Fiber Tenders
Fiber Tenders
Municipality Of Pintuyan, Southern Leyte Tender
Automobiles and Auto Parts
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 17.8 Million (USD 306.7 K)
Details: Description Item No. Item And Descriptions Quantity Unit 1 Lot Of Mobile Command And Control Vehicle (moccov) With Triage Technology Specifications: Trailer; 1 Set Trailer Dimension: L 16’ft X 6’8” Ft Trailer 40 Sq.m. Covered Area, Command Center Tent Maximum Capacity: 18 Persons Capacity: 10,000 Lbs. Multi-use Compartment For Rescue Equipment Swing Out Sink Rear/kitchen Top Tailgate Water Tank Gauge Indicator Automatic Water Pump For Faucet Reflectorized Trailer Side Markers Full Color Decal Suspension And Under Chassis Details: Round Axle With Hubs And Heavy-duty Bearings Rear Stabilizer Swivel Legs Front Stabilizer Swivel Legs Tandem Wheel And Fender With Spare Tires Front Swing/swivel Hand Jack With Tire Electromagnetic Brake System Swing Out Rear Tail Gate Dust And Waterproof Pvc Travel Cover Tent System; 1 Set Material: Wax Poly Cotton Canvas Fabric Annex 1: Mission Room Convertible To Bedroom Annex 2: Kitchen And Pantry Room Annex 3: Mission Room Annex Walls, With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All Made With Heavy Duty Materials Maximum Capacity: 18 Persons Annex Walls With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All In Heavy Duty Material Tent Material Is Water Repellent 3-season Tent That Can Withstand A Wind Force Of 7.5 Mph Baseline With Approximately 38 Mph Winds And Gusts Trailer Utilities; 1 Set Trailer Built-ins 150 Liters Water Tank Pump And Plumbing System Ac And Dc Power Inlet Mounted And Wash Basin Dust And Waterproof Pvc Travel Cover Portable Air-conditioning Unit Horsepower: 1 Hp Weight: 29 Kg Dimensions: 36.5 × 44.5 × 71.5 Cm Cooling Capacity: 12,600 Kj/h Power Consumption: 1100 W Applicable Area: 18-28 M 3 Units Independent Portable Toilet Material: Pp, Abs Dimension:35x42x43cm / 13.8×16.5×17" Capacity: 24l Flush Method: Press Compact Size And Lightweight Design Also Fit For Outdoor 1 Unit Toilet/shower Tent Material: Waterproof Cloth Rod: Glass Fiber Pop-up Dimension: 1.2x1.2x1.8 M With 1unit Portable Camping Shower, Rechargeable 2 Units Fuel Tank Standard: As/nzs 2906:2001 Capacity: 20l Of Fluid Spill Proof Vented Pouring Spout. Material: Uv Stabilized High Density Polyethylene 4 Units Fire Extinguisher 5lb Abc Non-toxic And Non-corrosive Chemicals Refillable Mono Ammonium Phosphate Chemical, Non-conductor, Non-toxic, Stored Pressure Equipped With Pressure Gauge, Brass Valve And Heavy-duty Air Hose With Nozzle 1 Unit Communication And Surveillance Pneumatic Mast Operation: Arc Movement + Vertical Movement Height: 10m Pan Movement: 360°gross Weight: 50 Kg Operation Platform: Arc Movement Horizontal And Vertical Rotation Speed: 6r/min Wind Resistance: 66km/h Control Way: Rs485, Pelco-d/p Agreement, Remote Control Material: Aluminum Alloy Power Supply: Dc12v-10a 1 Unit Wireless Siren Voltage: Dc 12v Output Power: 200w Siren And Microphone 1 Set Weather Station System Measurements: Hygrometer//humidity, Rainfall, Temperature, Wind Direction, Wind Speed Sensors: Anemometer, Rain & Temperature Solar-powered With Stored Energy Backup. Corrosion-proof And Can Withstand Extreme Weather Environments Has Wireless Transmission Range Of 1000 Ft. (300 M) Transmits Data Every 2.5 Seconds 1 Set Rescue Quadcopter Drone Waterproof Extended Flight Time Up To 20 Minutes Power-flip Function When Floating Flight Control Feel Tuned For Lifesaving As Well As Search And Rescue Operations 2.7k Color Camera, Remote Control Specially Designed Rescue Buoyancy Sausage Live As Well As Recorded Video Footage Payloads Up To 1.2kg 1 Set Satellite Internet Starlink; Standard Roaming Account (subscription Not Included) 1 Unit Uhf/vhf Radio Communication System Frequency Range 136-174 Mhz Or 450-520 Mhz Number Of Channels Max. 32 Channel Spacing Analog 12.5 Khz Digital 6.25 Khz Operating Voltage 13.6 V Dc ± 15% Frequency Stability ± 2.0 Ppm ± 1.0 Ppm Antenna Impedance 50 Ω Weight: 1.10 Kg 1 Set Management Laptop Intel Core I5 Ram 8gb Display: 15.6 Inches (main Display) Windows 10/11 Home/webcam/bt/wifi/cardreader/backlit Keyboard 1 Set Led Robotic Search Light Lighting Mode: Low Light, High Light, And Flashing Image Resolution: 1280 × 720 Max. Rotation Range Yaw: - 70° To + 70°, Pitch: - 135° To 45° Power Consumption: ≤ 40 W 1 Unit Ptz Perimeter Camera System Pan, Tilt, Zoom 1/2.8" Hd Progressive Scan Cmos 1920 × 1080 Resolution 25× Optical Zoom 120 Db True Wdr (wide Dynamic Range) Up To 100 M Ir Distance 3d Intelligent Positioning Switchable Tvi/ahd/cvi/cvbs Video Output 1 Unit Bullet Camera System Image Sensor 1/3" Progressive Scan Cmos Min. Illumination Color: 0.01 Lux @ (f1.2, Agc On), 0.018 Lux @ (f1.6, Agc On), 0 Lux With Ir Day & Night Ir Cut Filter Angle Adjustment: Pan: 0° To 360°, Tilt: 0° To 100°, Rotate: 0° To 360° Max. Resolution: 2688 × 1520 4 Units Cctv Nvr 8 Channel (ds-7208huhi-k1/e) Digital Video Recorder Mouse, Manual And Power Cord Remote Viewing Anytime, Anywhere Live View From Pc, Smartphone Or Tablet Turbo Hd Camera Ultra-low Light Chromatic Night Vision 1 Set Console Box Heavy Duty Case For Cctv System And Media System Laminated Water Resistant, 1 Unit All In One Pc, 2 Units 22inch Multimedia Tv With Tv Box, 1 Unit 32-inch Smart Tv, 7inch Am/fm Audio Receiver With Speakers, Wireless Keyboard And Mouse 1 Unit Step Ladder 3 Step Foldable Aluminums Ladder 1 Unit Table For Mapping Folding Half Table With Foldable Steel Legs 4ft 122 X 60 X 74cm 1 Unit White Board Magnetic White Board 30cm X 60cm 1 Unit Rescue And Triaging Foldable Rescue Boat With Outboard Motor Width (beam) When Open: 60″ 1.52mdraft: 4″ 11.4cmdepth Mid-ship: 24″ 56cmcapacity: 807 Lbs. Number Of Seats: 6material: Hard Plastic 1 Set Water Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 2 Rescue Vest, 1 Rescue Can, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag 1 Set High Angle Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag, 1 Swing Spinner Carabiner,1 Hand Ascender Device, 1 Adjustable Foot Loop Sling, 1 Descender Rescue 8, 1 Pulley Single Sheeve, 1 Pulley Double Sheave 1 Set Automated External Defibrillator Protocol: Semiautomatic And Fully Automatic Configuration Defibrillator Charge Hold Time: 30 Seconds. Aed 3 Automatic Model: 3 Seconds Prior To Automatic Shock Delivery Energy Selection: Factory Pre-programmed Selection Patient Safety: All Patient Connections Are Electrically Isolated Size: (h X W X D) 12.7 Cm X 23.6 Cm X 24.7 Cm. 5.0 In X 9.3 In X 9.7 In Weight: 2.5 Kg; 5.5 Lbs. (with Battery) 1 Unit Emergency And Trauma Bag. 1 Btl Alcohol 150ml 1 Btl Betasol Povidone 60ml 1 Btl Hydrogen Peroxide 60ml 1pc. Tourniquet 1 Set Oxygen Tank W/ Regulator 1 Pc. Emergency Blanket 1 Pc. Arm Splint / Sam Splint 1 Pc. Leucoplast ½ 1pc. Cpr Mask Surgi-tech 1 Pc. Cervical Collar 1 Pc. Triangular Bandage 1 Pc. Hot And Cold Pack 160g Surgi-tech 1 Pc. Digital Thermometer Advan 1 Btl Dextrose Partners 1 Pc. Iv Tubing Surgi-tech 1 Pc. Iv Cath G.24 1 Pc. Cosmed Butterfly G.23 1 Pc. Pulse Oximeter 1 Set Ambu Bag Pvc 1 Pc. Pen Light Indoplas 1 Set Blood Pressure / Bp Set 1 Pc. Kelly Forceps Straight 1 Pc. Surgical Scissor Straight 1 Set Foldable Military Spec Medical Beds Material: High-grade Aluminum Foldable Product Size: 194 X 66 X 41cmfolded Size: 90 X 12 X 20cmweight: 9.5kgload Bearing: Less Than 159kg 5 Units Jack 3-ton Crocodile Jack 1 Unit Rescue Axe Gross Weight: 32oz Or 910g Length: 15" Or 38cm Carbon Steel Head Dual Fiberglass Handle Rubberized Grip 1 Unit Bolt Cutter Size: 12" Max. Cutting Size: 5mm Cr-v Blade 1 Unit Hi-lift Responder Jack Material: Cast Iron Steel Size: 42” Leverage: 4660 Lbs. 1 Unit Medical Stretcher Product Size (length*width*height): 214*54*13cm Foldable 1 Unit Shovel Full Length: 42cm Spade Width: 10cm Shovel Length: 12.5cm Pick Length: 11cm 1 Unit Power Supply And Electronics Jump Starter/power Bank Ce/rohs/emc Battery Capacity:15000mah Input: 14/a Output:5v/4a; 12v/12a; 19v/3.5a Charging Time: 5 Hours Start Current: 300a Peak Current: 600a 1 Unit Solar Power Generator System Rated Power: 200w Rated Voltage (vmp): 18v Rated Current (imp): 3.34a Open-circuit Voltage: 21.6v Short-circuit Current: 3.64a Number Of Cells: 36 Cell Type: Poly-crystalline Silicon Glass Type: High Transmission, Low Iron, Tempered Glass, Glass Thickness Of Glass: 3.2mm 1 Set Wind Power Generator System - Material: Nylon Fiber - Blade Length:600mm - Wind Wheel Diameter:900mm - Weight:12.5kg - Rated Power: 400w - Starting Wind-speed: 12m/s - Rated Voltage: 12/24vr 1 Unit Generator Set Power Inlet Mounted220-240vopen Type Generator Starting System: Recoil/electrical Starting Alternator Material: 100% Cu Frequency (hz): 60voltage(v): 120-240rated Output (kw): 8max Output (kw): 8thd (%): 25running Time At 50% Loading(h): 8.5fuel Tank Size(l): 21noise Db(a): 97insulation Grade: F 1 Unit 220v Backup Inverter Power System 3000 Watts Power Inverter Dc Charging System Output Voltage: 220v (+-) 10% Output Frequency: 60hz (+-) 2 Output Wave Form: Modified Sine Wave Peak Efficiency: 65% 1 Unit Battery Bank Power Supply 100ah X 4 (total Capacity= 400ah) Lithium Ion Battery 1 Unit Training - Seminar Technical Seminar Training For Ingress And Digress Of Trailer-tent System Gain Knowledge Of Equipment And Its Specifications Proper Handling And Proper Use Of Tools And Equipment's Ergonomic Placement Of Equipment Individual Seminar Training And Testing Of Each Individual For A Specific Role Ex: Basic Drone Pilot Training, Cctv Controller Etc. Note: Caap Certification Not Included Team Seminar Conducting Team For Ground Training And Actual Response Action Efficient Ingress And Digress Of Mocov Synchronization Of Individual And Their Roles At A Specific Time Of Action Tool Set 82 Pcs Tool Set 1 Set Cook Set 6 Persons Cook Set 1 Set Portable Stove 2 Burner Portable Butane Stove 1 Unit Vehicle Modified 4x4 Xl Ford Ranger 2024 Or Its Equivalent Or Better Powertrain 4x4 Drivetrain 2.0l Turbo Diesel Maximum Power 170hp @ 3,500maximum Torque 405nm @ 1,750-2500 Rpm6-speed Manual Transmission Chassis & Suspension Front Suspension Double Wishbone With Coil Springs Rear Suspension Leaf Spring Front Ventilated Discs/rear Drum Wheels & Tires16" Off-road Mag-wheels 255 / 70r 16 Tires Accessories: Snorkel Led Bar Light, Roof Tray, Led Emergency Strobe Light Bar, Load Plus (suspension), Tow Hitch Set 1 Lot Notes: 1. All Items Should Be Supplied, Delivered And Installed On-site As Designated By The End-user Unit. 2. Mobile Command And Control Vehicle With Triage Technology And Its Accessories Should Be Accredited Or Recognized From Department Of Science And Technology (dost) Or Any Appropriate Government Agencies. 3. Vehicle Inclusions: Lto Registration – 3years, Ctpl-3years, Insurance With Aog – 1 Year, With Logo Of The Municipality (pintuyan). 4. Product Warranty Certificates For Vehicle. 5. Product Warranty Certificates For Equipment, Devices And Accessories Not Less Than One (1) Year. 6. Trainings For Operators Of All Equipment, Devices And Accessories And Corresponding Seminars For Conducting Team Shall Be Formed Part Of The Contract.
U S COAST GUARD USA Tender
Others
United States
Closing Date15 Feb 2025
Tender AmountRefer Documents
Description: 1/28/25 - Amended To Add The Follow: all Questions Pertaining To This Rfq Shall Be Submitted In Writing To Terry.e.craft@uscg.mil No Later Than Noon (pst) On 2/7/25. In Order To Provide Vendors Adequate Time To Prepare Their Quotes, No Late Question Submissions Will Be Accepted this Is A Combined Synopsis/solicitation For Commercial Item Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. The Request For Quotation Number Is 70z08425q0000012 And Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular 2025-03. This Acquisition Is Being Solicited Unrestricted. The Naics Is 336212. The Contract Type Will Be A Firm Fixed Price Purchase Order. The Government Proposes To Solicit Quotes For The Following Item(s): regional Dive Locker East Will Be Receiving Its Own Compression Chambers To Be Utilized For Future Dive Deployments, Operations, And Training Exercises. These Compression Chambers Are Equipped With Highly Sensitive Pressure Gauges That Are Carefully Calibrated To Ensure Medical Treatments Are Executed Precisely. The Purchase Of The Flatdeck Trailers Will Allow Dive Teams To Execute Safe Transportation Of These Chambers. These Flatdeck Trailers Are Specifically Outfitted And Designed To Accommodate The Size, Weight, Sensitivity, And The Overall Safety In Transporting The Chambers To And From Various Mission Locations. qty 2 30x102x33 Flatdeck Trailer - Ramp Pockets W/2 Heavy Duty Slide In Ramps 4" Channel - 14ply Dual Wheel W/ Spare - Shocker Hitch - 16klippert Elec/hydraulic Brake Axles - 4 D-ringtie Downs - 2 Under Mount Toolboxes - 12 Inch I-beam Frame 22# - Sliding Winch Track Leftside - 8 Sliding Winches 4" - 12k Jacks Withroller Bearing Handles - 2 Speed Jacks - Lockerstyle Toolbox - Torque Tube shipping/delivery: (1 Each): us Coast Guard regional Dive Locker East 4000 Coast Guard Blvd, portsmouth, Va 23703 us Coast Guard regional Rive Locker West 1022 Bay Marina Dr. suite 106 national City, Ca 91950 award: This Purchase Will Be Based On The Following Criteria: Lowest Price For Item That Meets Or Exceeds Specifications. clauses: The Following Far Provisions Apply To This Acquisition: Far 52.212-1 Instruction To Offers Commercial Items, Far 52.212-3 Offeror Representatives And Certifications And Certifications Commercial Items, Far 52.212-4, Contract Terms And Conditions Commercial Items. Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items. The Following Clauses Cited In Far 52.212-5 Are Applicable To This Acquisition; Far 52.203 Restrictions On Subcontractor Sales To The Government, Far 52.203-13 Contractor Code Of Business Ethics And Conduct, Far 203-17 Contractor Employee Whistleblower Rights, Far 52.204-14 Service Contract Reporting Requirements, Far 52.209-9 Updates If Publicly Available Information Regarding Responsibility Matters, Far 52.219-8 Utilization Of Small Business Concerns, Far 52.219-14 Limitations On Subcontracting, Far 52.219-28 Post Award Small Business Program Representative, Far 52.219-33 Nonmanufacturer Rule, Far 52.222-3 Convict Labor, Far 52.222-21, Prohibition Of Segregated Facilities, Far 52.222-26, Equal Opportunity (e.o. 11246), Far 52.222-35, Equal Opportunity For Veterans, Far 52.222-36 Equal Opportunity For Workers With Disabilities (29 U.s.c. 793), Far 52.222-37, Employment Reports On Veterans, Far 52.222-40 Notification Of Employee Rights Under The National Labor Relations Act, Far 52.222-50 Combating Trafficking In Persons, Far 52.222-54 Employment Eligibility Verification, Far 52.223-9 Estimate Of Percentage Of Recovered Material Content For Epa-designated Items, 52.223-11 Ozone-depleting Substances And High Global Warming Potential, Far 52.223-20 Aerosols, Far 52.223-21 Foams, Far 52.225-1, Buy American Act, Far 52.225-13 Restrictions On Certain Foreign Purchases, Far 52.232-29 Terms For Financing Of Purchases Of Commercial Products And Commercial Services, Far 52.232-33 Payment By Electronic Funds Transfer-system For Award Management, Far 52.242-5 Payments To Small Business Subcontractors, addendum To Far Clause 52.212-5: 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (deviation 20-05)(jul 2024) (a) Definitions. As Used In This Clause- kaspersky Lab Covered Article Means Any Hardware, Software, Or Service That– (1) Is Developed Or Provided By A Kaspersky Lab Covered Entity; (2) Includes Any Hardware, Software, Or Service Developed Or Provided In Whole Or In Part By Akaspersky Lab Covered Entity; Or (3) Contains Components Using Any Hardware Or Software Developed In Whole Or In Part By Akaspersky Lab Covered Entity. kaspersky Lab Covered Entity Means– (1) Kaspersky Lab; (2) Any Successor Entity To Kaspersky Lab, Including Any Change In Name, E.g., "kaspersky"; (3) Any Entity That Controls, Is Controlled By, Or Is Under Common Control With Kaspersky Lab; Or (4) Any Entity Of Which Kaspersky Lab Has A Majority Ownership. (b) Prohibition. Section 1634 Of Division A Of The National Defense Authorization Act For Fiscal Year 2018 (pub. L. 115-91) Prohibits Government Use Of Any Kaspersky Lab Covered Article. The Contractor is Prohibited From— (1) Providing Any Kaspersky Lab Covered Article That The Government Will Use On Or After october 1, 2018; And (2) Using Any Kaspersky Lab Covered Article On Or After October 1, 2018, In The Development Of data Or Deliverables First Produced In The Performance Of The Contract. (c) Reporting Requirement. (1) In The Event The Contractor Identifies Covered Article Provided To The Government Duringcontract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or Byany Other Source, The Contractor Shall Report, In Writing, Via Email, To The Contracting Officer,contracting Officer's Representative, And The Enterprise Security Operations Center (soc) Atndaa Incidents@hq.dhs.gov, With Required Information In The Body Of The Email. In The Case Ofthe Department Of Defense, The Contractor Shall Report To The Website At Https://dibnet.dod.mil. for Indefinite Delivery Contracts, The Contractor Shall Report To The Enterprise Soc, Contractingofficer For The Indefinite Delivery Contract And The Contracting Officer(s) And Contracting Officer's Representative(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided At Https://dibnet.dod.mil. (2) The Contractor Shall Report The Following Information Pursuant To Paragraph (c)(1) Of This Clause: (i) Within 3 Business Days From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If applicable; Supplier Name; Brand; Model Number (original Equipment Manufacturer (oem)number, Manufacturer Part Number, Or wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended. (ii) Within 10 Business Days Of Submitting The Report Pursuant To Paragraph (c)(1) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractor Shall Describe The Efforts It Undertook To Prevent Use Or Submission Of A Kaspersky Lab Covered Article, Any Reasons That Led To The Use Or Submission Of The Kaspersky Lab Covered Article, And Any Additional Effortsthat Will Be Incorporated To Prevent Future Use Or Submission Of Kaspersky Lab Covered Articles. (d) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (d), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Items. (end Of Clause) 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (deviation 20-05) (dec 2020) (a) Definitions. As Used In This Clause "backhaul" Means Intermediate Links Between The Core Network, Or Backbone Network, And The Small Subnetworks At The Edge Of The Network (e.g., Connecting Cell Phones/towers To The Core Telephone Network). Backhaul Can Be Wireless (e.g., Microwave) Or Wired (e.g., Fiber Optic, Coaxial Cable, Ethernet). "covered Foreign Country" Means The People's Republic Of China. "coveredtelecommunications Equipment Or Services" Means- (1) Telecommunications Equipment Produced By Huawei Technologies Company Or Zte Corporation (or Any Subsidiary Or Affiliate Of such Entities); (2) For The Purpose Of Public Safety, Security Of Government Facilities, Physical Security Surveillance Of Critical Infrastructure, And Other National Security Purposes, Video Surveillance And Telecommunications Equipment Produced Byhytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, Or Dahua Technology Company (or Anysubsidiary Or Affiliate Of Such Entities); (3) Telecommunications Or Video Surveillance Services Provided By Such Entities Or Using Such Equipment; Or (4) Telecommunications Or Video Surveillance Equipment Or Services Produced Or Provided By An Entity That The Secretary Of Defense, In Consultation With The Director Of National Intelligence Or The Director Of The Federal Bureau Of Investigation, Reasonably Believes To Be An Entity Owned Or Controlled By, Or Otherwise Connected To, The Government Of Acovered Foreign Country. "critical Technology" Means- (l) Defense Articles Or Defense Services Included On The United States Munitions List Set Forth Inthe International Traffic In Arms Regulations Under Subchapter M Of Chapter I Of Title 22, Code Of Federal Regulations; (2) Items Included On The Commerce Control List Set Forth In Supplement No. 1 To Part 774 Of The Export Administration Regulations Under Subchapter C Of Chapter Vii Of Title 15, Code Of Federal Regulations, And Controlled- (i) Pursuant To Multilateral Regimes, Including For Reasons Relating To National Security, Chemical And Biological Weapons Proliferation, Nuclear Nonproliferation, Or Missile Technology; Or (ii) For Reasons Relating To Regional Stability Or Surreptitious Listening; (3) Specially Designed And Prepared Nuclear Equipment, Parts And Components, Materials, Software, And Technology Covered By Part 810 Of Title 10, Code Of Federal Regulations (relating To Assistance To Foreign Atomic Energy Activities); (4) Nuclear Facilities, Equipment, And Material Covered By Part 110 Of Title 10, Code Of Federal Regulations (relating To Export And Import Of Nuclear Equipment And Material); (5) Select Agents And Toxins Covered By Part 331 Of Title 7, Code Of Federal Regulations, Part 121 Of Title 9 Of Such Code, Or Part 73 Of Title 42 Of Such Code; Or (6) Emerging And Foundational Technologies Controlled Pursuant To Section 1758 Of The Export Control Reform Act Of2018 (50 U.s.c. 4817). "interconnection Arrangements" Means Arrangements Governing The Physical Connection Of Two Or More Networks To Allow The Use Ofanother's Network To Hand Off Traffic Where It Is Ultimately Delivered (e.g., Connection Of A Customer Of Telephone Provider A To A Customer Of Telephone Company B) Or Sharing Data Andother Information Resources. "reasonable Inquiry" Means An Inquiry Designed To Uncover Any Information In The Entity's Possession About The Identity Of The Producer Or Provider Of Covered Telecommunications Equipment Or Services Used By The Entity That Excludes The Need To Include An Internal Or Third-party Audit. "roaming" Means Cellular Communications Services (e.g., Voice, Video, Data) Received From A Visited Network When Unable To Connect To The Facilities Of The Home Network Either Because Signal Coverage Is Too Weak Or Because Traffic Is Too High. "substantial Or Essential Component" Means Any Component Necessary For The Proper Function Or Performance Of A Piece Of Equipment, System, Or Service. (b) Prohibition. (1) Section 889(a)(l)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13,2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services Asa Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. The Contractor Is Prohibited From Providing To The Government Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104. (2) Section 889(a)(l)(b) Of The John S. Mccain National Defense Authorization Act For Fiscalyear 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract, Or Extending Or Renewing A Contract, With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104. this Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. (c) Exceptions. This Clause Does Not Prohibit Contractors From Providing- (1) A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or interconnection Arrangements; Or (2) Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Permit visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (d) Reporting Requirement. (1) In The Event The Contractor Identifies Covered Telecommunications Equipment Or Services Used As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractor Shall Report The Information In Paragraph (d)(2) Of This Clause In Writing Via Email To The Contracting Officer, Contracting Officer's Representative, And The Network Operations Security Center (nosc) At Ndaaincidents@hq.dhs.gov, With Required Information In The Body Of The Email. In The Case Of The Department Of Defense, The Contractor Shall Report To The Website At Ttps://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractor Shall Report To The Nosc, Contracting Officer For The Indefinite Delivery Contract And The Contracting Officer(s) And Contracting Officer's Representative(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided At Https://dibnet.clod.mil. (2) The Contractor Shall Report The Following Information Pursuant To Paragraph (d)(l) Of This Clause (i) Within One Business Day From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Supplier Unique Entity Identifier (if Known); Supplier Commercial And Government Entity (cage) Code (if Known); Brand; Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended. (ii) Within 10 Business Days Of Submitting The Information In Paragraph (d)(2)(i) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractor Shall Describe The Efforts It Undertook To Prevent Use Or Submission Of Covered Telecommunications Equipment Or Services, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Of Covered Telecommunications Equipment Or Services. (e) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (e) And Excluding Paragraph (b)(2), In All Subcontracts And Other Contractualinstruments, Including Subcontracts For The Acquisition Of Commercial Items. (end Of Clause) offers Are Due On Feb 14, 2025, By 5:00pm (pst). Offers Must Provide As A Minimum: (1) Solicitation Number; (2) Specifications, Pictures And/or Drawings For Item Being Offered So That A Determination Can Be Made If Item Being Offered Meets The Requirement (3) Point Of Contact Name, Telephone Number And Address, 4) Company Uei Number
Province Of Ifugao Tender
Others
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 120 K (USD 2 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee On Goods Request For Price Quotation (for Abc Of Php 100,000 & Above) Pr No. 15 Date: January 20, 2025 Office: Dep-ed Rfq No.: Dep-ed Canvass Cost Of Bid Documents: Php 500.00 (please Fill Up This Part) ( Mandatory) Company/ Business Name: Address; Business/mayor's Permit No. Tin: Philgeps Registration Number(required): The Provincial Local Government Unit Of Ifugao, Through Its Bids And Awards Committee (bac), Intends To Procure Officiating Officials Uniform , In Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Public Act. No. 9184 Please Quote Your Best Offer For The Item/s Described Herein,subject To The Terms And Conditions Provided On The Last Page Of The Rfq. Submit Your Quotation Using This Form, Duly Signed By You Or Your Duly Authorized Representative On Or Before January 24, 2025 At 1:00 Pm Based On The Bac- Wall Clock. Late Submission Will Not Be Accepted. The Following Documents Are Required To Be Submitted During The Post-evaluation And Qualification Of Your Offered Bid. Failure To Submit/ Comply With The Said Documents Will Be A Ground For Disqualification. Document Remarks Official Receipt Of Payment Issued By The Provincial Treasury Office Or Deposit Slip From The Land Bank Account Of The Plgu (0832-1085-53) 1. For 100,000.00-500,000.00 Abc (php 500.00) 2.for 500,001.00- 1 Million Abc (php 1,000.00) Copy Of 2024 Mayor's Permit Or Business Permit 1. No Need To Submit If A Copy Of The 2024 Mayors Permit Was Already Submitted At The Bac Office. Notarized Omnibus Sworn Statement (gppb-prescribed Form)(for Above 50k Abc) 1. Forms Are Available At The Bac Office. Annual Income Tax Return (for Above 500k Abc) 1. 2023 Annual Income Tax Return. 2. No Need To Submit If A Copy Of The 2022 Annual Income Tax Return Was Already Submitted At The Bac Office. Special Power Of Attorney (spa Or Secretary's Certificate) 1. To Be Submitted If The Person Is An Authorized Representative. 2. Should Be Duly Notarized. 3. To Be Presented To The Bac-secretariat Upon Submission Of The Rfq. Original Brochure With Complete Specifications 1. For Office Equipments, Information Technology (it)equipments, Agricultural And Medical Equipments, Motor Cycles, Industrial Equipments And All Other Equipments That Has Technical Specifications. For Any Clarification, You May Contact Us At Telephone No. 09539316730 Or Email Address At Bacgoodsifugao13@gmail.com. Carmelita B. Buyuccan Bac- Chairperson Page 1 Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Fill Up Completely All Necessary Information & Affix Signature Over Printed Name On The Place As Designated. 5. Pay The Cost Of Bid Documents At The Provincial Treasury Office Or Thru The Land Bank Account Of The Plgu (php 500.00 For Abc Of 100,000.00-500, 000.00 & Php1,000.00 For Abc Of 500,001- 1,000,000.00). 6.submit The Complete Rfq Form From Page 1 To 3 Together W/ The Official Receipt Of The Paid Bid Documents. 7. Quotations May Also Be Submitted Through Electronic Mail At Bacgoodsifugao13@gmail.com. 8. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Used. 9. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Purchasers Specifications Unit Of Qty Supplier's Supplier's Total Cost Brand Offered No. Issue Unit Cost Officiating Officials Uniform - 1 Cap With Print (officiating Officials) Pcs 300 - 2 Polydyne Fiber 180 Gsm T Shirt With Print (officiating Officials - 270, Dsac - 30) Back Of Shirt Pcs 300 - Xl=25, Xxl=5, L=185, M=75, S=10 - **** Nothing Follows **** - Bidder's Grand Total: Grand Total: 120,000.00 - Purpose: For Use During The 2025 Provincial Athletic Meet On January 28-31, 2025. Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Signature Over Printed Name Canvasser Position/designation Date Page 2 Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Ninety (90) Calendar Days From The Date Of Submission. 3. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. One Project Having Several Items, Which Shall Be Awarded As One Contract. 6. Award Of Contract Shall Be Made To The Lowest Quotation ( For Goods And Infrastructure) Or, The Highest-rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Bids And Awards Committee Of Ifugao Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity With The Technical Specifications. 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Bac- Ifugao Shall Adopt And Employ "draw Lots" Or "similar Method Of Chance" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 11.delivery Period Should Be Within Ten (10) Days Upon Receipt Of Purchase Order (p.o). 12. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents,ie, Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor,or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contactor, Or Consultant. 13. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Plgu-ifugao May Rescind Or Terminate The Contact Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 14. Warranty Under Section 62 Of Ra 9184 And Its Updated 2016 Revised Implementing Rules And Regulation. 62.1 For The Procurement Of Goods, In Order To Assure That Manufacturing Defects Shall Be Corrected By Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To One Percent (1%) Or A Special Bank Guarantee Equivalent To One Percent (1%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expandable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Signature Over Printed Name Of Bidder Position/ Designation Mobile Number/s Email Address/es Page 3
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 4th District Engineering Office Bolong Este, Sta. Barbara, Iloilo, Region Vi Invitation To Bid For Contract Id No.: 25gi0058 Contract Name: Construction Of Multi-purpose Building, Barangay Tacuyong Sur, Leon, Iloilo 1. The Dpwh – Iloilo 4th District Engineering Office Through The Fy 2025 General Appropriations Act (gaa) – R.a. No. 12116 Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only (php 4,950,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building, Barangay Tacuyong Sur, Leon, Iloilo / 25gi0058. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Iloilo 4th District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building, Barangay Tacuyong Sur, Leon, Iloilo Contract Id No. : 25gi0058 Locations : Leon, Iloilo Scope Of Works : Construction Multi-purpose Building (gym) With 14.0m X27.0m Dimension Which Includes Siding On Both Sides; Board Hanger With Fiber Glass Board; Masonry Painting On Columns; Electrical Works, And Hauling Cost As Per Plan And Specifications. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 150 C.d. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Small B Of License Category C&d For Gb-1 (building Or Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Prior To The Sale Of Bidding Documents, Only The Following Documents Are Required From Prospective Bidders, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board / Partnership / Joint Venture Resolution With Secretary's Certificate For Corporation / Partnership / Joint Venture / Cooperative) (memo 097.7_030623_reiteration Of Department Policies Issuances On The Sale Of Bidding Documents And Enrollment In The Civil Works Application Prior Bidding) 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 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Dpwh – Iloilo 4th District Engineering Office And Inspect The Bidding Documents At Bac Office, Dpwh Iloilo 4th Deo, Brgy. Bolong Este, Sta. Barbara, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 - February 17, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Dpwh – Iloilo 4th District Engineering Office Will Hold A Pre-bid Conference On February 05, 2025 At 10:00 A.m. At Bac Office (procurement Unit), Dpwh – Iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo4@dpwh.gov.ph For Electronic Submission On Or Before February 17, 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 16. 9. Bid Opening Shall Be On February 17, 2025, Immediately After The Deadline Of Submission And Receipt Of Bids At Bac Office (procurement Unit), Dpwh-iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams. Bids Will Be Opened In The Presence Of The Bidder's Representative Who Choose To Attend At The Activity. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. The Dpwh –iloilo 4th District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 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. 12. For Further Information, Please Refer To: Elna P. Nepomuceno Head, Bac Secretariat Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com Eva S. Bedonia Bac Chairperson Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Notices.philgeps.gov.ph Advertisement/publication: Philgeps/dpwh Website Date Of Issue: January 29, 2025 Eva S. Bedonia Bac Chairperson
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Others
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Details: The Work For This Project Includes, But Is Not Limited To, The Construction Of A Multi-story Communications Center Facility To Support Naval Computer And Telecommunications Station Guam Operations. Special Features Include Sensitive Compartmented Information Facility Construction Work In Accordance With Icd/ics 705 And Demolition And Incidental Related Work. Secure Facility Construction Shall Be Performed By U.s. Companies Using U.s. Citizens. the Work Will Also Include Three (3) Pre-priced Options For The Construction Of Two (2) Single-story Warehouse Facilities, And Osp Fiber Line Sonet Ring. In Accordance With Far 52.217-7 Option For Increased Quantity – Separately Priced Line Item, The Government May Exercise The Options By Written Notice To The Contractor Within 365 Days Of Contract Award. the Magnitude Of This Project Is Estimated Between $250,000,000 And $500,000,000. The North American Industry Classification System (naics) Code Is 236220 And Average Annual Receipts Of $45 Million Over The Past Three Years. The Contract Completion Period Is Anticipated To Be 1,255 Calendar Days. a Sources Sought Notice (n62742sscomms) For This Procurement Was Posted On 22 August 2023 On The System For Award Management (sam) Website Https://www.sam.gov/, And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Inviting Full And Open Competition. this Solicitation Will Utilize The Tradeoff Source Selection Process. All Technical Factors, When Combined, Are Considered Of Equal Importance To Past Performance. The Factors Are: Factor 1 – Experience, Factor 2 – Safety, Factor 3 – Small Business Utilization And Participation, Factor 4 – Past Performance, And Price. Contract Award Will Be Made To The Offeror Proposing The Best Value To The Government From A Non-price And Price Standpoint. Furthermore, A Relevant Construction Project Is Defined As A Construction Project That Includes At Least One Of The Following Individual Features: (1) Precision Cooling System. New Construction Of A Chiller Type Technology Cooling System Engineered Specifically For Data Center/electronic/it Networking Environments. Projects Submitted Which Reference Comfort Cooling Systems Which Are Engineered Primarily For The Intermittent Use Required To Maintain A Comfortable Environment For People In Facilities Will Not Be Considered. Projects Submitted To Demonstrate Precision Cooling System Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Precision Cooling System Under The Resultant Contract, As Identified In Block 1 Of Attachment A. (2) Uninterruptable Power Supply System. New Construction Of An Uninterruptible Power Supply (ups) System That Is 225 Kva Size Or More. Projects Submitted To Demonstrate Ups System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Ups System, As Identified In Block 1 Of Attachment A. (3) Clean Agent Fire Suppression System. New Construction Or Replacement Of A Clean Agent Fire Extinguishing System And Releasing System, Including All Mechanical, Controls And Electrical Components Necessary For A Complete And Operating Clean Agent Fire Suppression System. Projects Submitted To Demonstrate Clean Agent Fire Suppression System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Clean Agent Fire Suppression System, As Identified In Block 1 Of Attachment A. see Request For Proposal (rfp) Document 00 21 16. the Rfp, Including The Specifications And Drawings, Can Be Accessed By Approved Individuals Via The Sam Website At Https://sam.gov/. Approved Individuals Must Register At The Sam Website To Obtain Access To The Rfp. Registration Instructions Can Be Found On The Sam Website. Once Registered In Sam, Approved Individuals Must Request Explicit Access To View The Documents. An Email Will Be Forwarded Once The Contracting Office Has Approved Or Declined The Request. Approved Individuals May View And/or Download The Rfp Documents. Amendments Will Also Be Posted At Https://sam.gov/. It Is Highly Recommended That Firms Register On The Sam Website As This Will Be The Only Plan Holder’s List Available. It Is The Offeror’s Responsibility To Check The Sam Website Periodically For Any Amendments To The Solicitation. offerors Are Required To Be Registered In The Sam Database At Https://www.sam.gov At The Time Of Proposal Submission. see Document 00 21 16 For Pre-proposal Site Visit Information. This Site Visit Is To Provide Offerors With An Opportunity To Familiarize Themselves With The Jobsite And Conditions To Be Encountered And Is Not For The Purpose Of Answering Questions. Forms Submission To Ms. Merbby Corpuz At Merbbyjoyce.n.corpuz.civ@us.navy.mil On Or Before 31 October 2024, 2:00 P.m., Hawaii Standard Time (hst). (1) Current Dbids. If An Interested Attendee Has Current Dbids Credentials For The Specific Base Where The Project Is Located, Submit The Following: company Letter Template: One Letter Required Per Company. List Attendees In Alphabetical Order (by Last Name). Must Be Signed By A Person Authorized To Provide The Certification Required. request For Camera Pass Form: Applicable Only For Those With Dbids Credentials Who Will Be Taking Photos. One Letter Required Per Company. Dbids Number Is Required On The Form. Once Properly Submitted To The Poc In Subparagraph (c) Above And Once Approved, You Will Receive A Routing Number From The Poc. An Appointment With The Naval Base Guam (nbg) Visitor’s Control Center (vcc) Is Required To Complete The Processing Of Your Camera Pass. (2) Current Dbids Not For The Specific Base Where The Project Is Located. Submit The Following: company Letterhead Template: One Letter Required Per Company. List Attendees In Alphabetical Order (by Last Name). Must Be Signed By A Person Authorized To Provide The Certification Required. dbids Base Access Request Form: Each Attendee Please Read, Complete, And Sign/date. Typewritten Is Preferred. Any Handwritten Forms Must Be Legible. email The Vcc At M-gu-nbg-n3at-vcc@fe.navy.mil To Have Their Dbids Programmed With The Specific Base Where The Project Is Located. Prior To Emailing The Vcc, Please Submit The Company Letter And The Dbids Base Access Request Form To The Poc In Subparagraph (c) Above For Approval. Once Approved, The Documents Will Be Sent Back To You For Submission To The Ngb Vcc Along With The Request To Have The Dbids Cards Programmed With The Specific Base Where The Project Is Located. request For Camera Pass Form: Applicable Only For Those With Dbids Credentials Who Will Be Taking Photos. One Letter Required Per Company. Dbids Number Is Required On The Form. Once Properly Submitted To The Poc In Subparagraph (c) Above And Once Approved, You Will Receive A Routing Number From The Poc. An Appointment With The Naval Base Guam (nbg) Visitor’s Control Center (vcc) Is Required To Complete The Processing Of Your Camera Pass. (2) No Dbids Credentials. Submit The Following: company Letterhead Template: One Letter Required Per Company. List Attendees In Alphabetical Order (by Last Name). Must Be Signed By A Person Authorized To Provide The Certification Required. secnav 5512/1 Form: Each Attendee Shall Read, Complete, And Sign/date Form. Typewritten Is Preferred. Any Handwritten Forms Must Be Legible. Do Not Submit The Secnav 5512/1 Form To The Government. The Contractor Is Responsible For Either Hand-carrying Or Emailing This Document To The Ngb Vcc Along With Any Other Pertinent Document Listed In This Subparagraph. dbids Base Access Request Form: Each Attendee Please Read, Complete, And Sign/date. Typewritten Is Preferred. Any Handwritten Forms Must Be Legible. naval Base Guam Foreign National Base Access Request Form (applicable To Foreign Nationals Only). Each Attendee Please Read And Complete. fn Biometric Data Form (applicable To Foreign Nationals Only): Each Attendee Please Read And Complete. request For Camera Pass Form: Applicable Only For Those With Dbids Credentials Who Will Be Taking Photos. One Letter Required Per Company. Once You Have A Routing Number From The Vcc For Your Dbids Application, Insert That Number On The Form. Once Properly Submitted To The Poc In Subparagraph (c) Above And Once Approved, You Will Receive A Routing Number From The Poc. An Appointment With The Naval Base Guam (nbg) Visitor’s Control Center (vcc) Is Required To Complete The Processing Of Your Camera Pass.
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 4th District Engineering Office Bolong Este, Sta. Barbara, Iloilo, Region Vi Invitation To Bid For Contract Id No.: 25gi0056 Contract Name: Construction Of Multi-purpose Building, Barangay Tuog, Leon, Iloilo 1. The Dpwh – Iloilo 4th District Engineering Office Through The Fy 2025 General Appropriations Act (gaa) – R.a. No. 12116 Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only (php 4,950,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building, Barangay Tuog, Leon, Iloilo / 25gi0056. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Iloilo 4th District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building, Barangay Tuog, Leon, Iloilo Contract Id No. : 25gi0056 Locations : Leon, Iloilo Scope Of Works : Construction Of Multi-purpose Building (covered Gym) With A Dimension Of 15.00m X 28.00m Including Ring Holder With Fiber Glass Board With Ring, Masonry Painting On Columns, Electrical Works, And Storm Drainage And Downspout As Per Plan And Specification. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 166 C.d. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Small B Of License Category C&d For Gb-1 (building Or Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Prior To The Sale Of Bidding Documents, Only The Following Documents Are Required From Prospective Bidders, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board / Partnership / Joint Venture Resolution With Secretary's Certificate For Corporation / Partnership / Joint Venture / Cooperative) (memo 097.7_030623_reiteration Of Department Policies Issuances On The Sale Of Bidding Documents And Enrollment In The Civil Works Application Prior Bidding) 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 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Dpwh – Iloilo 4th District Engineering Office And Inspect The Bidding Documents At Bac Office, Dpwh Iloilo 4th Deo, Brgy. Bolong Este, Sta. Barbara, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 - February 10, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Dpwh – Iloilo 4th District Engineering Office Will Hold A Pre-bid Conference On January 28, 2025 At 10:00 A.m. At Bac Office (procurement Unit), Dpwh – Iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo4@dpwh.gov.ph For Electronic Submission On Or Before February 10, 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 16. 9. Bid Opening Shall Be On February 10, 2025, Immediately After The Deadline Of Submission And Receipt Of Bids At Bac Office (procurement Unit), Dpwh-iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams. Bids Will Be Opened In The Presence Of The Bidder's Representative Who Choose To Attend At The Activity. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. The Dpwh –iloilo 4th District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 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. 12. For Further Information, Please Refer To: Elna P. Nepomuceno Head, Bac Secretariat Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com Eva S. Bedonia Bac Chairperson Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Notices.philgeps.gov.ph Advertisement/publication: Philgeps/dpwh Website Date Of Issue: January 21, 2025 Eva S. Bedonia Bac Chairperson
Department Of Agriculture Tender
Automobiles and Auto Parts
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 2.1 Million (USD 36.2 K)
Details: Description Invitation To Bid For The Procurement Of Hauling Vehicle Delivery Truck (open Cargo) Under Rice Program Fy 2024-pss Continuing Fund 1. The Department Of Agriculture Regional Field Office Iva Through The Rice Program Intends To Apply The Sum Of Two Million One Hundred Thousand Pesos (ᵽ 2,100,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Hauling Vehicle Delivery Truck (open Cargo) Under Rice Program Fy 2024-pss Continuing Fund With Project Identification No.: Itb-2025-01-144. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 1 Unit Hauling Vehicle Delivery Truck (open Cargo) A. Prime Mover Type: Diesel Engine Engine Displacement: 1400 Cc, Minimum B. Performance Classification Aspiration Method: Turbocharged And Intercooled Steering System: Power-assisted Steering Transmission System: Constant Mesh-synchromesh (manual) No. Of Drive: Two Emission Rating: Euro Iv, Minimum C. Body No. Of Wheels: Four (4), Minimum Payload: 900 Kg, Minimum Gross Vehicle Weight: 16880 Kg, Maximum Front Cabin : Double Rear Body Type: Open Cargo Container Dimension: 5 Ft, Minimum D. Other Requirements / Inclusion 1. Fuel Tank Capacity: 80 Liters, Minimum 2. Output Power: 190 Ps, Minimum 3. Engine Torque: 450 N-m, Minimum 4. With Fiber Glass Canopy 5. Warranty: 3 Years Or 100,000 Km Whichever Comes First 6. Certification Of Free Labor On Maintenance Service From The First 1,500 Km To 10,000 Km With Consumables Included Within Periodic Maintenance Schedule (pms) And Including The Three Consecutive Change Oil (fully Synthetic Oil And Replacement Of Oil Filter) 7. Complete Set Of Tools As Per Manufacturer's Specifications, Tint, Seat Cover, Matting (cab), Air-conditioning System, With First Three Years Free Lto Registration, Tpl And Comprehensive Insurance, Freight And Da Logo And "for Official Use Only" 8. Radio And Speakers: Tuner Radio With Usb, 2 Speakers 9. With 1 Unit Brand New Spare Tire With Rim And Accessories 10. Provision Of Vehicle Brochure And List Of Service Center In The Bidding Documents 11. With Certificate Of Conformity (coc) Issued By Denr Pursuant To Section 22, Chapter Ii Of Ra 8749 (clean Air Act Of 1999) In Relation To Part Ix, Rule Xxxi Of Denr Administrative Order 2000-81 12. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. 13. With 100% Available Stocks In The Warehouse Of The Bidder During Post-qualification Place Of Delivery: Lares Compound, Brgy. Marawoy, Lipa City, Batangas Delivery Of The Goods Is Required Within Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. 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). 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) 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid 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 (ᵽ5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On February 12, 2025 10:30 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before February 24, 2025 9:00 Am. 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 24, 2025 10:30 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: February 4, 2025 _____________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Oriental Mindoro Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 1.9 Million (USD 34.4 K)
Details: Description Invitation To Bid For Rehabilitation Of Multi-purpose Building At Agsalin, Gloria, Oriental Mindoro And Construction Of Multi-purpose Building At Maragooc, Gloria, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Development Fund 2025 Intends To Apply The Sum Of One Million Nine Hundred Ninety Three Thousand Eight Hundred Fifty One Pesos And 11/100 (php 1,993,851.11) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “rehabilitation Of Multi-purpose Building At Agsalin, Gloria, Oriental Mindoro And Construction Of Multi-purpose Building At Maragooc, Gloria, Oriental Mindoro (ib No. Cw-2025-084)”. 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 66 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 Multi-purpose Building At Agsalin, Gloria, Oriental Mindoro Approved Budget For The Contract: 394,856.10 Item No. Description Qty/unit B.5 801(1) 903(2) 1003(1)a1 1032(1)c 1013(2)a1,a2 1014(1)b2 1047(2)a & 1047(6) 1047(2)b 1100(11),1101(34), 1103(2) Project Billboard/ Sign Board Removal Of Structures And Obstruction Formworks And Falseworks 4.5mm Fiber Cement Board On Metal Frame Ceiling Painting Works, Steel Fabricated Metal Roofing Accessories Pre-painted Metal Sheets (rib Type Above 0.427 Thk), Long Span Structural Steel, Trusses & Metal Structure Accessories Structural Steel, Purlins Replacement Of Conduits/pipes, Boxes, Fittings (conduit Works/rough-in), Replacement Of Wires And Wiring Devices, Replacement Of Lighting Fixtures And Lamps 1.00 Ea 1.00 L.s. 1.00 L.s. 49.00 M2 119.85 M2 74.40 M 64.40 M2 2,076.44 Kg 354.66 Kg 1.00 L.s. Construction Of Multi-purpose Building At Maragooc, Gloria, Oriental Mindoro Approved Budget For The Contract: 1,598,995.01 Item No. Description Qty/unit B.3 B.5 800(1) 803(1)a 804(1)b 804(4) 900(1)c2 900(1)c3 900(1)c4 900(1)c5 900(1)c6 902(1)a 903(2) 1046(2) A1 1004(2) 1008(2) 1010(2)a 1010(2)b Spl 1018(5) 1018(2) 1027(1) 1032(1)a 1032(1)b 1032(2) 1001(10) & 1002(24) 1002(4) 1001(11) Permits And Clearances Project Billboard/sign Board Clearing And Grubbing Structure Excavation (common Soil) Embankment From Borrow Gravel Fill Structural Concrete (footing And Slab On Fill), Class A, 28 Days Structural Concrete (footing Tie Beam), Class A, 28 Days Structural Concrete (column), Class A, 28 Days Structural Concrete (suspended Slab), Class A, 28 Days Structural Concrete (beams/girders), Class A, 28 Days Reinforcing Steel (deformed), Grade 40 Formworks And Falseworks 100mm Chb Non-load Bearing (including Reinforcing Steel) Finishing Hardwares Aluminum Glass Windows Wooden Flush Door Wooden Panel Door Aluminum Doors Glazed Tiles Unglazed Tiles Cement Plaster Finish Painting Works, Masonry, Concrete Painting Works, (wood Painting) Varnishing Works Pipes With Fittings Connection & Cold Water Lines Plumbing Fixtures Septic Vault (concrete/chb) 1.00 L.s. 1.00 Ea 72.25 M2 83.22 M3 14.81 M3 4.60 M3 22.32 M3 3.68 M3 6.04 M3 8.35 M3 8.00 M3 6,253.29 Kg 268.68 M2 168.20 M2 1.00 L.s. 1.00 L.s. 3.36 M2 1.89 M2 1.00 L.s. 7.50 M2 10.00 M2 271.00 M2 328.60 M2 3.36 M2 3.78 M2 1.00 L.s. 1.00 L.s. 1.00 L.s. 1100(10) 1101(33) 1102(1) 1103(1) Conduit, Boxes, And Fittings (conduit Works/conduit Rough-in) Wires And Wiring Devices Panelboard With Main & Branch Breakers Lighting Fixtures And Lamps 1.00 L.s. 1.00 L.s. 1.00 L.s. 1.00 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 February 10, 2025 To February 24, 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 (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On February 10, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro 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 24, 2025 At 8:30 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 16. 9. Bid Opening Shall Be On February 24, 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. 10. 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. 11. 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 (february 10, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Department Of Public Works And Highways Tender
Civil And Construction...+1Bridge Construction
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 14.7 Million (USD 251.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 4th District Engineering Office Bolong Este, Sta. Barbara, Iloilo, Region Vi Invitation To Bid For Contract Id No.: 25gi0031 Contract Name: Rehabilitation / Major Repair Of Bridge - Aganan Br. 4 (b00046pn) Along Iloilo-capiz Rd (pavia Diversion) 1. The Dpwh – Iloilo 4th District Engineering Office Through The Fy 2025 General Appropriation Act – R.a. 12116 Intends To Apply The Sum Of Fourteen Million Seven Hundred Thousand Pesos Only (php 14,700,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Rehabilitation / Major Repair Of Bridge - Aganan Br. 4 (b00046pn) Along Iloilo-capiz Rd (pavia Diversion) / 25gi0031. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Iloilo 4th District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Rehabilitation / Major Repair Of Bridge - Aganan Br. 4 (b00046pn) Along Iloilo-capiz Rd (pavia Diversion) Contract Id No. : 25gi0031 Locations : Pavia, Iloilo Scope Of Works : Repair Of Bridge That Includes Redecking With Additional Rebars; Epoxy Injection And Epoxy Coating On Cracks; Patching Of Honeycombs, Spalled And Uneven Areas At All Girders, Piers And Abutments; Application Of Carbon Fiber Sheets (full Wrap) At All Girders; Replacements Of Concrete Railings; Installation Of Paving Blocks With Stainless Railings At Sidewalks And Asphalt Overlay With Pavement Markings On Deckslab. Approved Budget For The Contract : Php 14,700,000.00 Contract Duration : 95 C.d. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Small B Of License Category C&d For Ge-1 (road, Highways, Pavement, Railways, Airport Horizontal Structure, And Bridges). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Prior To The Sale Of Bidding Documents, Only The Following Documents Are Required From Prospective Bidders, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board / Partnership / Joint Venture Resolution With Secretary's Certificate For Corporation / Partnership / Joint Venture / Cooperative) (memo 097.7_030623_reiteration Of Department Policies Issuances On The Sale Of Bidding Documents And Enrollment In The Civil Works Application Prior Bidding) 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 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Dpwh – Iloilo 4th District Engineering Office And Inspect The Bidding Documents At Bac Office, Dpwh Iloilo 4th Deo, Brgy. Bolong Este, Sta. Barbara, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 - February 05, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Twenty-five Thousand Pesos Only (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Dpwh – Iloilo 4th District Engineering Office Will Hold A Pre-bid Conference On Friday, January 24, 2025 At 10:00 A.m. At Bac Office (procurement Unit), Dpwh – Iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo4@dpwh.gov.ph For Electronic Submission On Or Before February 05, 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 16. 9. Bid Opening Shall Be On February 05, 2025, Immediately After The Deadline Of Submission And Receipt Of Bids At Bac Office (procurement Unit), Dpwh-iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams. Bids Will Be Opened In The Presence Of The Bidder's Representative Who Choose To Attend At The Activity. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. The Dpwh –iloilo 4th District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 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. 12. For Further Information, Please Refer To: Elna P. Nepomuceno Head, Bac Secretariat Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com Eva S. Bedonia Bac Chairperson Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Notices.philgeps.gov.ph Advertisement/publication: Philgeps/dpwh Website Date Of Issue: January 17, 2025 Eva S. Bedonia Bac Chairperson
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Others
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: The Purpose Of This Sources Sought Notice Is To Conduct Market Research And Identify Potential Sources Of Commercial Products/services That Satisfy The Government’s Anticipated Needs. background the National Institute Of Standards And Technology (nist), Gaithersburg 731.07 Group Within The Engineering Laboratory Is Seeking A Laboratory Oven Capable To Perform Accelerated Aging Experiments As Part Of A Study Of Long-term Reliability Of Materials Used In Advanced Packaging Of Semiconductor Chips. This Work Is In Support Of The Chips Metrology Program. the Chips Metrology Program Develops And Advances Cutting Edge Metrology Capabilities For Members Of The Us Semiconductor Manufacturing Ecosystem. This Nist Conducted Research Program Works With Device Manufacturers, Tool Vendors, Materials Suppliers, And Other Organizations To Address Critical Metrology Gaps To Spur Innovation Within Seven Grand Challenge Areas. For More Information On Chips Metrology, Please Visit Https://www.nist.gov/chips/research-development-programs/metrology-program nist Is Seeking Information From Sources That May Be Capable Of Providing A Solution That Will Achieve The Objectives Described Above, In Addition To The Following Essential Requirements: sample Types And Sizes samples Will Include Films, Multilayered Film Structures, And Sectioned Wafers materials To Be Aged Will Include Polymeric Components In Advanced Packaging, Including Underfill And Encapsulation Epoxies, Fiber Reinforced Polymer Substrates, Along With Thermal Interface Materials, Filler Components, Treated Substrates. These Materials May Be Standalone Films, Combined Into Multilayered Composites, Or Combined Into Assembled Semiconductor Structures As Part Of A Fabricated Test Vehicle. largest Sample Size Is Expected To Be A Sectioned 300 Mm Wafer. thermal Range oven Must Provide Temperature Up To At Least 300 °c. thermocouple Must Be Included. Provide The Number Of Thermocouples, Their Location, And The Temperature Accuracy Of The Oven. indicate How Many Shelves Are Included In The Unit Along With Sizing. wire Port sample Degradation Will Be Monitored During Thermal Aging. This Will Require A Pass-through Port To Allow For Monitoring Cables To Be Fed Through The Oven. The Pass-through Port Must Be 2-3” In Diameter. Multiple Pass-through Ports Of Smaller Size Will Also Be Considered. Provide These Details. how To Respond To This Notice in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response: Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response. provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei). identify The Equipment That Your Company Sells That Can Meet The Objectives Addressed In The Background Section Of This Notice. For Each Product Recommended To Meet The Government’s Requirement, Provide The Following: manufacturer Name model Number technical Specifications if Your Company Is Not The Manufacturer, Provide Information On Your Company’s Status As An Authorized Reseller Of The Product(s) describe Performance Capabilities Of The Product(s) Your Company Recommends To Meet The Government’s Requirements. Additionally, If There Are Other Features Or Functions That You Believe Would Assist Nist In Meeting Its Objectives Described Above, Please Discuss In Your Response. discuss Whether The Equipment That Your Company Sells And Which You Describe In Your Response To This Notice May Be Customized To Specifications And Indicate Any Limits To Customization. identify Any Aspects Of The Nist Market Research Notice, Including Instructions, And Draft Minimum Specifications In The Background Section You Cannot Meet And State Why. Please Offer Suggestions For How The Market Research Notice And Draft Minimum Specifications Could Be Made More Competitive. state Whether The Proposed Equipment Is Manufactured In The United States And, If Not, State The Name Of The Country Where The Equipment Is Manufactured. identify Any Plans/possibilities For Changes In Manufacturing Location Of The Aforementioned Equipment And Provide Relevant Details, Including Timeline. for The Naics Code Listed In This Notice: indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information. if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement. describe Services That Are Available With The Purchase Of The Aforementioned Equipment From Your Company Such As Installation, Training, And Equipment Maintenance. describe Standard Terms And Conditions Of Sale Offered By Your Company For The Recommended Equipment Such As: Delivery Time After Your Company Accepts The Order; Fob Shipping Terms; Manufacturer Warranty (including Details Regarding Nature And Duration); If Available, Description(s) Of Available Extended Warranty; Equipment Setup And Test; Operator And Service Instruction Manual(s); Cleanup After Installation; And If Applicable, Other Offered Services. Provide A Copy Of Manufacturer Standard Terms And Conditions That Typically Relate To The Sale Of The Specified Equipment, If Available. state Whether Your Company Offers Facility Renovation Services Related To Installation Of The Recommended Equipment At Its Delivery Destination, If Required Per The Nist-identified Minimum Specifications, And Provide Description Of Said Services. Indicate If Your Company Performs The Facility Renovation Services Or Typically Subcontracts The Work To Another Company. Indicate If Your Company Would Be Interested In Inspecting The Intended Installation Site During The Market Research Phase. state Published Price, Discount, Or Rebate Arrangements For Recommended Equipment And/or Provide Link To Access Company’s Published Prices For Equipment And Services. if The Recommended Equipment And Related Services Are Available For Purchase On Any Existing Federal Supply Schedule Contract(s) Or Other Contracts Against Which Nist May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information. identify Any Customers In The Public Or Private Sectors To Which You Provided The Recommended Or Similar Equipment. Include Customer(s) Information: Company Name, Phone Number, Point Of Contact, Email Address. provide Any Other Information That You Believe Would Be Valuable For Nist To Know As Part Of Its Market Research For This Requirement. state If You Require Nist To Provide Additional Information To Improve Your Understanding Of The Government’s Requirement And/or Would Like To Meet With Nist Representatives To Discuss The Requirement And The Capabilities Of The Identified Equipment. questions Regarding This Notice questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received 5 Calendar Days Prior To The Response Date. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice. important Notes this Notice Is For Market Research Purposes And Should Not Be Construed As A Commitment By Nist To Issue A Solicitation Or Ultimately Award A Contract. There Is No Solicitation Available At This Time. this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. after A Review Of The Responses Received, A Synopsis And Solicitation May Be Published On Gsa’s Ebuy Or Sam.gov. However, Responses To This Notice Will Not Be Considered An Adequate Response To Any Such Solicitation(s). thank You For Taking The Time To Submit A Response To This Request!
2191-2200 of 2351 archived Tenders