containing Iron And Its Oxides, Steel Wool And Wire, And Copper Alloy Based Wire, Which May Become Embedded With Galvanically Active Metals And Accelerate Corrosion Of Aluminum
alloys Shall Not Be Used. Mechanical Methods Shall Be Vigorous Enough To Adequately Remove Any Residual Oxide Films, But Gentle Enough To Avoid Forming An Excessively Rough Surface In The Comparatively Soft Metal Underneath.
4. Quality Assurance
4.1 . Mandatory Inspection Requirements:
100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar).
during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows:
A. Level Of Inspection (loi).
1. Critical Characteristics: 100% Inspection Shall Apply.
2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar.
B. Critical Characteristics:
;a Pco Mandatory Inspection Of 100% Is Required On All Items For Compliance To Drawings, Specifications, Dimensions, And General Workmanship. Any Deviation Will Be Cause To Reject The Piece. Each And Every Weld Must Be Ndi Tested By Either Dye Penetrant
or Magnetic Particle Method. The Inspection Results Of Each Inspection Of Each Weld Must Be Witnessed By The Dcm(qar) And A Test Report Of Results Submitted By The Qar. Any Weld That Fails Ndi Inspectionwill Be Cause To Reject The Piece.;
C. Major And Minor Characteristics
1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications.
4.2 Special Inspection Requirements
( ;x; ) Magnetic Particle Inspection
( ; ; ) Surface Inspection
( ;x; ) Penetrant Inspection
( ;; ) Radiographic Inspection
( ; ; ) Ultrsonic Inspection
( ; ; ) High Shock Test
( ; ; ) Mechanical Vibration Test
4.3 Critical Manufacturing Processes
( ; ; ) Heat Treat
( ;x; ) Welding
( ; ; ) Cadmium Plating
( ; ; ) Engineering Chrome Plating
( ; ; ) Nickel Chrome Plating
( ; ; ) Casting(s)
( ; ; ) Forging(s)
( ; ; ) Mpr (material Processing Requirements)
4.4 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below
4.4.1 Dimensional Test (special)
;nominal Tolerances;
4.4.2 Requirements Of:
;applicable Drawings;
4.4.3 Form
;applies;
4.4.4 Fit
;applies;
4.4.5 Function
;applies;
4.4.6 Compliance With Drawing ( ;milj26013; ) ;n/a; , Revision ;n/a; And Specifications Referenced Therein.
4.5 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements
4.6 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection
4.7 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing.
4.7.1 The Qar Shall Be Present To Witness All First Article Testing.
4.7.2 The Following Additional Personnel Shall Witness The First Article Testing: ; ;
4.8 Disposition Of Fat Samples
4.8.1 ; ; Sample(s) May Be Destroyed During Testing.
4.8.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The
sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment.
4.9 Test Sample Coating Instructions
4.9.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required.
4.10 Notice To Government Of Testing At The Contractors Facility.
4.10.1 Far 52.209-3 Applies
(a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;1hbk1; ; ), Part Number ;milj26013; ; , Revision ;n/a; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The
contractor Shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests.
(b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;pco; ;
the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements.
(c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional
approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The
contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval.
(d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First
article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another
report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any
additional Costs To The Government Related To These Tests.
(e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract.
(f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For
acceptance.
(g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates
and/or The Contract Price, And Any Other Contractual Term Affected By The Delay.
(h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be
allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair
of The First Article During Any First Article Test.
(i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article.
(j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On
form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test
report.
4.11 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate)
(a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The
original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That:
(i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And
(ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run.
additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That:
(i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer,
and
(ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause.
(note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States
code, Section 1001.)
(b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And
one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First
article Approval Requirements
(c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The
government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule
he Offers To The Government.
Offeror's Proposed Alternate Delivery Schedule
(based On Waiver Of First Article Approval Requirements)
within Days:
item No. _____________ Quantity:_______ After Date Of Contract:_________
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
Closing Date27 Feb 2025
Tender AmountRefer Documents
Province Of Sarangani Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Improvement Of Ladol Multi-purpose Building, Alabel Brgy. Ladol, Alabel, Sarangani Province (contract No. Infra- 2025-29) January 28, 2025 1. The Provincial Government Of Sarangani, Through The Ab 2025-20% Df Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Ladol Multi-purpose Building, Alabel, Sarangani Province With Contract No. Infra-2025-29. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Sarangani Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Seventy Two Calendar Days (72cd). Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Sarangani And Inspect The Bidding Documents At The Address Given Below From 9:00 A.m. Until 3:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 – February 18, 2025 From Given 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 Five Thousand Pesos (₱5,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Sarangani Will Hold A Pre-bid Conference On February 4, 2025 At 2/f Conference Room, Pgso Building, Capitol Complex, Alabel, Sarangani And/or Through Videoconferencing/webcasting, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 18, 2025, At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 18, 2025, 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Sarangani Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Delmor D. Pascual Bac Secretariat 2/f Pgso Building, Capitol Complex Alabel, Sarangani Province Landline/facsimile: 083 508 3008 E-mail: Bacsecsarangani@gmail.com Atty. Jenric Y. Garcia [insert Name And Signature Of The Bac Chairperson Or Authorized Representative] Sarangani Province Contract Number: Infra-2025-29 Name Of The Procuring Entity Name Of The Contract: Location Of The Contract: Sarangani Province Standard Form Number : Sf-infr-55 Abc Php 1,500,000.00 Revised On: August 11, 2004 Contract Id: Infra-2025-29 Contract Name: Improvement Of Ladol Multi-purpose Building, Alabel Location: Brgy. Ladol, Alabel, Sarangani Province Bill Of Quantities Calendar Days: 72cd Description Qty Unit Unit Price Amount No. (pesos) (pesos) B.5 Project Billboard 1.00 Each In Words: In Figures: Php In Figures: Php B.7(2) Occupational Safety And Health Program 1.00 L.s In Words: In Figures: Php In Figures: Php B.9 Mobilization/ Demobilization 1.00 L.s In Words: In Figures: Php In Figures: Php 803(1)a Structure Excavation (common Soil) 18.55 Cu.m In Words: In Figures: Php In Figures: Php 803(3) Foundation Fill 1.27 Cu.m In Words: In Figures: Php In Figures: Php Spl-1 Backfilling Of Excavated Materials 10.22 Cu.m In Words: In Figures: Php In Figures: Php Spl-2 Dewatering 1.00 L.s In Words: In Figures: Php In Figures: Php 900(1) Structural Concrete 28.44 Cu.m In Words: In Figures: Php In Figures: Php 902(1) Reinforcing Steel (deformed) 2,079.38 Kgs. In Words: In Figures: Php In Figures: Php 903(1) Formworks And Falseworks 1.00 L.s In Words: In Figures: Php In Figures: Php 1046(2)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) 1.41 Sq.m In Words: In Figures: Php In Figures: Php 1027(1) Cement Plaster Finish 1.85 Sq.m In Words: In Figures: Php In Figures: Php 1047(1) Structural Steel 1.00 L.s In Words: In Figures: Php In Figures: Php 1014(1)b2 Prepainted Metal Sheets 54.40 Sq.m In Words: In Figures: Php In Figures: Php 1013(2)b2 Fabricated Metal Roofing Accessory (gutter) 25.44 Ln.m In Words: In Figures: Php In Figures: Php Spl-3 Fabricated Pre-painted Metal Cladding (louver) 19.98 Sq.m In Words: In Figures: Php In Figures: Php Spl-4 Downspout 1.00 L.s In Words: In Figures: Php In Figures: Php 1032(1)a Painting Works, Masonry/concrete 218.97 Sq.m In Words: In Figures: Php In Figures: Php Spl-5 Steel Railings 1.00 L.s In Words: In Figures: Php In Figures: Php Spl-6 Painting Works, Steel Surface 1.00 L.s In Words: In Figures: Php In Figures: Php Total Bid Amount In Words: Pesos In Figures: Php Submitted By: Date: _________________ Name And Signature Of Bidder's Representative Position: Name Of Bidder:
Closing Date18 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.9 K)
Province Of Misamis Oriental Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Three Million Seven Hundred Ninety Four Thousand Three Hundred Eighty And 43/100(php 3,794,380.43) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Child Development Center, Brgy. Poblacion, Alubijid, Misamis Oriental, Under Purchase No. 0011-25 Dated November 12, 2024. Description Of Works Part I Other General Requirements B.3(1) Permits And Clearances B.5(1) Project Billboards/signboard B.7(1) Occupational Safety And Health Program B.9(1) Mobilization/demobilization B.26(11) Signages Part Ii Civil , Plumbing And Electrical Works Part A Earthworks 801(1) Removal Of Structures And Obstruction 803(1)a Structure Excavation (common Soil) 804(1)a Embankment( From Structure Excavation) 804(7) Gravel Fill Part B Termite Control 1000(1) Soil Poisoning Part C Palin And Reinforced Concrete Works 900(1)c Structural Concrete (class A, 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Flaseworks Part D Finishing And Other Civil Works D.1 Masonry Works 1046(2)a1 Chb Non Load Bearing ( Including Reinforcing Steel) D.2 Doors And Windows 1008(1)c Aluminum Glass Window (awning Type) 1009(1)a Jalousie Window 1010(2)a Hollow Core Flush Door 1010(2)b Wooden Panel Door D.3 Finishing, Carpentry And Joinery Works 1003(11)a1 Fascia Board (fiber Cement Board) 1003(17) Carpentry And Joinery Works (cabinets) 1003(17) Carpentry And Joinery Works (ceiling) 1003(23) Modular Partition 1018(2) Unglazed Tiles 1018(5) Glazed Tiles 1021(1)a Plain Cement Floor Finish 1027(1) Cement Plaster Finish D.4 Painting Works 1032(1)a Painting Works (masonry/concrete) 1032(1)b Painting Works (wood) 1032(1)c Painting Works (steel) D.5 Roof Framing And Roofing Works 1013(2)c Fabricated Metal Roofing Accessory (gutters, Gauge 24) 1013(2)f Fabricated Metal Roofing Accessory (end Flashing/ridge) 1014(1)b2 Pre-painted Metal Sheets (rib-type, Long Span) 1036(1)c Polycarbonate Sheets, Multi Wall 1038(1) Reflective Insulation 1047(1) Structural Steel 1047(2)b Structural Steel Roof Truss 1047(2)c Structural Steel Purlins 1051(1) Metal Railing Part E Plumbing Works 1001(5)b Catch Basin (chb) 1001(8) Sewer Line Works 1001(11) Septic Vault 1002(4) Plumbing Fixtures 1002(20) Facial Mirror 1002(24) Cold Water Lines Part F Electrical Works & Fire Alarm System 1100(10) Conduit, Boxes And Fittings Conduit Works/conduit Rough-ins 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear And Panel Boards 1103 Lighting Fixtures Part G Fire Alarm System 1208 Fire Alarm System Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 67 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction 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. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 16, 2025 To February 05, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 23, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 06, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 06, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental 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. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Date6 Feb 2025
Tender AmountPHP 3.7 Million (USD 64.9 K)
Province Of Misamis Oriental Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Thirteen Million Six Hundred Eighty Thousand Ninety One & 63/100 (php 13,680,091.63) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Barangay Health Center And Nutrition Office Poblacion 3, Villanueva, Misamis Oriental, Under Purchase No. 0016-25 Dated December 23, 2024. Description Of Works Part I. Other General Requirements B.3 Permits And Clearances B.5 Project Billboard/signboard B.7 Occupational Safety And Health Program B.9 Mobilization/demobilization Spl Logo Part Ii. Earthworks 801(1) Removal Of Structures And Obstruction 803(1)a Structure Excavation (common Soil) 804(1)a Embankment (from Structure Excavation) 804(1)b Embankment (from Borrow) 804(4) Gravel Fill Part Iii. Concrete Works 900(1)c1 Structural Concrete (class A, 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Flaseworks Part Iv. Masonry Works 1046(2)a1 Chb Non Load Bearing (including Reinforcing Steel, 100mm) 1027(1) Cement Plaster Finish Part V. Tile Works 1018(1) Glazed Tiles And Trims 1018(2) Unglazed Tiles Part Vi. Doors & Windows 1008 Aluminum Glass Windows 1010(2)a Hollow Core Flush Door 1007 Aluminum Framed Glass Door Part Vii. Carpentry & Joinery Works 1003(1) 4.5mm Fiber Cement Board On Metal Frame Ceiling 1003(4) Cabinets 1003(11)a Fascia Board 1003(17) Carpentry & Joinery Works (ceiling Vent) 1038(1) Reflective Insulation Part Viii Structural Steel Works 1013(2)b Fabricated Metal Roofing Accessory (flashing) 1013(2)c Fabricated Metal Roofing Accessory (gutter) 1014(1)b2 Pre-painted Metal Sheets, Rib-type (long Span) 1047(2)a Structural Steel (trusses) 1047(2)b Structural Steel (purlins) 1047(3)b Metal Structures Accessories (sagrods) 1051(6) Railings Part Ix. Painting Works 1032(1)a Painting Works (masonry Painting) 1032(1)b Painting Works (wood Painting) 1032(1)c Painting Works (metal Painting) Part X Electrical Works 1100 Conduit, Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures Part Xi Mechanical & Electronics Works 1200(13) Air Conditioning System 1202(06)a2 Extinguisher 1203 Fire Alarm System Part Xii Plumbing Works 1001(8) Sewer Line Works 1001(9) Storm Drainage And Downspout 1002(4) Plumbing Fixtures 1002(24) Cold Water Lines 1001(11) Septic Vault (chb) 1001(5)b Catch Basin (chb) Part Xiii Termite Conrtol Works 1000(1) Soil Poisoning Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 141 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction 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. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 16, 2025 To February 05, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php25,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 23, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 06, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 06, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental 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. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Date6 Feb 2025
Tender AmountPHP 13.6 Million (USD 233.9 K)
Province Of Misamis Oriental Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax- Trust Fund Intends To Apply The Sum Of Seven Million Four Hundred Forty Eight Thousand Eight Hundred Twenty Eight And 62/100 (php 7,448,828.62) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of 1 Storey 4 Classroom School Building Pamalihi Elementary School, Samay, Balingasag, Misamis Oriental, Under Purchase No. 0035-25 Dated January 13, 2025. Description Of Works Part I Other General Requirements B.3 Permits And Clearances B.5 Project Billboards/signboard B.7 Occupational Safety And Health Program B.9 Mobilization/demobilization Part Ii Earthworks 801(1) Removal Of Structure And Obstruction 803(1)a Structure Excavation (common Soil) 804(1)a Embankment (from Structure Excavation) 804(1)b Embankment (from Borrow) 804(4) Gravel Fill Part Iii Concrete Works 900(1)c1 Structural Concrete (class A, 28 Days) 902(1)a Reinforcing Steel (deformed) Grade 40 903(2) Formworks & Falseworks Part Iv Masonry Works 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel), 150mm 1021(1)a Cement Floor Finish (plain) 1027(1) Cement Plaster Finish Part V Tile Works 1018(1) Glazed Tiles And Trims 1018(2) Unglazed Tiles Part Vi Doors & Windows 1009(1)a Jalousie Windows (glass) 1010(2)a Hollow Core Flush Door 1010(2)b Wooden Panel Door Part Vii Capentry & Joinery Works 1003(1) 6mm Marine Plywood On Metal Frame Ceiling 1003(17) Carpentry & Joinery Works 1038(1) Reflective Insulation Part Viii Structural Steel Works 1013(2)a Fabricated Metal Roofing Accessory (ridge Roll) 1013(2)b Fabricated Metal Roofing Accessory (flashing) 1014(1)b2 Pre-painted Metal Sheets, Rib-type (long Span) 1047(2)a Structural Steel (trusses) 1047(2)b Structural Steel (purlins) 1047(3)a Metal Structures Accessories (anchor Bolts) 1047(3)b Metal Structures Accessories (sagrods) 1047(3)c Metal Structures Accessories (turnbuckle) 1047(3)d Metal Structures Accessories (cross Bracing) 1047(6) Metal Structures Accessories (steel Plates) 1051(6) Railings Part Ix Painting Works 1032(1)a Painting Works (masonry Painting) 1032(1)b Painting Works (wood Painting) 1032(1)c Painting Works (metal Painting) Part X Electrical Works 1100 Conduit, Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures 1200(17) Propeller (ceiling Fan) Part Xi Plumbing Works 1001(8) Sewer Line Works 1002(4) Plumbing Fixtures 1002(24) Cold Water Lines 1001(11) Septic Vault Part Xii Termite Control Works 1000(1) Soil Poisoning Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 105 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction 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. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 30, 2025 To February 12, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php10,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 30, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 13, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 13, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental 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. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Date13 Feb 2025
Tender AmountPHP 7.4 Million (USD 128.3 K)
5251-5260 of 5562 archived Tenders