Fire Extinguisher Tenders
Department Of Education Division Of Camarines Sur Tender
Others
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – General Services Projects No. 25-04-55 Attention : All Service Provider Subject : Advertisement Date : April 10, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (small Value Procurement). Description Unit Qty Unit Price Total Abc/cost Food, Venue And Accommodation For The Capacity Building For Senior Bookkeepers On Web-based School Mooe Monitoring System Food (1 Breakfast, 1 Lunch, 2 Snacks And 1 Dinner) With Venue And Accommodation For 123 Pax X 2,000.00/day For 3 Days Pax 123 2,000.00 738,000.00 Menu Day 0 (april 27, 2025) Dinner (123pax) 1 Serving Of Corm Soup 1 Regular Serving Kalderetang Manok 1 Cup Steamed Rice 1 Regular Serving Hamonado 1 Serving Of Buko Pandan 1 Can Pineapple Juice Day 1 (april 28, 2025) Breakfast (123 Pax) 1 Regular Serving Fried Rice 1 Pc Hotdog 2 Fried Danggit 1 Brewed Coffee Am Snack (123 Pax) 1 Regular Serving Ham And Cheese Sandwich 10 Pcs. French Fries 1 Glass Blue Lemonade Lunch (123 Pax) 1 Bowl Cream Of Mushroom 1 Cup Steamed Rice 1 Regular Serving Roasted Rolled Pork Belly 1 Regular Serving Kare-kareng Gulay 1 Pc Banana 1 Bottled Water Pm Snack (123 Pax) 1 Regular Serving Pancit Malabon 2 Pcs. Whole Garlic Bread 1 Glass Blue Lemonade Dinner (123 Pax) 1 Regular Serving Asparagus Soup 1 Cup Steamed Rice 2 Pcs Lumpiang Shanghai 1 Regular Serving Sauteed Vegetables 1 Regular Serving Beef Steak 1 Pc Banana 1 Glass Lemon Iced Tea Day 2 (april 29, 2025) Breakfast (123 Pax) 1 Regular Serving Fried Rice 2 Pcs Skinless Longganisa 1 Pc Scrambles Egg 1 Brewed Coffee Am Snack (123 Pax) 1 Regular Serving Clubhouse Sandwich 5 Pcs. Potato Chips And 5 Pcs. French Fries 1 Glass Lemon Iced Tea Lunch (123 Pax) 1 Cup Steamed Rice 1 Regular Serving Corn Soup 1 Saucer Regular Serving Chop Suey 1 Regular Serving Chicken Inasal 1 Slice Fruit Papaya 1 Bottled Water Pm Snack (123 Pax) 1 Regular Serving Mac And Cheese 2 Pcs. Toasted Garlic Bread 1 Glass Cucumber Lemonade Dinner (123 Pax) 1 Regular Serving Chicken Soup 1 Cup Steamed Rice 1 Regular Serving Sweet And Sour Fish 1 Regular Serving Mixed Vegetables 1 Regular Serving Fried Chicken 1 Slice Mango 1 Glass Lemon Iced Tea Day 3 (april 30, 2025) Breakfast (123 Pax) 1 Regular Serving Fried Rice 1 Regular Serving Fried Dilis 1 Regular Serving Corned Beef 1 Brewed Coffee Am Snack (123 Pax) 1 Regular Serving Pansit Guisado 1 Pc. Puto Rice 1 Can Four Season Lunch (123 Pax) 1 Cup Steamed Rice 1 Regular Serving Corn Soup 1 Regular Serving Beef Steak 2 Pcs Lumpia Shanghai 1 Pc. Banana 1 Bottled Water Pm Snack (123 Pax) 1 Regular Serving Spaghetti 2 Pcs. (half Slice) Toasted Bread 1 Can Pineapple Orange Juice Technical Specifications For Venue: I. Availability Of Function Rooms 1. One (1) Air Conditioned Session Hall That Can Accommodate 123 Participants. Arrangement Of Tables And Chairs Must Not Be Crowded 2. The Venue Must Be Available On April 28 - 30, 2025 Ii. Location And Site Condition 1. Venue Should Be Within Caramoan, Camarines Sur 2. With Access To Main Roads And National Highways 3. With Free Parking Space Within The Venue Iii. Neighborhood Data 1. Sanitation And Health Conditions - Proper Waste Management System Such As Regular Garbage Collection And Sanitary Permit From Appropriate Authority. 2. Police And Fire Station - Proximity To Police And Fire Stations 3. Banking And Postals - Proximity To Banks, Postal And Telecommunications Service Provider 4. Restaurants - Proximity To Restaurants Or Food Stores Iv. Venue 1. Structural Conditions: The Foundation Is Made Of Concrete And Structural Steel Materials Or Combination Of Both. 2. Functionality Of Function Room 2.1 Session Room - One (1) Session Hall For The Activity 2.1.1 Arrangement Of Tables And Chairs Must Strictly Observe Proper Distancing Occupying 8 Guest Per Table 2.1.3 With 1 Long Tables And 8 Chairs For The Vips And Guest 2.1.4 With 1 Rectangular Table For Secretariat 2.1.5 Front Stage Must Be Free From Obstruction From The View Of The Participants 2.1.6 Two (2) Lcd Projector And Wide Screen, Complete Set Of Sound System, 2 Microphones (if Wireless Provision Of Extra Batteries), Splitter Cable For Additional Projector. 2.1.7 One (1) Podium / Lectern For Each Hall 2.1.8 Hotel I.t. Staff On Stand-by In The Session Hall 2.1.9 Unlimited Access To Internet / Wifi And At Least 100 Mbps. 2.1.10 Free Backdrop, Lay Out Approved By The End-user Care Of The Winning Bidder Indicating The Titile, Date, Venue And Other Salient Information About The Training. 5 X 7 Ft. Size 2.1.11 Extra Extension Cord That Can Be Used By The Participants 2.2 Light, Ventilation And Air Conditioning - With Uninterrupted Electrical Supply, Fully Air-conditioned Hall 2.3 Space Requirements - 1 Hall Can Accommodate 123 Participants, Observing Proper Spacing To Avoid Crowding 3. Room Arrangements 3.1 - 2-4 Persons Per Room (check In Time Is 2pm And Check Out Time 12 Noon) 3.2 - With Hot And Cold Bath 3.3 - Provision Of Toothpaste, Soap, And Other Hygiene Materials 3.4. With Clean Beddings And Towels. 4. Facilities 4.1 Water Supply And Toilet - With Continuous Water Supply, And Accessible And Clean Comfort Rooms 4.2 Lighting System - With Uninterrupted Electrical Supply 4.3. Elevator - With Elevator Going To The Session Hall (if The Hall Is Not On The Ground Floor) 4.4 Fire Escapes - With Fire Escapes, Structure In Compliance With The Standards Provided By The Building Code Of The Philippines 4.5 Fire Fighting Equipment - With Accessible Emergency Exit And Alarm, With Standby Fire Extinguishers And Automatic Sprinklers 4.6 Internet And Telecommunications - Unlimited Access To Internet / Wifi And At Least 100 Mbps. 5. Other Requirements 5.1 Maintenance - Maintain Cleanliness/disinfection Of Hall, Restrooms, Coffee/tea/creamer/sugar Cover And Dining Area. 5.2 Attractiveness - With Ambiance That Promotes Learning 5.3 Security- With 24-hour Security Service, Front Desk And Housekeeping Services/ Venue Must Be In Caramoan For The Accessibility Of The Participants And Geographical Reason 5.4 Parking- With Sufficient Parking Area Total 738,000.00 Source Of Fund: Division Mooe- Gass Fund 2025 Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local : 407 Or 0946-1944-109 For Any Query. Date Of Opening: April 14, 2025 9:00 A.m. Delivery Date: ¬¬¬¬¬¬¬3 Cd From The Date Of Receipt Of The Notice To Proceed The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Sgd. Arvin R. Sese, Ceso Vi Bac Chairperson – General Services Projects
Closing Date14 Apr 2025
Tender AmountPHP 738 K (USD 12.8 K)
Province Of South Cotabato Tender
Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 1 Dishwashing Paste , 200g 100 Tubes 2 Dish Washing Sponge 50 Pcs 3 Detergent Powder , 1000g 100 Pcks 4 Alcohol , 70%, 500ml 200 Btls 5 Fabric Conditioner , 240ml 200 Pcks 6 Floor Mop , With Handle And Squeezer 10 Pcs 7 Broom , Soft 20 Pcs 8 Broom , Stick 20 Pcs 9 Disinfectant Spray , 500ml 50 Pcs 10 Garbage Bag , 15" X 15" X 37", 100's, Black 50 Pcks 11 Disinfectant Concentrate , Lkyl Dimethyl Benzyl Ammonium Chloride, Gals 3.785l/gal., Fresh Scent 20 12 Tissue Paper , 2 Ply, 12's/ Pack 150 Pcks 13 Toilet Bowl Cleaner , 500ml 50 Btls 14 Hand Soap , With Dispenser, 500ml 100 Btls 15 Insect Repellant Spray , 500 Ml 50 Cans 16 Doormat , Rubber, Big 25 Pcs 17 Dust Pan , Plastic With Handle, Large 20 Pcs 18 Liquid Glass Cleaner , 500ml W/ Sprayer 10 Btls 19 Floor Mop Head , With Handle, Wood Handle , Screw Type 10 Pcs 20 Toilet Deodorizer , 50g, With Holder 20 Pcs Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 1 Of 7 Total Abc: P 199,810.00 X-x-x Page 3 Follows X-x-x "please Indicate Brand" Note: Specifications For Item No. 3 •the Supplier Shall Supply Products Which Do Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo). •the Supplier Shall Supply Products With Adequate Instructions For Proper Use And Disposal. For Item Nos. 9 & 11 •the Supplier Shall Supply Products Which Do Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo). •the Supplier Shall Supply Products With Detailed Instructions On Maximizing Product Performance And Indications For The Proper Waste Disposal And The Recyclability Of The Container. For Item No. 10 •the Supplier Shall Supply Products Which Is Made Of Polyethylene (pe). •the Pe Should Contain A Minimum Of 30% Postconsumer Material. For Item No. 12 •the Supplier Shall Supply Products Which Are Made Out Of Raw Materials From 100% Recycled Fibre. •the Supplier Shall Supply Paper Which Is At Least Elementary Chlorine Free (ecf). •the Core As Well As Any Paper Wrapping And Carton Box Packing Must Be Made From 100% Recycled Fibre And The Cartons Must Be Strong Enough For Storage And Transit. For Item No. 13 •the Supplier Shall Provide A Cleaner Which Is Not Chlorine Based And Does Not Contain Inorganic Acids. •the Supplier Shall Supply Products With Adequate Instructions For Proper Use And Disposal. For Item No. 14 •the Supplier Shall Supply Products Which Do Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo). •the Supplier Shall Supply Products With Adequate Instructions For Proper Use And Disposal. Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 199,810.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 2 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 21 Solar Salt , 12.5 Kg./bag 20 Bags Total Abc: P 5,500.00 X-x-x Page 4 Follows X-x-x "please Indicate Brand" Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 5,500.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 3 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 22 Cap Seal 30,000 Pcs Total Abc: P 22,500.00 X-x-x Page 5 Follows X-x-x "please Indicate Brand" Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 22,500.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 4 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 23 Sediment Filter , Cartridge, Slim - 10 Micron, 20" Per Roll 16 Pcs 24 Sediment Filter , Cartridge, Slim - 5 Micron, 20" Per Roll 6 Pcs Total Abc: P 4,290.00 X-x-x Page 6 Follows X-x-x "please Indicate Brand" Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 4,290.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 5 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 25 Fire Extinguisher , Refill Only, 10lbs 99 Tanks Total Abc: P 59,400.00 X-x-x Page 7 Follows X-x-x "please Indicate Brand" Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 59,400.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 6 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 26 Chair , Monoblock, Blue, Without Armset With Embossed South Cotabato Logo Pcs And Pgso With 3.5 Inches In Diameter (logo) With 1.5 Inch Per Letter (pgso) 200 Total Abc: P 80,000.00 X-x-x Nothing Follows X-x-x "please Indicate Brand" Note: Specifications •the Supplier Shall Supply Products Made Of Plastic Materials Which Do Not Contain Lead, Chromium, Cadmium, Mercury, Phthalates, And Halogenated Organic Substances. •the Chairs Shall Be Marked For Recycling According To Iso 11469 Or Equivalent And Must Not Contain Additions Of Other Materials That May Hinder Their Recycling. •the Supplier Shall Supply Products Which Are Packaged In Recyclable Material. Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 80,000.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 7 Of 7
Closing Date11 Feb 2025
Tender AmountPHP 371.5 K (USD 6.4 K)
DEPT OF THE NAVY USA Tender
Manpower Supply
Corrigendum : Closing Date Modified
United States
Details: Amendment #5:
2nd Round Of Answers To Questions From Industry, Below - In Addition, Updated Attachments To Now Include The Current Cba:
question #
question
answer
1
how Many Guards Are Being Requested?
this Is The Responsibility Of The Offeror To Determine Based On The
requirements Stated In The Rfq And Attachments Thereto.
2
how Many Shifts Daily Are To Be Covered?
the Number Of Shifts Is Determined By The Offeror. Any Firm Shift
requirements Are Contained In The Personnel Qualifications Attachment.
3
is 24/7 Coverage Being Requested.
yes.
4
do Guards Need To Be Armed/unarmed.
all Unarmed.
5
under The Pass/fail Requirement, If Work Is Being Performed At Government
facility How/why Does The Contractor Need To:
• 2.1 Plan For Obtaining Personnel Clearances
the Offeror Shall Provide, A Plan For Obtaining Personnel Clearances Within
30 Days Of The Start Of The Period Of Performance At The Required Level
specified In The Dd Form 254, Contract Security Classification Specification
attached To This Solicitation. The Plan Shall Include Confirmation Of Existing
personnel Clearances, Detail The Offeror's Process For Obtaining New
clearances To Perform The Full Requirement By The Time Full Operational
tempo Is Reached Within 30 Days Of The Period Of Performance Start Date,
and Outline The Schedule For Obtaining Any Required New Clearances During
the Life Of The Contract.
• There Is A Request For Resumes. How Then Can We Provide Resumes Of
staff, Since Staff Won't Be Assigned Until Reward. Pm And Sl Won't And Can't
be Determined Until Award And Set Schedule Is In Place.
please Clarify Need For Personnel Security Clearance.
this Requirement Is Accurate As Stated And Is In Accordance With The Dd 254
attached To The Rfq Which Will Be Included In The Resulting Award.
6
is There An Incumbent In Place Or Is This Anew Request?
yes. The Incumbent Contractor Is Shiloh Services, Inc.
7
sow 2.1 States That "work Specified Herein Shall Be Performed At ….newport Rhode Island….or An Alternate Security Monitor Center."
a. Can The Government Elaborate On When An Alternate Center Would Be Used?
b. Would These Alternate Centers Be At Any Of The Locations Listed In Sow 2.0 (i.e., Usa And International Locations)?
a. Whenever The Primary Smc Is Not Capable Of Functioning Or During Tests Of The Alternate Smc’s Systems.
b. There Is Only One Alternate Smc And It Is Also Located At Nuwc Newport.
8
sow 4.7.1: Are There Any Specifications For The Type Of Vehicle The Contractor Should Provide (i.e., Compact Car, Sedan, Suv, Truck, Etc.)?
a. Does The Vehicle Need Any Type Of Lights (i.e., Roof, Strobe, Spotlight)?
b. Is Any Interior Equipment Required (i.e., Fire Extinguisher, First Aid Kit, Etc.)?
any Form Of Compact Car, Sedan, Suv, Or Truck Is Acceptable. Gators, Golf Carts, Etc Are Not Considered Acceptable Vehicles As They Must Be Registered To Operate On Ri Roadways.
a. No.
b. No.
9
sow 5.2: For Pricing Purposes, Is Any Of The Mandatory Training Conducted While Staff Is Off Duty?
a. If Training Is Off Duty, How Many Hours Per Employee Would Need To Be Compensated?
none Of The Mandatory Training Is Required To Be Performed Off Duty But It Is The Contractor’s Determination As To How It Meets The Government’s Requirements.
a. Na. All Training Is Conducted In A Duty Status.
10
attachment 1.b.(a): Can The Senior Technical Representative (str) Also Be The Pm?
yes. However, It Is The Offeror’s Responsibility To Propose An Approach That Collectively Meets All Solicitation Requirements.
11
section L.3.(a).(i).(i).(a) States That The "page Limitation For Proposal Is Not To Exceed Fifteen (10) Pages." Please Verify The Page Limit Quantity.
the Correct Page Limit Is 10. An Amendment To The Solicitation Criteria Is Issued Concurrent With This Answer Being Posted.
12
section L.3.(a).(i): Are The Staffing Plan, Key Personnel Resume, And Past Performance Reference (attachment 2) Excluded From The Technical Volume Page Limitation?
yes.
13
section L.3.(a).(i): Is The Cover Page And Table Of Contents Excluded From The Page Limitation?
yes.
14
will The Government Provide A Current Seniority List Consisting Of Hire Dates Only For The Incumbent’s Security Force So That Offerors Can Accurately Price Vacation And Other Leave Benefits?
no. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
15
does The Incumbent Currently Have The Contract Fully Staffed? If Not, What Are The Differences?
the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission.
16
does The Incumbent's Staff Meet The Training And Clearance Requirements Of This Solicitation?
a. If Not, What Are The Differences?
b. Are The Incumbent's Staff Grandfathered In Terms Of The Training?
the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission.
17
is There A Union With This Contract?
a. If So, Can The Government Provide A Copy Of The Cba?
yes.
a. The Cba Will Be Amended Into The Posting Concurrent With This Answer Being Posted.
18
are The Alarm Monitors Self-relieving?
yes.
19
since A Resume And Letter Of Intent Is Required For Key Personnel:
a. Is There An Existing Pm (or Other Key Personnel Staff) Employed By The Incumbent Who Meets The Current Work Experience Referenced In The Sow?
b. Does The Government Want The Successful Bidder To Retain These Key People Or Replace Them?
c. If Retaining The Current Key People Is Desirable, Would The Government Consider Providing Their Names And Email Or Phone Number So That Offerors Can Contact Them?
the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
20
are The Alarm Monitors And Pm Required To Wear Uniforms?
a. If So, Please Provide A List Of Contractor Provided Items And Any Pertinent Specifications.
no. The Government Will Provide Badges That Say “smc” For Additional Identification Purposes.
a. Na.
21
is There Any Contractor Provided Equipment Or Supplies That Are Required?
no, With The Exception Of The Vehicle Requirement Identified In The Solicitation.
22
for The Project Manager, The Sow Lists Three Duties Of Their Job: A. Ensure Resources, Assignments, Staff, And Training Are Administered;
b. Update And Maintain All After-hours And Emergency Recall Information And Reference Materials; And C. Provide Monthly Metrics Data Reports. 17.with The Assumption That The Shift Lead Will Be Handling Most Of The Daily Supervisory Tasks, Does The Pm Have Any Other Duties And/or Responsibilities?
determining The Method Of Performance Of The Sow Requirements Is The Responsibility Of The Offeror.
23
is This An Existing Requirement Or Is This A New Requirement?
see The Answer To Question 6.
24
if This Is An Existing Effort; What Is The Prior Contract Award Amount, Name Of Incumbent, Period Of Performance, To Include The Dates Of The Final Option Period Exercised?
yes, The Current Contract Was Awarded To Shiloh Services, Inc., Which Will Expire On 06/30/2025. The Government Declines To Provide The Dollar Value As More Than Enough Information Is Available To Price Including The Cba Now Amended Into The Solicitation.
25
is The Current Incumbent Contract Currently Fully Staffed With Qualified Personnel?
the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission.
26
does The Current Incumbent Workforce Meet All Requirements Specified In The Sow?
the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
27
a. Is There A Security Clearance Requirement?
b. If So, What Level Of Security Clearance Is Required?
c. Do All Incumbent Personnel Currently Meet All Of The Adjudicated Security Clearance Requirements?
a-b. See The Dd 254 Attachment To The Rfq.
c. The Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
28
"are These Sca Personnel?
please Provide A Wage Determination To Be Used For Pricing Purposes?
which Occupation Code Listed In The Department Of Labor (dol), Wage [determination] Apply To The Requirement?"
applicable Wage Information Is Provided Via The Current Amendment In The Form Of A Cba.
29
please Provide Any Uniform And/or Dress Code Requirements.
the Only Applicable Standard Is Business Casual Or Inclement Weather Appropriate Clothing.
30
an Error Code Shows When Attempting To Open The Dd254 Provided. Please Clarify Security Clearance Requirements.
the Rfq Posting Is Amended To Include An Updated File, To Now Properly Showing The Dd254.
31
the Work Specified Herein Shall Be Performed At The Naval Undersea Warfare Center, Division
newport (nuwcdivnpt) Or The Naval Station, Newport Rhode Island (navsta) Designated
or An Alternate Security Monitor Center.
please Provide The Location(s) Of The Alternate Security Monitoring Center.
all Primary And Alternate Facilities Of Physical Performance Takes Place At The Naval Undersea Warfare Center, Division Newport However Additional Sites Are Remotely Monitored.
32
do All Contract Employees Require Ri State And Federal Certifications For Dispatcher And Monitor Positions?
no.
33
what Type Of Situations To Sme's Historically Respond To?
how Many Times A Year On Average Do This Incidents Occur?
see Sow.
34
4.5.1 Where Are The Temporary Storage And/or Gsa Security Containers Located, I.e. On The Nuwcd Compound, Off-site, Etc.?
all Are Within The Nuwcdivnpt Compound.
35
on A Daily Basis, The Contractor Shall Support Tasks Using A Contractor Provided Vehicle In
support Of 4.0 Tasks. The Vehicle Shall Display A Distinctive Contractor Emblem For Identification
purposes.
what Type Of Vehicle Is Required (cargo, Utility, Passenger)?
are There Any Make/model/year, Etc. Requirements And/or Limitations?
is There Any Relevant Historical Data Available Regarding Mileage, Storage And Offsite Fueling Allowances?
is There Parking Available On The Nuwcd Compound?
any Vehicle Registered And Inspected In The State Of Ri.
no.
no. Data Is Available As It Was Not Previously Required.
yes
36
31.
5.2.1 The Contractor Shall Require Each Contractor Employee Performing Work At Any Nuwc
division Newport Site, Who Has A Common Access Card (cac) And An Nmci Account To
complete All Required Mandatory Training And Any Applicable Limited Audience Required
training(s). The Contractor Shall Fill Out And Submit To The Government The Training Completion
status Report, Gfi #25, Affirming All Mandatory Training And Any Applicable Limited Audience
required Training(s) Are Completed. The Required Training And Required Training Schedule Is
available At The Following Website: [will Be Provided At Award] Under Mandatory
training Instructions. See The .pdf Mandatory Training Instruction – Contractors Only.
for Pricing Purposes, Please Provide A List Of All Required Training, Number Of Hours Required For Completions, Government Or Contractor Provided, And Are They Otj Or Not. What Are Average Wait Times For Appointments And Issue?"
all Required Training Is Virtual, Accessible From The Nuwcdivnpt Site, And Can Be Accomplished During A Standard Work Period While Performing Other Duties Of The Sow.
37
32. The Government Will Evaluate The Plan For Obtaining Personnel Security Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level As Specified In The Dd254, Including Confirmation Of Existing Clearances, Details Of The Offeror's Process For Obtaining New Clearances, And The Schedule For
obtaining Any Required New Personnel Security Clearances During The Life Of The Contract.
is There A Transition Period?
how Long?
what Is The Security Clearance Level Required?
see The L&m Attachment, And, More Specifically, The Pass Fail Evaluation Criteria For Clearance Requirements And Transition Period To Full Operation Tempo.
38
33. Technical Approach
(a) Submit A Personnel Plan To Accomplish All Of The Statement Of Work Tasking. Page Limitation For
proposal Is Not To Exceed Fifteen (10) Pages.
please Clarify If It Is 15 Or 10 Page Limit For This Section.
the Correct Page Limit Is 10. An Amendment To The Solicitation Criteria Is Issued Concurrent With This Answer Being Posted.
39
34. Staffing Plan, Attachment 3 - Staffing
if The Offeror Is Proposing To Use Incumbent Personnel In Order To Maintain Continurity Of Operations, Can The Offeror Use Tbd Or Incumbent For The Staffing Plan Attachment?
the Proposal Must Meet The Stated Solicitation Criteria Which Are Clear In This Matter.
40
35. Staffing Plan
is There A Page Limit For The Staffing Plan?
no.
41
36. Offeror Shall Provide A Mapping Of Any Company-specific Labor Categories It, Or Its Subcontractors, Proposes In
the Staffing Plan To The Corresponding Government Standard Ecraft Labor Categories. Unless Specified
already By The Government, Offeror Shall Propose Standard Ecraft Labor Categories Based On The
descriptions Listed At:
http://www.navsea.nayy.mil/home/warfare-centers/nuwcnewport/
link States ""www.navsea.nayy.mil’s Server Ip Address Could Not Be Found.
please, Use The Following Url: Http://www.navsea.navy.mil/home/warfare-centers/nuwc-newport/partnerships/commercial-contracts/labor-categories/.
42
37. Is Eligibility To Become Ncic, Rilets, Nlets, And Cpic, As Retired Law Enforcement, Sufficient? Specifically In This Scenario What If The Individuals Do Not Currently Have “active” Certifications Into Those Systems. They Have Had Access In The Past And Would Be Eligible For Recertification. Will Their Resumes Meet The Requirements?
the Fact That Someone Is “retired Law Enforcement” Does Not Automatically Qualify An Employee For Any Certifications Or Clearances.
in Terms Of Incumbent Staff Certifications There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
43
as A Follow Up To Question #5, There Is A Request For Resumes. How Then Can We Provide Resumes Of Staff, Since Staff Won’t Be Assigned Until [award]. Pm And Sl Won’t And Can’t Be Determined Until Award And Set Schedule In Place.
resumes Are Only Required For The Key Personnel Position And Not For All Employees. For Key Personnel That Are Not Current Staff Letters Of Intent Are Required.
there Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
amendment #4:
extended Closing Deadline To 02/18/2025 @ 1400 Est, To Afford Time To Respond To Questions From Industry.
amendment #3:
extended Closing Deadline To 02/07/2025 @ 1400 Est, To Afford Maximum Compeition.
amendment #2:
questions To Questions From Industry, Below:
question #
question
answer
1
how Many Guards Are Being Requested?
this Is The Responsibility Of The Offeror To Determine Based On The Requirements Stated In The Rfq And Attachments Thereto.
2
how Many Shifts Daily Are To Be Covered?
the Number Of Shifts Is Determined By The Offeror. Any Firm Shift Requirements Are Contained In The Personnel Qualifications Attachment.
3
is 24/7 Coverage Being Requested.
yes.
4
do Guards Need To Be Armed/unarmed.
all Unarmed.
5
under The Pass/fail Requirement, If Work Is Being Performed At Government Facility How/why Does The Contractor Need To:
• 2.1 Plan For Obtaining Personnel Clearances
the Offeror Shall Provide, A Plan For Obtaining Personnel Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level Specified In The Dd Form 254, Contract Security Classification Specification Attached To This Solicitation. The Plan Shall Include Confirmation Of Existing Personnel Clearances, Detail The Offeror’s Process For Obtaining New Clearances To Perform The Full Requirement By The Time Full Operational Tempo Is Reached Within 30 Days Of The Period Of Performance Start Date, And Outline The Schedule For Obtaining Any Required New Clearances During The Life Of The Contract.
• There Is A Request For Resumes. How Then Can We Provide Resumes Of Staff, Since Staff Won’t Be Assigned Until Reward. Pm And Sl Won’t And Can’t Be Determined Until Award And Set Schedule Is In Place.
please Clarify Need For Personnel Security Clearance.
this Requirement Is Accurate As Stated And Is In Accordance With The Dd 254 Attached To The Rfq Which Will Be Included In The Resulting Award.
6
is There An Incumbent In Place Or Is This Anew Request?
yes. The Incumbent Contractor Is Shiloh Services, Inc.
amendment#1:
- Added Dd254 Attached
- Added Question Deadline, Which Expires 27-jan-2025 @ 1400 Est. Therefore, Please, Submit All Questions, Before That Deadline.
please Read This Entire Notice Carefully As It Constitues The Only Notice That Will Be Issued.
this Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6-streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Request For Quotation (rfq) Number Is N66604-25-q-0168.
the Naval Undersea Warfare Center Division Newport (nuwcdivnpt) Has A Firm Fixed Price Requirement In Accordance With Attachment #1 Statement Of Work (sow) For The Following On-site Monitoring Services:
line Item # 0001 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2025 To 30-jun-2026
line Item # 0002 Option 1 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2026 To 30-jun-2027
line Item # 0003 Option 2 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2027 To 30-jun-2028
line Item # 0004 Option 3 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2028 To 30-jun-2029
line Item # 0005 Option 4 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2029 To 30-jun-2030
this Procurement Is Solicited As A Small Business Set-aside As Concurred With By The Nuwcdivnpt Office Of Small Business Program (osbp). The North American Industry Classification System (naics) Code For This Acquisition Is 561612; The Small Business Size Standard Is $29m.
rhode Island Wd 2015-4089 Rev 26, Dated 04-09-2024, Applies. Incorporated Provisions And Clauses Are Those In Effect Through The Current Federal Acquisition Circular. The Provision At Far 52.212-1, Instructions To Offerors Commercial Items Applies To This Solicitation. The Provision At Far 52.212-3, Offeror Representations And Certifications Commercial Items Applies To This Solicitation. Clauses Far 52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law, 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Items, And Dfars 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information Apply To This Solicitation.
52.217-9 Option To Extend The Term Of The Contract (mar 2000) (navsea Variation I) (oct 2018)
the Government May Extend The Term Of This Contract By Written Notice(s) To The Contractor Within The Periods Specified Below. If More Than One Option Exists, The Government Has The Right To Unilaterally Exercise Any Such Option Whether Or Not It Has Exercised Other Options.
item(s)
latest Option Exercise Date
7100
07/1/2025
7200
07/1/2026
7300
07/1/2027
7400
07/1/2028
item(s)
latest Option Exercise Date
6100
8/30/2025
6200
8/30/2026
6300
8/30/2027
6400
8/30/2028
if The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause.
the Total Duration Of This Contract, Including The Exercise Of Any Option(s) Under This Clause, Shall Not Exceed Five (5) Years, However, In Accordance With Paragraph (j) Of The Requirement Of This Contract Entitled "level Of Effort – Alternate I", If The Total Manhours Delineated In Paragraph (a) Of The Level Of Effort Requirement, Have Not Been Expended Within The Period Specified Above, The Government May Require The Contractor To Continue To Perform The Work Until The Total Number Of Manhours Specified In Paragraph (a) Of The Aforementioned Requirement Have Been Expended.
(end Of Clause)
the Following Addenda Or Additional Terms And Conditions Apply. Defense Priorities And Allocations Systems (dpas) Rating Is Do-c9. A Section 508 Does Not Apply.
the Required Period Of Performance Is Listed In The Table Above, F.o.b. Destination Is Newport, Ri 02841.
the Government’s Preferred Method Of Payment Is Electronic Payment Through Wide Area Workflow (wawf) Will Be Used. Please Confirm If Government Purchase Card Is An Acceptable Form Of Payment Within The Quotation.
full Text Of Incorporated Far/dfars Clauses And Provisions Are Available At: Www.acquisition.gov/far
this Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Can Be Found At Www.sam.gov
the Quote Shall Include Price, Delivery Terms, A Technical Proposal In Accordance With The Information Contained In Attachment #2 Section L - Instructions For Submission Of Proposals And Section M – Evaluation Factors For Award And The Following Additional Information With Submission: Point Of Contact (including Phone Number And Email Address), Contractor Cage Code, And Contractor Duns.
the Quotes May Be Submitted Via Email To The Below Address And Must Be Received On Or Before Monday, 29 Jan 2025 2:00pm Est. Offer Received After The Closing Date Are Considered To Be Late And Will Not Be Considered For Award. For Information On This Procurement, Contact: Kevin E. Silva At Kevin.e.silva2.civ@us.navy.mil Or 401-832-3558.
Closing Date18 Feb 2025
Tender AmountRefer Documents
Department Of Education Region Ii Tender
Education And Training Services
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For The Procurement Of Technical-vocational Livelihood (tvl) Equipment Packages For Public Senior High Schools (lot 1) 1. The Department Of Education Regional Office No. Ii, Through The Fy 2024 Gaa Intends To Apply The Sum Of Two Million Seven Hundred Thirty-six Thousand Seven Hundred Forty-two Pesos And 05/100 (p 2,736,742.05) Being The Abc To Payments Under The Contract For The Procurement Of Goods: Procurement Of Technical-vocational Livelihood (tvl) Equipment Packages For Public Senior High Schools (lot 1). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education Regional Office No. Ii Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Sixty (60) Calendar Days. Bidders Should Have Completed, Within Five (5) 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) No. 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 The Department Of Education Regional Office No. Ii, And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25 – March 20, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Three Thousand Pesos (p3,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Email At Bac.region2@deped.gov.ph. For The Reference Of Interested Bidders, Payment Of Bidding Documents May Be Resorted Through Online Bank Transfer Via The Following Bank Details: A. Account Name: Deped Trust Fund B. Account Number: 3702-1011-65 C. Current Account D. Landbank Of The Philippines – Capitol Branch, Tuguegarao City 6. The Department Of Education Regional Office No. Ii Will Hold A Pre-bid Conference On March 4, 2025, 9:00am, At Main Conference Hall, Department Of Education Regional Office No. Ii, Carig Sur, Tuguegarao City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Main Conference Hall, Department Of Education Regional Office No. Ii, Tuguegarao City, Cagayan On Or Before March 20, 2025, 8:59am. 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 March 20, 2025, 9:00am At The Main Conference Hall, Deped Regional Office No. 2, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Or Their Representatives Who Choose To Attend The Activity. 10. Procurement Of Technical-vocational Livelihood (tvl) Equipment Packages For Public Senior High Schools (lot 1) Shall Include The Following: No. Unit Item Description Qty Unit Cost Approved Budget Of The Contract Bread And Pastry Production Nc Ii (41 Items) 1 Pc Air Compressor With Airbrush Cake Decorating Set 9 5772.98 51,956.82 2 Pc Beater 18 636.19 11,451.42 3 Set Chopping Board Set, 6 Colors 18 1020.91 18,376.38 4 Pc Boiler, Double 9 3255.09 29,295.81 5 Set Bowl, Mixing (6 Pcs/set) 27 745.8 20,136.60 6 Set Cake Pans, Round #4,#6, #8, #10, #12, #14, #16 18 608.25 10,948.50 7 Pc Cake Stand, With Tier 27 1927.91 52,053.57 8 Pc Cake Turn Table 27 1356.2 36,617.40 9 Pc Coupler 27 137.55 3,713.85 10 Set Cup, Measuring (for Solid) 54 253.62 13,695.48 11 Pc Cup, Measuring, 250 Ml For Liquid 54 108.54 5,861.16 12 Pc Cup, Measuring, 500ml For Liquid 54 124.66 6,731.64 13 Pc Cutter, Dough 18 130.03 2,340.54 14 Pc Cutter, Pie 18 134.33 2,417.94 15 Pc Flour Sifter, Hand Cranked 18 391.17 7,041.06 16 Pc Grater With Plastic Handle 18 407.29 7,331.22 17 Pc Knife, Kitchen 18 224.6 4,042.80 18 Pc Knife, Pallet 18 269.74 4,855.32 19 Pc Ladle , 3 0z 18 147.23 2,650.14 20 Pc Loaf Pan Big 27 124.66 3,365.82 21 Pc Loaf Pan, Medium 27 147.23 3,975.21 22 Pc Loaf Pan, Small 27 165.5 4,468.50 23 Pc Muffin Pan, Big 27 386.87 10,445.49 24 Pc Muffin Pan, Medium 27 366.45 9,894.15 25 Pc Muffin Pan, Small 27 161.2 4,352.40 26 Pc Pie Pan , 10 Inches Diameter 27 272.96 7,369.92 27 Set Pie Pan, # 6, #8, #10 27 636.19 17,177.13 28 Pc Pillars, Cake 27 340.66 9,197.82 29 Pc Piping Bag 54 315.95 17,061.30 30 Pc Rectangular Pan, 1 X 8 9 226.75 2,040.75 31 Pc Rolling Pins 27 270.81 7,311.87 32 Pc Rubber Scraper 18 253.62 4,565.16 33 Pc Sauce Pan 18 1085.39 19,537.02 34 Pc Sheet Pan 18 292.3 5,261.40 35 Pc Spoon, Measuring 45 113.91 5,125.95 36 Pc Spoon, Wooden 18 149.38 2,688.84 37 Pc Strainer 18 343.89 6,190.02 38 Pc Tip, Decorating 45 794.16 35,737.20 39 Pc Weighing Scale, 10 Kgs 18 1627.01 29,286.18 40 Pc Weighing Scale,5 Kgs, Digital 18 768.37 13,830.66 41 Pc Wire Whisk, Medium 18 270.81 4,874.58 Sub-total P 515,275.02 Cookery Nc Ii (79 Items) 1 Pc Apple Corer 28 340.66 9,538.48 2 Pc Bain Marie, Table 7 21492.86 150,450.02 3 Pc Blender, Electric 10 1286.35 12,863.50 4 Pc Board, Chopping/cutting, Plastic 56 498.63 27,923.28 5 Pc Boiler, Double 7 2892.94 20,250.58 6 Pc Braising Pan, Medium 7 1927.91 13,495.37 7 Pc Can Opener 14 253.62 3,550.68 8 Pc Casserole, Medium 14 1247.66 17,467.24 9 Pc Casserole, Small 14 1020.91 14,292.74 10 Pc Colander, Medium 14 407.29 5,702.06 11 Pc Colander, Small 14 362.15 5,070.10 12 Set Cup, Measuring (for Solid) 14 327.77 4,588.78 13 Pc Dispenser, Paper Towel 14 1356.2 18,986.80 14 Pc Fan, Electric 7 2694.13 18,858.91 15 Pc Fire Extinguisher (with Contents) 7 2657.59 18,603.13 16 Pc Fish Poacher, Medium 7 2531.86 17,723.02 17 Pc Fork, Carving 21 340.66 7,153.86 18 Pc Fork, Kitchen 42 294.45 12,366.90 19 Pc Frying Pan, Large 14 1356.2 18,986.80 20 Pc Frying Pan, Medium 14 1133.75 15,872.50 21 Pc Frying Pan, Small 14 907 12,698.00 22 Pc Funnel, S/s, Medium 14 270.81 3,791.34 23 Pc Funnel, S/s, Small 14 226.75 3,174.50 24 Pc Garbage Bin 14 404.07 5,656.98 25 Pc Glass Rack 21 1315.36 27,622.56 26 Pc Ice Cream Scooper 14 262.21 3,670.94 27 Pc Knife, Boning 14 340.66 4,769.24 28 Pc Knife, Chef 14 160.12 2,241.68 29 Pc Knife, Cleaver 14 794.16 11,118.24 30 Pc Knife, Oyster 14 271.88 3,806.32 31 Pc Light, Emergency 7 1903.19 13,322.33 32 Pc Meat Slicer 7 21492.86 150,450.02 33 Pc Pastry Tube 21 907 19,047.00 34 Pc Peeler, Y-type 21 113.91 2,392.11 35 Pc Pepper And Salt Mill 21 795.24 16,700.04 36 Pc Piping Bag 21 135.41 2,843.61 37 Pc Plate Rack 21 1315.36 27,622.56 38 Pc Preparation Table With Sink 14 16119.64 225,674.96 39 Pc Pressure Cooker 7 4196.48 29,375.36 40 Pc Roasting Pan 21 1474.41 30,962.61 41 Pc Scissor, Kitchen 21 226.75 4,761.75 42 Pc Siever, Small 21 231.05 4,852.05 43 Pc Skimmer, Fine 21 200.96 4,220.16 44 Pc Skimmer, Spider 21 306.27 6,431.67 45 Pc Soup Cup Rack 21 794.16 16,677.36 46 Pc Soup Ladle, 12 Oz 7 270.81 1,895.67 47 Pc Soup Ladle, 3 Oz 7 176.24 1,233.68 48 Pc Soup Ladle, 6 Oz 7 217.08 1,519.56 49 Pc Soup Ladle, 8 Oz 7 243.94 1,707.58 50 Pc Spatula 14 197.73 2,768.22 51 Pc Spoon, Kitchen 28 226.75 6,349.00 52 Pc Spoon, Kitchen (slotted) 28 226.75 6,349.00 53 Pc Spoon, Measuring 28 124.66 3,490.48 54 Pc Spoon, Parisienne 28 149.38 4,182.64 55 Pc Spoon, Serving 28 56.96 1,594.88 56 Pc Spoon, Wooden 28 149.38 4,182.64 57 Pc Stock Pot, Large 7 2041.82 14,292.74 58 Pc Strainer Chinois , Small 7 453.5 3,174.50 59 Pc Strainer Chinois, Medium 7 567.41 3,971.87 60 Pc Strainer Medium, Fine 7 211.7 1,481.90 61 Pc Strainer Small, Fine 7 156.9 1,098.30 62 Pc Tenderizer, Medium 7 404.07 2,828.49 63 Pc Thermometer, Pocket /pin 21 408.36 8,575.56 64 Pc Tong, 12 Inches 28 225.67 6,318.76 65 Pc Tong, 8 Inches 28 135.4 3,791.20 66 Pc Tray, Baking, Small 28 317.02 8,876.56 67 Pc Tray, Utility 28 304.12 8,515.36 68 Pc Turner 3" X 6" 28 340.66 9,538.48 69 Pc Utility Cart 7 7,938.38 55,568.66 70 Pc Weighing Scale, 1 Kg, Digital 14 407.29 5,702.06 71 Pc Weighing Scale, 5 Kg 14 1020.91 14,292.74 72 Pc Wire Skimmer, Small 14 130.03 1,820.42 73 Pc Wire Whisk, Heavy Duty 14 363.23 5,085.22 74 Pc Wire Whisk, Medium 14 317.02 4,438.28 75 Pc Wire Whisk, Small 14 167.64 2,346.96 76 Pc Wok, Medium 7 1356.2 9,493.40 77 Pc Wok, Small 7 1130.52 7,913.64 78 Pc Working Table 14 11,821.06 165,494.84 79 Pc Zester 28 340.66 9,538.48 Sub-total P 1,437,059.91 Food And Beverage Services Nc Ii (63 Items) 1 Pc Chair, Dining 72 2259.97 162,717.84 2 Pc Coffee Pot, 2 Pints 12 1,352.97 16,235.64 3 Pc Container, Creamer 18 387.95 6,983.10 4 Pc Cups And Saucers 5-6 Oz. 36 270.81 9,749.16 5 Pc Fork, Cocktail 36 62.33 2,243.88 6 Pc Fork, Dessert 36 94.57 3,404.52 7 Pc Fork, Dinner 36 135.4 4,874.40 8 Pc Fork, Fish 36 269.74 9,710.64 9 Pc Fork, Oyster 36 170.87 6,151.32 10 Pc Glass, Champagne Flute 36 225.67 8,124.12 11 Pc Glass, Collins 36 203.11 7,311.96 12 Pc Glass, Juice / Hi- Ball 36 108.54 3,907.44 13 Pc Glass, Pilsner (ice Tea Glass) 36 257.91 9,284.76 14 Pc Glass, Red Wine 36 248.24 8,936.64 15 Pc Glass, White Wine 36 333.14 11,993.04 16 Pc Gravy Boats 24 356.78 8,562.72 17 Pc Ice Bucket, 2 Liters With Tongs 12 542.69 6,512.28 18 Pc Knife, Butter 36 89.2 3,211.20 19 Pc Knife, Dinner 36 176.24 6,344.64 20 Pc Knife, Fish 36 325.62 11,722.32 21 Pc Menu Folder 12 1627.01 19,524.12 22 Pc Napkin Holder 12 257.91 3,094.92 23 Pc Order Pads 12 395.47 4,745.64 24 Pc Pepper And Salt Mill 12 813.5 9,762.00 25 Pc Plate Covers 18 1057.45 19,034.10 26 Pc Plate, Dessert, 7”to 8” 18 135.41 2,437.38 27 Pc Plate, Dinner, 10” 18 176.24 3,172.32 28 Pc Plate, Fish, 8” To 9” 18 162.27 2,920.86 29 Pc Round Table (8's) 12 15,044.99 180,539.88 30 Pc Salad Forks 18 89.2 1,605.60 31 Pc Salad Knife 18 231.05 4,158.90 32 Pc Salad Plates 7” To 8” 18 135.41 2,437.38 33 Pc Salt And Pepper Shakers 12 542.69 6,512.28 34 Pc Sauce Ladles 12 270.81 3,249.72 35 Pc Server, Cake 12 350.33 4,203.96 36 Pc Service Forks 12 79.52 954.24 37 Pc Service Tray 12 407.29 4,887.48 38 Pc Show/service/ Base Plates 11” To 14” 12 270.81 3,249.72 39 Pc Side Plates Or Bread Plates 6” 36 112.84 4,062.24 40 Pc Side Towels 12 162.27 1,947.24 41 Pc Silver Platter 12 407.29 4,887.48 42 Pc Soup Bowl 36 102.09 3,675.24 43 Pc Soup Ladle 12 122.51 1,470.12 44 Pc Soup Tureen 6 2712.4 16,274.40 45 Pc Spoon, Dessert 36 31.16 1,121.76 46 Pc Spoons, Service 12 34.39 412.68 47 Pc Spoons, Soup (cream And Consume) 36 119.29 4,294.44 48 Pc Steak Knife 36 162.27 5,841.72 49 Pc Sugar Container 12 174.09 2,089.08 50 Pc Table Cloth, 54 X 54 Inches 12 325.62 3,907.44 51 Pc Table Cloth, Rectangular 12 1157.39 13,888.68 52 Pc Table Napkins, Cloth, 16” X 16” 12 65.55 786.60 53 Pc Table Skirtingcloth 90”x90” 12 1,082.16 12,985.92 54 Pc Table, Square/rectangular (4's Or 6's) 12 4,068.59 48,823.08 55 Pc Tea Pot, 2 Pints 12 672.73 8,072.76 56 Pc Teaspoon 36 145.08 5,222.88 57 Pc Tong, 8 Inches 12 135.4 1,624.80 58 Pc Tooth Pick Holder 12 270.81 3,249.72 59 Pc Tray Stand 12 2686.61 32,239.32 60 Pc Tray, Bill Folders/ Change 12 270.81 3,249.72 61 Pc Tray, Round (bar) 12 542.69 6,512.28 62 Pc Water Goblet 36 162.27 5,841.72 63 Pc Water Pitcher 12 621.14 7,453.68 Sub-total P 784,407.12 Grand Total P 2,736,742.05 11. The Department Of Education Regional Office No. Ii 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: Marivic A. Somejo Bac Secretariat Chairperson Procurement Unit, Deped Ro2 Carig, Tuguegarao City 3500 Bac.region2@deped.gov.ph (078) -304-3855 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Region2.deped.gov.ph February 24, 2025 ______________________________________ Florante E. Vergara Director Iii/assistant Regional Director Bac Chairperson
Closing Date20 Mar 2025
Tender AmountPHP 2.7 Million (USD 47.7 K)
Department Of Education Division Of Camarines Sur Tender
Others
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – General Services Projects No. 25-05-79 Attention : All Service Provider Subject : Advertisement Date : May 15, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (small Value Procurement). Description Unit Qty Unit Price Total Abc/cost Food, Venue And Accommodation Fo The Capacity Building For School Disbursing Officers In Deped Camarines Sur Food, Venue And Accomodation For The Capacity Building For School Disbursing Officers In Deped Camarines Sur- Participants And Pmt/secretariats (live-in)- 53pax X Php 2,000.00*2 Days = 212,000.00 Pax 53 4,000.00 212,000.00 Breakdown Of Expenses Per Pax/pmt/secretariat Food, Venue And Accommodation Breakfast 200.00 Am Snacks 100.00 Lunch 400.00 Pm Snacks 100.00 Dinner 400.00 Room Accommodation 800.00 Total 2,000.00 Food And Venue For The Capacity Building For School Disbursing Officers In Deped Camarines Sur- Speakers- 5pax X Php 750.00 X 1 Day= 3,750.00 Pax 5 750.00 3,750.00 Breakdown Of Expenses Per Speakers- Food And Venue Am Snacks 150.00 Lunch 450.00 Pm Snacks 150.00 Total 750.00 May 28-30,2025 Day 0 (may 28,2025) Dinner (53pax)- 7:00pm-8:00pm 1 Cup Steamed Rice 1 Serving Of Corn Soup 1 Regular Serving Beef Steak 1 Regular Serving Sauteed Vegetables 1 Pc Banana 1 Glass Lemon Iced Tea Day 1 (may 29,2025) Breakfast (53 Pax) 6:00am-7:30am 1 Regular Serving Fried Rice 2 Pcs Skinless Longganisa 1 Pc Scrambled Egg 1 Glass Of Fresh Fruit Juice Am Snacks (57pax)- 10:00am-10:30am 1 Serving Chicken Sandwich 1 Glass Of Fresh Fruit Juice Lunch (57pax) 12:00nn 1 Cup Steamed Rice 1 Serving Grilled Adobo 1 Serving Mixed Veggies 1 Sliced Watermelon 1 Bottled Water Pm Snack (57 Pax) 3:00pm-3:30pm 1 Serving Bihon Guisado 1 Servingtoasted Siopao 1 Glass Lemon Iced Tea Dinner (53pax)- 7:00pm-8:00pm 1 Cup Steamed Rice 1 Regular Serving Chicken Soup 1 Regular Serving Sweet And Sour Fish 1 Regular Serving Mixed Vegetables 1 Slice Mango 1 Glass Lemon Iced Tea Day 2 (may 30,2025) Breakfast (53 Pax) 1 Regular Serving Fried Rice 1 Regular Serving Fried Dilis 1 Regular Serving Corned Beef 1 Glass Of Fresh Fruit Juice Am Snacks (54 Pax) 10:00am-10:30am 1 Serving Tuna Sandwich 1 Bottle Fresh Fruit Juice Lunch (54 Pax) 12:00nn 1 Cup Steamed Rice 1 Serving Fried Chicken 1 Serving Laing 1 Sliced Papaya 1 Bottled Water Pm Snack (54 Pax) 3:00pm-3:30pm 1 Regular Serving Spaghetti 1 Serving Toasted Bread 1 Glass Of Four Season Amenities A. Service Mineral Water Must Be Made Available All Throughout The Duration Of The Committee Work; B. Service Must Include Free Flowing Brewed Coffee With Creamer And Sugar C. Utensils Must Be Clean, Odor-free And Are Not Made Of Plastic; D. Utensils Must Not Be Wiped With Tablecloth But With Sanitary Kitchen Towels E. Table Napkins And Toothpick Must Be Provided By The Caterer F. Food Must Be Served On Time Per Table Technical Specifications For Venue: I. Availability Of Function Rooms 1. One (1) Air Conditioned Session Hall That Can Accommodate 58 Participants. Arrangement Of Tables And Chairs Must Not Be Crowded 2. The Venue Must Be Available On May 29-30,2025 Ii. Location And Site Condition 1. Venue Should Be Within Naga City, Camarines Sur 2. With Free Parking Space Within The Venue Iii. Neighborhood Data 1. Sanitation And Health Conditions - Proper Waste Management System Such As Regular Garbage Collection And Sanitary Permit From Appropriate Authority. 2. Police And Fire Station - Proximity To Police And Fire Stations 3. Banking And Postals - Proximity To Banks, Postal And Telecommunications Service Provider 4. Restaurants - Proximity To Restaurants Or Food Stores Iv. Venue 1. Structural Conditions: The Foundation Is Made Of Concrete And Structural Steel Materials Or Combination Of Both. 2. Functionality Of Function Room 2.1 Session Room - One (1) Session Hall For The Activity 2.1.1 Arrangement Of 8 Tables And 58 Chairs Must Strictly Observe Proper Distancing Occupying 8 Guest Per Table 2.1.3 With 1 Long Tables And 8 Chairs For The Vips And Guest 2.1.4 With 2 Rectangular Table For Secretariat 2.1.5 Front Stage Must Be Free From Obstruction From The View Of The Participants 2.1.6 Two (2) Lcd Projector And Wide Screen, Complete Set Of Sound System, 2 Microphones (if Wireless Provision Of Extra Batteries), Splitter Cable For Additional Projector. 2.1.7 One (1) Podium / Lectern For Each Hall 2.1.8 Hotel I.t. Staff On Stand-by In The Session Hall 2.1.9 Unlimited Access To Internet / Wifi And At Least 100 Mbps. 2.1.10 Free Backdrop, Lay Out Approved By The End-user Care Of The Winning Bidder Indicating The Titile, Date, Venue And Other Salient Information About The Training. 5 X 7 Ft. Size 2.1.11 Extra Extension Cord That Can Be Used By The Participants 2.2 Light, Ventilation And Air Conditioning - With Uninterrupted Electrical Supply, Fully Air-conditioned Hall 2.3 Space Requirements - 1 Hall Can Accommodate 58 Participants, Observing Proper Spacing To Avoid Crowding 3. Room Arrangements 3.1 - 2-4 Persons Per Room (check In Time Is 2pm And Check Out Time 12 Noon) 3.2 - With Hot And Cold Bath 3.3 - Provision Of Toothpaste, Soap, And Other Hygiene Materials 3.4. With Clean Beddings And Towels. 4. Facilities 4.1 Water Supply And Toilet - With Continuous Water Supply, And Accessible And Clean Comfort Rooms 4.2 Lighting System - With Uninterrupted Electrical Supply 4.3. Elevator - With Elevator Going To The Session Hall (if The Hall Is Not On The Ground Floor) 4.4 Fire Escapes - With Fire Escapes, Structure In Compliance With The Standards Provided By The Building Code Of The Philippines 4.5 Fire Fighting Equipment - With Accessible Emergency Exit And Alarm, With Standby Fire Extinguishers And Automatic Sprinklers 4.6 Internet And Telecommunications - Unlimited Access To Internet / Wifi And At Least 100 Mbps. 5. Other Requirements 5.1 Maintenance - Maintain Cleanliness/disinfection Of Hall, Restrooms, Coffee/tea/creamer/sugar Cover And Dining Area. 5.2 Attractiveness - With Ambiance That Promotes Learning 5.3 Security- With 24-hour Security Service, Front Desk And Housekeeping Services/ Venue Must Be In Naga City For The Accessibility Of The Participants And Geographical Reason 5.4 Parking- With Sufficient Parking Area Total 215,750.00 Source Of Fund: Opdntp/ School Mooe 2025 Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local : 407 Or 0946-1944-109 For Any Query. Date Of Opening: May 19, 2025 9:00 A.m. Delivery Date: ¬¬¬¬¬¬2 Cd From The Date Of Receipt Of The Notice To Proceed The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Sgd. Arvin R. Sese, Ceso Vi Bac Chairperson – General Services Projects
Closing Date19 May 2025
Tender AmountPHP 215.7 K (USD 3.8 K)
U S SECRET SERVICE USA Tender
Others
United States
Details: Notice Of Intent To Sole Source
pursuant To Far 13.106-(1)(b), The U.s. Secret Service (usss) Intends To Award A Sole Source Contract To Ldv, Inc., 180 Industrial Drive, Burlington, Wi 53105 For Mobile Command Vehicle.
usss Is Seeking To Procure A Mobile Command Vehicle To Support Interagency Coordination, Communication, And Command And Control At Secret Service Protected Sites And Areas Protected By 18 U.s.c. § 1752.
essential Functions/specifications:
vehicle: Mechanical And Safety
overall Length 32 Feet Or Greater And Not To Exceed 40 Feet.
diesel Engine W/ Block Heater
automatic Transmission W/ Park Pawl And Provision For Pto
hydraulic Anti-lock Brake System W/ Optional Air Supply
air Suspension
back-up Alarm, Sensors, And Day/night Reversing Camera
three Points Of Entry – Driver Door, Front “passenger” Side Door, Entry Door On Mid Passenger Side Into Body, All With 24-inch Electric Entry Step (*note: Passenger “jump” Seat Will Be Installed)
all Marking Lights Shall Be Led
vehicle: Exterior
exterior Will Be Painted Black
will Have An External Large Screen Tv W/ Work Surface/charging Station
awning Will Need To Be Mounted Above External Tv For Protection From The Elements As Well As Block Sunlight That May Cause A Glare.
will Include Mast With Camera
will Have A Light Tower.
interior: Layout
interior Space Behind The Driver/cab Area Must Be Divided Into Three Separate Spaces By Installing Two Fixed Bulkhead(s) With A Sliding Pocket Style Door(s).
the First Bulkhead Will Be Installed Forward Of The Mid Passenger Entry Door, Creating A Conference Room Space From The Bulkhead Forward To The Driver/cab Space.
the Second Bulkhead Will Be Installed In A Manner Creating A Space At The Rearmost Of The Platform To Be Configured As A Communications Space.
the Space In Between These Bulk Heads Will Be Configured With A Communications Rack And Galley.
all Remaining Space Shall Me Maximized As Efficient Storage Solutions.
interior: Driver/cab Space
driver Seat – Mechanical Suspension On Fixed Pedestal With Arm Rests, Lumbar Support, Tilt Back And 3-point Safety Belt.
passenger Seat – Folding “jump Seat” With 2-point Safety Belt.
rubberized All Weather Flooring.
clearly Identified Vehicle Height Plaque.
interior: Conference Room Space
fixed, Bench Seating Along The Driver Side Initiating At The Bulkhead And Terminating Behind The Driver's Seat. The Underside Of The Bench Should Be Configured With Drawer Style Storage Solutions.
folding, Bench Seating Along The Passenger Side Initiating At The Bulkhead And Terminating Behind The Passenger’s Seat. This Seating Shall Fold And Secure Upwards Along The Wall When Not In Use To Create Open Space To Transport Equipment/gear When Not In Use/ When Vehicle Is In Transit.
center Mounted Conference Table (lengthwise Front To Rear) With Sides That Fold Down When Not In Use. Table Must Be Pre-wired With One (1) 20a-125vac Duplex Receptacle With Dual Usb Charging Ports [one Type A & One Type C], One (1) Ethernet Port That Is Wired Into The Communications Rack, Two (2) Hdmi Ports That Are Wired Individually To Two (2) Wall Mounted Tv’s. Vehicle Length Will Extend For Additional Working Space.
two (2) Minimum 50-inch Wall Mounted Tvs One On Both The Driver And Passenger Side Center Aligned With The Conference Table. Each Tv Will Be Wired With (2) Hdmi Connections, The First Hdmi Will Be Wired Into The Hdmi Ports On The Conference Table, The Second Hdmi Will Be Wired Into The Communications Rack.
four (4) Non-dedicated 20a-125vac Duplex Receptacle With Dual Usb Charging Ports [one Type A & One Type C] Distributed In The Conference Room Space Behind The Bench Seats, Two Per Side.
include Magnetic Dry Ease Boards Where Feasible, Maximizing Wall Space.
interior: Rear Communication Space
must Include At Least One Emergency Egress Window At Least 30x18 Inches
layout Will Incorporate Four (4) Independent Workstations, Overhead Cabinets With Dry Erase Surfaces On The Cabinet Doors, A Dry Erase Board Mounted To The Wall, And At A Minimum One Mounted Tv. Ideally It Is Requested For Each Workstation To Have A Mounted Computer Monitor That Can Be Connected To A Laptop/docking Station.
power:
20-kw 120/240vac, Four-cycle Liquid-cooled Diesel Generator Fed From The Vehicle Fuel Tank. Generator Will Be Mounted On Air Bag Mounting System. Generator Will Have An Interior Mounted Stop/start Switch With An Hour Meter.
110a-120/240vac Control Panel That Incorporates A Generator And Shore Power Main Breaker, 12 Ul Magnetic/hydraulic Branch Circuit Breakers, Digital Meters For Amperage, Frequency, And Voltage.
when Not Deployed Vehicle Will Have The Ability To Connect To Shore Power That Will Be Capable Of Powering The Entire Contents Of The Vehicle Without Use Of The Generator. The Shore Power Will Be No Less Than A 50a-125/250vac Inlet, With A Minimum 25-foot 20a-120vac Cord. Shore Power Connections Will Need To Be Routed Through An Auto Eject Port That Will Automatically Disconnect When The Vehicle Is Started.
30a-120vac Receptacle In The Electronics Rack For The Installation Of An Ups System.
incorporate A Dc Electrical Redundant System Using 6vdc Batteries To Power Auxiliary Equipment And Communication (radio) Equipment
all Power Wiring Will Be Required To Utilize A Wire Management Raceway System That Can Be Easily Accessed For Future Upfitting.
some Upgrades To Wiring May Be Required To Facilitate/support The Addition Of M6e6 Dejero Gateway Mobile Connectivity Systems And Antennas Which Include Voice, Video, And Data While In Nomadic Or Mobile Environments.
emergency Equipment: Lighting
whelen 295slsa6 Siren With Nine Lighting Control Switches.
whelen Sa315p High Performance Speaker With Bracket.
exterior Lights:
whelen Tlir Ion T Series Super Leds.
whelen M6 Series Super Leds.
communication: Radios
the United States Secret Service Will Provide Motorola Apx Radios, Antennas, Brackets, And Speakers To Be Wired And Mounted By The Awarded Manufacturer Into The Communications Area Located At The Rear Of The Vehicle.
one Radio Will Be Configured With A Dual Motorola 07 Radio Head With The Second Radio Head To Be Placed Within Reach Of The Driver's Seat. This Radio Will Be Wired To Additional Speakers That Will Be Placed Into The Conference Space.
all Radios Will Utilize Magnetic Microphone Holders.
communication: Computer Network
cat6 Network Cable Routed Through Out The Vehicle In A Raceway Emanating From The Communications Rack Through A Leviton 69270-u24 (24 Port) Cat6 Network Patch Panel.
locations Of Cat6 Jacks:
two (2) Per Each Of The (4) Workstations In The Communications Space (total Of 8)
four (4) At The Base Of The Conference Table (as Specified Above)
two (2) In The Front Passenger Area
the Awarded Manufacture Will Coordinate With The Secret Service’s Contracted Wireless Connectivity Supplier On The Installation Of 5g/satellite Communications Systems To Ensure Proper Installation, Wiring, And Configuration Prior To Final Delivery.
miscellaneous:
roof Access Ladder Mounted To The Rear Of The Vehicle.
fire Extinguishers Mounted In Each Outlined Space Of The Vehicle.
battery Powered Smoke/carbon Monoxide Detector Mounted In Each Outlined Space Of The Vehicle.
complete Set Of Operation Manuals
as-built Specifications With Interior And Exterior Drawings As Used For Production Of The Vehicle.
chassis And Body Owner's Manuals.
12vdc And 120vac Legends Showing Wire Gauge, Color, Number, And Function.
12vdc High Current Wiring Diagram Illustrating The Battery System, Isolators, Power Converters, Alternator, Disconnect Switches And Control Panels.
roof Top Antenna Placement Drawing And Legend Identifying Antenna Placements And Termination Points.
audio/video Cabling Diagram.
chassis And Generator Maintenance And Service Logs.
battery Maintenance Information.
manufacturer Representative Will Provide No Less Than 8 Hours Of Hands-on Operational Training At The Time Of Delivery.
warranty Of At Least One Year Or 10,000 Miles For Manufacturer Defects In Materials And Workmanship
the Required Delivery With All Upgrades Is 120-days After Receipt Of Award.
market Research Was Conducted With Ldv, Inc. Identified As The Only Vendor Who Can Satisfy The Requirement. No Other Vendors Were Identified Capable Of Providing The Mobile Command Vehicle With All Upgrades Prior To The Required Delivery Date.
the North American Industrial Classification System (naics) Code For This Effort Is 333924 – Industrial Truck, Tractor, Trailor, And Stacker Machinery Manufacturing.
this Announcement Constitutes The Only Synopsis For This Requirement; And Is Issued For Notification Purposes Only. No Known Potential Alternate Sources Exist Which Could Satisfy Usss’s Requirement. This Notice Of Intent Is Not A Request For Quote/proposal. Any Interested Party That Believes It Can Meet The Usss’s Requirement Described Herein May Identify Themselves And Must Provide Evidence Of Their Capability To Fulfill This Requirement Being Requested By 4:00 Pm Et On March 14, 2025. Information Received As A Result Of This Notice Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement In The Future. Submission Of Information Does Not Guarantee This Requirement To Become A Competitive Procurement. A Determination By The Government Not To Compete This Proposed Requirement On A Full And Open Competitive Basis Upon Receipt Of Responses To This Notice Is Solely Within The Discretion Of The Government. Responses Must Be Submitted In Writing To Melissa.chabot@usss.dhs.govno Later Than The Time And Date Noted Above. Telephone Responses And Requests Will Not Be Accepted.
Closing Date14 Mar 2025
Tender AmountRefer Documents
Department Of Education Division Of Camarines Sur Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – General Services Projects No. 25-04-54 Attention : All Service Provider Subject : Advertisement Date : April 10, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (small Value Procurement). Description Unit Qty Unit Price Total Abc/cost Food And Venue For The 5 Days Liveout School Division Office Planning And Impelememtation Of Result Based Performance Management System (rpms) Phase 1-iv Food (2 Snacks And 1 Lunch) And Venue For 60 Participants X Php 700.00/day X 5 Days =php 210,000.00 Pax 258 800.00 206,400.00 Costing: Morning Snack- 150 Lunch- 400 Afternoon Snacks- 150 Technical Specifications For Food: I. Menu Day 1- April 25, 2025 (60 Participants) Am Snacks 1 Regular Serving Of Tuna Sandwich (100 Grams); 8 Pcs. French Fries (75 Grams); 1 Glass Lemonade With Red Raspberry Flavor (250 Ml) Lunch 1 Cup Steamed Rice (100 Grams); 1 Regular Serving Bowl Creamy Asparagus Bacon Soup (75 Grams); 1 Regular Serving Herbed Marinated Grilled Chicken Thigh With Dijon Mustard Sauce (100 Gms.); 1 Regular Serving Sauted Mixed Vegetable (75 Grams); 1 Regular Serving Italian Tiramisu (75 Grams); 1 Bottled Water (350ml) Pm Snacks 1 Snack Plate Carbonara (100 Grams); 2 Pcs. Garlic Bread (75 Grams); 1 Glass Blue Lemonade (250ml) Day 2-june 20, 2025 (60 Participants) Am Snacks 1pc. Big Chicken Empanada (100 Grams); 6 Pcs. Potato Chips (75 Grams); 1 Canned Four Seasons Juice (240 Ml) Lunch 1 Cup Steamed Rice (100 Grams); 1 Bowl Cream Of Corn Soup (75 Grams); 1 Regular Serving Pork Cordon Bleu (100 Gms.); 1 Regular Serving Buttered Mixed Vegetable (75 Grams); 1 Regular Serving Classic Caesar Salad (75 Grams); 1 Bottled Water (350ml) Pm Snacks 1 Snack Plate Baked Mac (100 Grams); 2 Pcs. Garlic Bread (75 Grams); 1 Canned Pineapple Juice (240ml) Day 3- September 26, 2025 (60 Participants) Am Snacks 1 Regular Serving Pancit Guisado And Cheese Sandwich 1 Canned Soda Drink Lunch 1 Cup Steamed Rice 1 Regular Serving Chicken Cordon Bleu 1 Regular Serving Sinigang Salmon Belly 1 Regular Serving Fresh Lumpia 1 Regular Serving Leche Flan 1 Bowl Of Corn Soup 1 Bottled Water Pm Snacks 1 Regular Serving Banana-cue (2 Banana/stick) (100gms)1 Canned Pineapple Juice (240ml) Day 4 – November 5, 2025 (60 Participants) Am Snacks 1 Plate Snack Spaghetti W/ 2 Pcs Stick Bread 1 Juice In Can Lunch 1 Cup Steamed Rice 1 Regular Serving Grilled Pork W/sauce 1 Regular Serving Mix Vegetables 1 Bowl Corn Soup 1 Regular Serving Sweet And Sour Fish 1 Medium Apple 1 Bottled Mineral Water Pm Snacks 1 Regular Serving Lomi With Egg And 2 Puto 1 Bottled Mineral Water Day 5 December 12, 2025 (60 Participants) Am Snack 1 Regular Serving Of Palabok 1 Regular Serving Cinnamon 1 Can Pineapple Juice Lunch 1 Cup Steamed Rice 1 Regular Serving Grilled Pork W/sauce 1 Regular Serving Mix Vegetables 1 Bowl Corn Soup 1 Regular Serving Sweet And Sour Fish 1 Medium Apple 1 Bottled Mineral Water Pm Snack 1 Regular Serving Of Sotanghon And Banana Bread 1 Juice In Can Ii. Conditions Technical Specification For Food 1. Meal Coverage (2 Snacks And 1 Lunch For 5 Days For Facilitators And Participants) 2. With Unlimited Coffee, Creamer, And Sugar In A Coffee Nook. 3. With Water Dispenser And Purified Water. 4. With Sterilized And Properly Cleaned Utensils 5. With Food Provision To Participants With Food Restrictions. Ten (10) Meals Substitute To The Menu Stated Above (non – Pork, Chicken, Or Seafood Eaters) 6. With 5 Free Meals For Guest/monitor 7. With Assigned Waiters And Head Waiter During The Event Proper. Technical Specification For Venue: 1. Availability Of Function Room 2. 1 Big Air-conditioned Session Hall That Can Accommodate 60 Participants And 1 Session Halls. Arrangement Of Tables And Chairs Must Strictly Observe Social And Physical Distancing. Date: April 25 2025, June 20 2025,september 26 2025, November 5 2025, December 12, 2025 1. Venue: 1.1 Structural Conditions: The Foundation Is Made Of Concrete And Structural Steel Materials Or Combination Of Both. 2. Functionality Of Function Room: 2.1. Session Room – One (1) Adjacent Session Halls For The Activity. 2.2 Arrangement Of Tables And Chairs Must Strictly Observe Social And Physical Distancing 2.3. With 8 Round Tables 8 Chairs Per Table In Each Session Hall. 2.4. With 2 Long Table And 5 Chairs For The Vips And Guest. 2.5. 2.1.4 - With 1 Rectangular Table For Secretariat. 2.6. Front Stage Must Be Free From Obstruction From The View Of The Participants. 2.7. 1 Lcd Projector And Widescreen, Complete Set Of The Sound System, 2 Microphones (if Wireless, Provision Of Extra Batteries), Splitter Cable For Additional Projector. 2.8. 1 Podium. Lectern For Each Hall 2.9. Hotel It Staff On Stand-by In The Session Hall. 2.10. Unlimited Access To Internet. Wifi And At Least 100 Mbps 2.11. Free Backdrop, Layout Approved By The End-user Care For The Winning Bidder Indicating The Title, Date, Venue And Other Salient Information About The Training. 5x6 Ft. Size. 2.12. Extra Extension Cord That Can Be Used By The Participants. 2.13. Light, Ventilation And Air Conditioning - With Uninterrupted Electrical Supply, Fully Air-conditioned Hall. 2.14. Space Requirements - 1 Session Hall That Can Accommodate 60 Participants, Observing Iatf Guidelines 3. Rooms 3.1 - Free 2 Triples Sharing An Air-conditioned Room For The Facilitators, Guest Speakers, And Technical Working Group 3.2 With Hot And Cold Bath 3.3 Provision Of Toothpaste, Soap, And Other Hygiene Materials 3.4 With Clean Beddings And Towels. 3. Facilities 3.1 Water Supply And Toilet - With Continuous Water Supply, And Accessible And Clean Comfort Rooms And Continuous Supply Of Toilet Paper. 3.2 Lighting System - With Uninterrupted Electrical Supply 3.3. Elevator - With Functional Elevator If High Storey Building And Standby Wheelchair. 3.4 Fire Escapes - With Fire Escapes, Structure In Compliance With The Standards Provided By The Building Code Of The Philippines 3.5 Firefighting Equipment - With Accessible Emergency Exit And Alarm, With Standby Fire Extinguishers And Automatic Sprinklers 3.6 Internet And Telecommunications - Unlimited Access To Internet / Wifi And At Least 100 Mbps. 4. Other Requirements 4.1 Maintenance - Maintained Cleanliness/disinfection Of Hall, Restrooms, Sleeping Quarters, Coffee/tea/creamer/sugar Cover And Dining Area. 4.2 Attractiveness - With Ambiance That Promotes Learning. 4.3 Security- With 24-hour Security Service, Front Desk, And Housekeeping Services. 4.4 Parking- With Sufficient Parking Area 5. Rooms 5.1 - Free 2 Triples Sharing An Air-conditioned Room For The Facilitators, Guest Speakers, And Technical Working Group 5.2 With Hot And Cold Bath 5.3 Provision Of Toothpaste, Soap, And Other Hygiene Materials 5.4 With Clean Beddings And Towels. Note: Quarterly Payment For The Winning Supplier. Total 210,000.00 Source Of Fund: Division Mooe- Gass Fund 2025 Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local : 407 Or 0946-1944-109 For Any Query. Date Of Opening: April 14, 2025 9:00 A.m. Delivery Date: ¬¬¬¬¬¬¬5 Cd From The Date Of Receipt Of The Notice To Proceed The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Sgd. Arvin R. Sese, Ceso Vi Bac Chairperson – General Services Projects
Closing Date14 Apr 2025
Tender AmountPHP 210 K (USD 3.6 K)
Department Of Education Division Of Camarines Sur Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – General Services Projects No. 25-03-43 Attention : All Service Provider Subject : Advertisement Date : March 19, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (small Value Procurement). Description Unit Qty Unit Price Total Abc/cost Food And Venue For The Conduct Quarterly Program Implementation Review And Performance Assessment (pirpa) In Sdo Camarines Sur Food (2 Snacks And 1 Lunch) And Venue For 60 Participants X Php 750.00 X 4 Days = Php 180,000.00 Pax 60 3,000.00 180,000.00 Technical Specifications For Food: I. Menu Day 1 - April 4, 2025 (60 Pax) Am Snack 1 Snack Plate Mac And Cheese (100 Grams) 2 Half Sliced Garlic Bread (50 Grams) 1 Bottled Iced Tea (240 Ml) Lunch 1 Serving Size (90gms) Fried Chicken 1 Bowl Sinigang Na Baboy (50 Grams) ½ Saucer Laing 1 Cup (100gms) Steamed Rice 1 Regular Serving (40gms) Leche Flan 1 Bottled Mineral Water 350ml Pm Snack 1 Regular Serving Banana-cue (2 Banana/stick) (100gms) 1 Canned Pineapple Juice (240ml) Day 2 - July 4, 2025 (60pax) Am Snack 1 Snack Plate Bijon Guisado (100 Grams Per Serving) 2 Pcs. (half Sliced) Bread 1 Bottled Lemonade (240 Ml) Lunch 1 Bowl Fish Sinabawan (50 Grams) 1 Regular Serving Fried Pork Chop (90 Grams) 1/2 Saucer Sautéed Vegetable (50 Grams) 1 Cup Steamed Rice (100 Grams) 1 Regular Serving Chocolate Cake 1 Bottled Mineral Water 350ml Pm Snack 1 Serving Size Maruya (100 Grams) 1 Bottled Iced Tea (240 Ml) Day 3 - October 3, 2025 (60pax) Am Snack 1 Snack Plate Mac And Cheese (100 Grams) 2 Half Sliced Garlic Bread (50 Grams) 1 Bottled Iced Tea (240 Ml) Lunch 1 Serving Size (90gms) Fried Chicken 1 Bowl Sinigang Na Baboy (50 Grams) ½ Saucer Laing 1 Cup (100gms) Steamed Rice 1 Regular Serving (40gms) Leche Flan 1 Bottled Mineral Water 350ml Pm Snack 1 Regular Serving Banana-cue (2 Banana/stick) (100gms) 1 Canned Pineapple Juice (240ml) Day 4 - December 12, 2025 (60pax) Am Snack 1 Snack Plate Bijon Guisado (100 Grams Per Serving) 2 Pcs. (half Sliced) Bread 1 Bottled Lemonade (240 Ml) Lunch 1 Bowl Fish Sinabawan (50 Grams) 1 Regular Serving Fried Pork Chop (90 Grams) 1/2 Saucer Sautéed Vegetable (50 Grams) 1 Cup Steamed Rice (100 Grams) 1 Regular Serving Chocolate Cake 1 Bottled Mineral Water 350ml Pm Snack 1 Serving Size Maruya (100 Grams) 1 Bottled Iced Tea (240 Ml) Ii. Conditions 1. Meal Coverage (2 Am Snacks, 2 Lunch, 2 Pm Snack,) For The Participants, Facilitators And Speakers 2. With Unlimited Coffee, Creamer And Sugar In A Coffee Nook 3. With Water Dispenser And Purified Water. 4. With Sterilized And Properly Cleaned Utensils. 5. With Food Provision To Participants With Food Restrictions. Ten (10) Meals Substitute To The Menu Stated Above (non-pork, Chicken Or Seafood Eaters) 6. Non- Theme Table Centerpieces 7. With 5 Free Meals For Guest / Monitor 8. With Assigned Waiters And Head Waiter During The Event Proper. Technical Specifications For Venue I. Availability Of Function Rooms 1. One (1) Air Conditioned Session Hall That Can Accommodate 60-70 Participants. Arrangement Of Tables And Chairs Must Strictly Observe Social And Physical Distancing. 2. April 4, 2025, July 4, 2025, October 3, 2025 And December 12, 2025 Ii. Location And Site Condition 1. Within Naga City For The Accessibility Of The The Participants And Geographical Reason 2. With Access To Main Roads And National Highways 3. With Free Parking Space Within The Venue Iii. Neighborhood Data 1. Sanitation And Health Conditions - Proper Waste Management System Such As Regular Garbage Collection And Sanitary Permit From Appropriate Authority. 2. Police And Fire Station - Proximity To Police And Fire Stations 3. Banking And Postals - Proximity To Banks, Postal And Telecommunications Service Provider 4. Restaurants - Proximity To Restaurants Or Food Stores Iv. Venue 1. Structural Conditions: The Foundation Is Made Of Concrete And Structural Steel Materials Or Combination Of Both. 2. Functionality Of Function Room 2.1 Session Room - One (1) Session Hall For The Activity 2.1.1 Arrangement Of Tables And Chairs Must Strictly Observe Social And Physical Distancing. 2.1.2 With 6 Round Tables 10 Chairs Per Table. 2.1.3 With 1 Long Tables And 5 Chairs For The Vips And Guest 2.1.4 With 3 Rectangular Table For Secretariat And Nurse On Duty 2.1.5 Front Stage Must Be Free From Obstruction From The View Of The Participants 2.1.6 One (1) Lcd Projector And Wide Screen, Complete Set Of Sound System, 2 Microphones (if Wireless Provision Of Extra Batteries), Splitter Cable For Additional Projector. 2.1.7 One (1) Podium / Lectern For The Hall 2.1.8 Hotel I.t. Staff On Stand-by In The Session Hall 2.1.9 Unlimited Access To Internet / Wifi And At Least 100 Mbps. 2.1.10 Free Backdrop Tarpaulin, Lay Out Approved By The End-user Care Of The Winning Bidder Indicating The Title, Date, Venue And Other Salient Information About The Training. 5 X 8 Ft. Size Hanged On Day 1 Of The Schedule. 2.1.11 Extra Extension Cord That Can Be Used By The Participants 2.2 Light, Ventilation And Air Conditioning - With Uninterrupted Electrical Supply, Fully Air-conditioned Hall 2.3 Space Requirements - 1 Hall Can Accommodate 60-70 Participants, Observing Iatf Guidelines 3. Room Arrangements 3.1. Free Two (2) Fully Air-conditioned Twin Sharing Room That Can Accommodate 1-3 Guest Per Room. With Free Breakfast And Dinner. Check In Time Is 2pm And Check Out Time 12 Noon) 3.2. No Mattress On The Floor. 3.3. With Clean Beddings And Towels. 3.4. Clean Bathroom With Hot And Cold Shower. If Bidet Is Not Available Provision Of Pail And Dipper. 3.5. Provision Of Toothpaste, Soap, And Other Hygiene Materials 4. Facilities 4.1 Water Supply And Toilet - With Continuous Water Supply, And Accessible And Clean Comfort Rooms 4.2 Lighting System - With Uninterrupted Electrical Supply 4.3. Elevator - With Elevator Going To The Session Hall (if The Hall Is Not On The Ground Floor) 4.4 Fire Escapes - With Fire Escapes, Structure In Compliance With The Standards Provided By The Building Code Of The Philippines 4.5 Fire Fighting Equipment - With Accessible Emergency Exit And Alarm, With Standby Fire Extinguishers And Automatic Sprinklers 4.6 Internet And Telecommunications - Unlimited Access To Internet / Wifi And At Least 100 Mbps. 5. Other Requirements 5.1 Maintenance - Maintain Cleanliness/disinfection Of Hall, Restrooms, Coffee/tea/creamer/sugar Cover And Dining Area. 5.2 Attractiveness - With Ambiance That Promotes Learning 5.3 Security- With 24-hour Security Service, Front Desk And Housekeeping Services/ Venue Must Be In Naga City For The Accessibility Of The Participants And Geographical Reason 5.4 Parking- With Sufficient Parking Area Note: Partial Billing For The Winning Supplier Total 180,000.00 Source Of Fund: Division Mooe- Gass Continuing Fund 2024 Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local : 407 Or 0946-1944-109 For Any Query. Date Of Opening: March 24, 2025 9:00 A.m. Delivery Date: ¬¬¬¬¬¬¬¬7 Cd From The Date Of Receipt Of The Notice To Proceed The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Sgd.arvin R. Sese, Ceso Vi Bac Chairperson – General Services Projects
Closing Date24 Mar 2025
Tender AmountPHP 180 K (USD 3.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Summary: Department Of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, Is Issuing This Request For Sources Sought Notice In Order To Identify Vendors That Are Interested In And Capable Of Providing Contractor Services. For A Contractor To Provide Annual Certifications And Repairs As Needed In The Main Lab And Research Lab At The Washington Dc Va Medical Center.
statement Of Work (sow):
project Number: 688-25-2-478-0074
project Location: Veterans Affairs Medical Center, Washington, D.c., Main Hospital-50 Irving St N.w., Washington, D.c., 20422.
scope Of Work: This Statement Of Work Includes All Work Necessary To Support The Required Equipment And Supplies Needed (description Below) To Provide The Annual Certifications In The Main Lan And Research Lab Annual Certification. The Certifications Will Be Located At The Veterans Affairs Medical Center, Washington D.c 50 Irving Street Nw, Washington Dc, 20422.
provide The Annual Certifications In The Main Lab, Research Lab.
equipment Schedule:
Equipment
qty
Manufacturer
Model Number
serial Number
asset Tag
(annual Certification)
2026
Unk
Unk
Unk
Main Lab
And
research Lab
(annual
Certification)
2027,28,29,30
Unk
Unk
Unk
Main Lab
And
research Lab
scope Of Service
annual Certifications In The Main Lab, Research Lab, And Bi-annual Certifications At The Va Medical Center.
per The Scope Below, The Vendor Will Provide All Necessary, Labor, Materials, Necessary To Provide The Annual Certifications In The Main Lab And Research Lab And The Certification Services. The Following Work Is Necessary To Develop And Provide A Plan For Preventive Maintenance Inspections And Repairs As Needed. This Will Be A 5-year Agreement With 4 Option Years For Renewal
scope Of Work:
Certification For Va Medical Center D.c. Main Lab And Research Lab (annual)
36 Field Certification Of Chemical Fume Hoods
19 Field Certification Of Biosafety Cabinets
3 Field Certification Of Allentown Animal Transfer Stations
2 Field Certification Of Vented Balance Safety Enclosures: Labconco
1 Field Certification Of Thermo Forma Laminar Flow Work Station
1 Field Certification Of Thermo Electron Grossing Station
16 Penetration Testing For Hepa Filters
4 Field Certification Of Allentown Cage Mouse Ventilated Rack System
4 Field Certification Of Animal Racks
fee Added Per Client Request To Address Potential Repairs In Lab And Pharmacy
1 Travel, Round Trip
the C&a Requirements Do Not Apply And A Security Accreditation Package Is Not Required.
this Arrangement Does Not Require A Baa.
conformance Standards:
service Shall Ensure That The Equipment Functions In Conformance With The Following Latest Published Standards/codes/specifications/regulations To Include, But Not Limited To:
joint Commission For The Accreditation Of Healthcare
dc Vamc Engineering Service Standard Operating Procedures
american National Standards Institute (ansi)
nfpa 1, Nfpa 101
general Conditions And Definitions:
va: Veterans Affairs.
cor: Contracting Officers Representative. Va Employee Of Vamc Facilities And Engineering Service Officially Assigned To Act As A Project Manager And Inspector On Behalf Of Vamc And The Contracting Officer. Cor Shall Be First Point Of Contact On All Matters Concerning Contract Work For Subject Project.
icra: Infection Control Risk Assessment. An Icra Form Must Be Filled Out And Signed By Infection Control Personnel Prior To Any Work Coordinate With Cotr.
ilsm: Interim Life Safety Measures. Any Series Of Operational Actions Taken To Temporarily Reduce Hazards Posed By Life Safety Deficiencies Which Have Been Created By Demolition, Renovation, Or Construction Works, And Which Are To Remain In Place And In Effect For Duration Of Contract Work.
provide: Whenever Used Throughout The Scope Of Work, Term Provide Is To Be Understood To Mean Purchase Newly Manufactured; Furnish Delivered To Vamc Work Site In Protective Containers; Secure From Tampering Or Theft; And Install In Accordance With Contract Scope Of Work, Drawings, Specifications And Manufacturer S Instructions All Required Items Of Administrative Submittals, Labor, Demolition, Construction, Equipment Items, And Installation Works For Entirety Of Contract.
listed: Products Are Required By Codes And Standards To Beâ listedâ by A Nationally Recognized Testing Laboratory (nrtl) Such As Ul (underwriters Laboratories). The Nrtl S Test And Certify Products To Ensure Safety And Compliance With The Testing Standards. Equipment, Materials, Or Services Included In A List Published By An Organization That Is Acceptable To The Authority Having Jurisdiction And Concerned With Evaluation Of Products Or Services, That Maintains Periodic Inspection Of Production Of Listed Equipment Or Materials Or Periodic Evaluation Of Services, And Whose Listing States That Either The Equipment, Material, Or Service Meets Appropriate Designated Standards Or Has Been Tested And Found Suitable For A Specified Purpose.
safety Precautions:
the Contractor Shall Comply With All Applicable Federal, State And Local Legal Requirements Regarding Workers Health And Safety. The Requirements Include, But Are Not Limited To, Those Found In Federal And State Occupational Safety And Health Act (osha) Statutes And Regulation, Such As Applicable Provision Of Title 29, Code Of Federal Regulations (cfr) Parts 1910 And 1926. Contractor Is Solely Responsible For Determining The Legal Requirements That Apply To Activities And Shall Ensure Safe And Healthful Working Conditions For Its Employees.
contractor Shall Assume The Responsibility To Guard Against Causing Fires And/or Explosion And To Protect Government Property, Reference Nfpa 241 And 29 Cfr 1926.
the Contractor Shall Perform The Work In A Manner Consistent With The Area Security And Fire Safety Regulations Especially Regarding Exits And Exit Way Access. Utility Shutdowns Shall Not Compromise Security, Communication, Or Fire Safety For Occupants.
no Flammable Liquids Shall Be Stored Or Used In The Medical Center.
the Necessary Number And Appropriate Types Of Portable Fire Extinguishers Are Required Per National Fire Protection Association (nfpa) 10 And Nfpa 41.
all Necessary Precautions Shall Be Taken By The Contractor To Prevent Activation Of Any Existing Smoke Detectors Or Sprinkler Heads.
hazardous Material Reporting:
the Contractor Shall Maintain Hazardous Inventories And Material Safety Data Sheets (msds) For All Hazardous Materials (as Defined In Cfr 1910.120, 40 Cfr S 355, 370, & 372) To Be Stored And Used At This Medical Center. Hazardous Materials Must Be Inventoried When Received And When The Project Is Completed.
hazardous Materials Inventories, Material Safety Data Sheets And Material Quantities Used Shall Be Submitted To The Contracting Officer For Approval.
in The Event Of A Spill, Contractor Shall Immediately Notify The Contracting Officer S Technical Representative As Well As The Contracting Officer. The Contractor Shall Be Solely Responsible For The Expense Of Any Cleanup Of Such Spill, And The Cleanup Shall Be In Accordance With The Applicable Provision Of 40 Cfr Part 761.
environmental Protection:
a Series Of Operational Actions Taken To Temporarily Reduce The Hazard Posed By Life Safety Deficiencies Created During And Until Completion Of Construction.
interim Life Safety Measures:
a Series Of Operational Actions Taken To Temporarily Reduce The Hazard Posed By Life Safety Deficiencies Created During And Until Completion Of Construction.
applicable Specifications:
specifications Applicable:
contractor Shall Perform A Site Visit, Assess The Requirements In The Scope And Assure Installation Meets All Standards Including But Not Limited To The Manufacture Listed Instructions And The National Electrical Code Latest Edition.
required Specifications For This Project Are:
install Wiring And Equipment Outlined In This Scope, Meeting Standards As Mentioned.
additional Information:
parking For Contractors Will Not Be Permitted On The Vamc/dc Facility. Violators Will Be Towed At Contractor S Expense.
the Cor Will Be Jeffery Scott Lockamy, Electrical-electromechanical Supervisor, Facilities & Engineering (202-745-8000 Ext. 58497).
joseph Prine
acting Chief-fms (138)
interested & Capable Responses: Must Respond With The Following Information.
nco 5 Is Seeking Responses From Entities That Are Interested In This Procurement And Consider Themselves To Have The Resources, Capabilities, And Qualifications Necessary To Provide The Services Required For The Washington Dc Va Medical Center.
please Respond To This Rfi/sources Sought 36c24525q0452 With Your:
1. Business Name (including Unique Entity Id (sam.gov)
2. Business Type, Socio-economic Status (e.g., Veteran-owned, Woman-owned, Disadvantaged Small Business, 8(a), Etc.), And
3. Person Of Contact (including Telephone Number & Email Address).
4. Capability Statement And Summary Of Previous Experience Providing These Types Of Services For The Veterans Health Administration Or Other Similar Facilities.
5. Available Contract Vehicles (gsa Fss, Etc.) For Use By Department Of Va (include Applicable Naics)
6. Brief Summary Of Categories Of Services That Your Company Can/cannot Provide.
7. Certification(s) / Licenses For Meeting The Local Requirements To Provide These Services At The Dc Vamc (if Applicable)
8. Confirmation That Your Organization Has The Capability & Expertise To Meet The Performance Requirements While Complying With Applicable Limitations In Subcontracting By Responding To The Questions Below With Your Response:
a. Do You Intend To Self-perform This Effort?
b. If You Are Located Outside The Immediate Area, How Will You Self-perform?
c. Or Do You Intend To Subcontract Work Under This Contract?
d. If You Intend To Subcontract Work Under This Contract, How Will You Ensure Compliance With The Limitations On Subcontracting?
response Instructions: Responses Must Be Submitted By 1:00 Pm (et) Monday, May 05, 2025. Responses To The Information Requested Above Must Be Submitted Via Email To Patricia Thai At Patricia.thai@va.gov
this Request For Information/sources Sought Notice Is For Planning Purposes Only And Does Not Constitute A Solicitation, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. The Results Of This Market Research Will Assist In The Development Of (1) The Requirement, And (2) The Acquisition Strategy (e.g., Sdvosb/sdvosb Set-aside, Small Business Set-aside, Full And Open Competition, Etc.). Va Assumes No Responsibility For Any Costs Incurred As A Result Of A Vendor S Attendance To The Site-visit Nor The Preparation Of Responses Submitted As A Result Of This Notice.
Closing Date5 May 2025
Tender AmountRefer Documents
Department Of Education Division Of Camarines Sur Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – General Services Projects No. 25-03-47 Attention : All Service Provider Subject : Advertisement Date : March 25, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (small Value Procurement). Description Unit Qty Unit Price Total Abc/cost Food, Venue And Accomodation For The Conduct Of The Regional Updating, Upskilling, And Reorientation Of Dental Health Personnel Food (2 Breakfast, 4 Snacks, 2 Lunch, And 2 Dinner) For 95 Participants X Php 2,000.00 X 2 Days = Php 380,000.00 (accomodation- 800.00 Breakfast - 200.00 Am Snacks - 100.00 Lunch - 400.00 Pm Snacks - 100.00 Dinner - 400.00) Pax 95 4,000.00 380,000.00 Technical Specifications For Food: I. Menu Day 1: April 21, 2025 Breakfast Serving On April 23, 2025 Am Snack 2 Whole Slices Ham, Cheese And Tomato Sandwich 1 Can Pineapple Juice Lunch 1 Cup Steamed Rice 1 Regular Serving Fried Chicken 1 Regular Serving Laing 1 Regular Serving Mango Tapioca Pudding 1 Bottled Mineral Water, 350ml Pm Snack 1 Regular Serving Warm Special Lomi With 1 Large Boiled Egg 1pc. Banana Turon 1 Glass Buko Juice Dinner 1 Bowl Cream Of Mushroom Soup 1 Regular Serving Mixed Vegetable Sautéed In Butter 1 Regular Serving Bistek Tagalog 1 Cup Of Rice 1 Pc Medium Size Fresh Mango 1 Bottled Mineral Water, 350ml Day 2: April 22, 2025 Breakfast Daing Na Bangus And Hard Boiled Egg 3 Slices Tomato 1 Cup Garlic Rice 1 Pc Medium Size Banana 1 Bottled Mineral Water, 350ml Am Snack 1 Regular Serving Potato Salad 1 Whole Toasted Bread 1 Glass Lemon Juice Lunch 1 Cup Steamed Rice (100grams) 1 Regular Serving Squash Soup 1 Regular Serving Oven Roasted Baby Back Whith Plum Hoisin Sauce (100gms) 1 Regular Serving Sauteed Mushroom 1 Regular Serving Leche Flan (75 Grams) 1 Bottled Mineral Water, 350ml Pm Snack 1 Regular Serving Spaghetti Bolognese 1 Pc Garlic Bread 1 Can Pineapple Juice Dinner 1 Bowl Chicken And Corn Soup (75gms) 1 Regular Seving Ginataang Sitaw At Kalabasa 1 Regular Serving Beef Steak 1 Cup Steamed Rice 1 Pc Medium Size Fresh Apple 1 Bottled Mineral Water, 350ml April 23, 2025 Breakfast 1 Regular Serving Beef Tapa (100 Grms) Whit Sunny Side Up Egg 1 Cup Of Garlic Fried Rice 1 Pc Medium Size Orange 1 Bottled Mineral Water, 350ml Ii. Conditions 1. Meal Coverage ( 2 Breakfast, 2 A.m. Snacks, 2 Lunch, 2 P.m. Snacks And 2 Dinner) For The Participants, Pmt And Resource Persons. 2. With Unlimited Coffee, Creamer And Sugar In A Coffee Nook 3. With Clean Water Dispenser And Purified Water 4. With Sterilized And Properly Cleaned Utensils 5. With Food Provision To Participants With Food Restrictions. With Substitute Meals To The Menu Stated Below (non-pork, Chicken Or Seafood Eaters) 6.with 10 Free Meals For Guest (monitors) 7.with Assigned Waiters And Head Waiters During The Event Proper 10. Maintenance Of Cleanliness Of Rest Rooms And Continuous Supply Of Toilet Paper Technical Specifications For Venue: I. Availability Of Function Rooms: 1. One (1) Air-conditioned Plenary Hall For The Entire Duration Of Training Which Can Accommodate 95 Pax. Arrangement Of Tables And Chairs Must Strictly Observe Social And Physical Distancing. 2. Date: April 21 - 23, 2025 Ii. Location And Site Condition 1. Resort Near Camarines Sur For The Accessibility Of The Participants And Geographical Reason. 2. With Access To Main Roads And National Highways 3. With Free Parking Space Within The Venue Iii. Neighborhood Data 1. Sanitation And Health Conditions – Proper Waste Management System Such As Regular Garbage Collection And Sanitary Permit From Appropriate Authority. 2. Police And Fire Station – Proximity To Police And Fire Stations 3. Banking And Postal - Proximity To Banks, Postal And Telecommunications Service Provider 4. Restaurants - Proximity To Restaurants Or Food Stores Iv. Venue: 1. Structural Conditions: The Foundation Is Made Of Concrete And Structural Steel Materials Or Combination Of Both. 2. Functionality Of Function Room 2.1- One (1) Air-conditioned Plenary Hall For The Entire Duration Of Training Which Can Accommodate 95 Pax.arrangement Of Tables And Chairs Must Strictly Observe Social And Physical Distancing. 2.1.1 - Arrangement Of Tables And Chairs Per Session Hall Must Strictly Observe Social And Physical Distancing 2.1.2 - With 10 Round Tables And 9 Chairs Per Table In Each Session Hall. 2.1.3 - With One (1) Long Table And 10 Chairs For The Vips. 2.1.4 - With Two (2) Rectangular Table For Secretariat Or Pmt. 2.1.5 - Front Stage Must Be Free From Obstruction From The View Of The Participants 2.1.6 Two (2) Lcd Projectors And Widescreen, Complete Set Of The Sound System, Three (3) Microphones (if Wireless, Provision Of Extra Batteries), Splitter Cable For Additional Projector Per Session Hall. 2.1.7 - One (1) Podium Or Lectern For Each Session Hall. 2.1.8 - Hotel It Staff On Stand-by In The Session Hall 2.1.9 - Unlimited Access To Internet. Wifi And At Least 100 Mbps 2.1.10 - Free Backdrop, Layout Approved By The End-user Care For The Winning Bidder Indicating The Title, Date, Venue And Other Salient Information About The Training. 5x8 Ft. 2.1.11 - Extra Extension Cord That Can Be Used By The Participants 2.2 - Light, Ventilation And Air Conditioning - With Uninterrupted Electrical Supply, Fully Air-conditioned Hall. 3 - Room - Can Accommodate 95 Pax For 2 Days Intended For Resource Persons, Pmt, And Guest. 3.1-fully Air-conditioned Room Accomodation 3.2 - No Bed - Sharing For Single Bed. Bed Sharing Is Allowed For Queen And Kin Sized Beds. Enough Floor Space For Walking Between Beds. 3.3 - Check-in Time Will Be Day 0 Afternoon At 1pm And Check-out Time Will Be Day Afternoon At 2pm 3.4 - Availability Of Water Dispenser (hot And Cold) In The Hall Way Of Room Accomodations. 3.5 - With Hot And Cold Shower. With Own Clean Towels, Beddings And Restroom. 3.6 - Minimum Of 2 Persons In A Room And A Maximum Of 10. 3.7 - Provision Of Two (3) Tripple Sharing Airconditioned Rooms For Guests And Program Management Team. 4. Facilities 4.1 Water Supply And Toilet - With Continuous Water Supply, And Accessible And Clean Comfort Rooms And Continuous Supply Of Toilet Paper. 4.2 Lighting System - With Uninterrupted Electrical Supply 4.4 Fire Escapes - With Fire Escapes, Structure In Compliance With The Standards Provided By The Building Code Of The Philippines 4.5 Firefighting Equipment - With Accessible Emergency Exit And Alarm, With Standby Fire Extinguishers And Automatic Sprinklers 4.6 Internet And Telecommunications - Unlimited Access To Internet / Wifi And At Least 100 Mbps. 5. Other Requirements 5.1 Shuttle Service - With Available Service Vehicle To Haul Materials From Sdo Camarines Sur Division Office To Venue Vice Versa 5.2 Maintenance - Maintained Cleanliness/ Disinfection Of Hall, Restrooms, Sleeping Quarters, Coffee/tea/creamer/sugar Cover And Dining Area. 5.3 Attractiveness - With Ambiance That Promotes Learning 5.4 Security- With 24-hour Security Service, Front Desk And Housekeeping Services. Total 380,000.00 Source Of Fund: Learning Support Program Sub-aro No. Ro-5-25-00451 Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local : 407 Or 0946-1944-109 For Any Query. Date Of Opening: March 31, 2025 9:00 A.m. Delivery Date: ¬¬¬¬¬¬¬¬2cd From The Date Of Receipt Of The Notice To Proceed The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Sgd:arvin R. Sese, Ceso Vi Bac Chairperson – General Services Projects
Closing Date31 Mar 2025
Tender AmountPHP 380 K (USD 6.6 K)
6961-6970 of 7112 archived Tenders