Fire Extinguisher Tenders
DEPT OF THE ARMY USA Tender
Education And Training Services
United States
Closing Date13 Mar 2025
Tender AmountRefer Documents
Details: Request For Information (rfi) project Director Sensors-aerial Intelligence (pd Sai) Is Seeking Information From Industry On Services And Supplies To Deliver Comprehensive And Detail-oriented Virtual Training For Flight Crew, Sensor Operators, And Mission Equipment Package (mep) Maintainers. this Is A Request For Information (rfi) Notice Only. This Is Not A Request For Proposals (rfp). No Solicitation Are Available At This Time. overview/purpose/description Of Procurement project Director Sensors-aerial Intelligence (pd Sai) Is Responsible For Enduring Requirements To Develop, Acquire, Field And Provide Life-cycle Support To Operationally Relevant Aerial Intelligence, Surveillance, And Reconnaissance (aisr) Sensors And Integrated Systems Across A Broad Spectrum Of Multiple Intelligence (multi-int) Capabilities, Including But Not Limited To: Electro-optical/infra-red (eo/ir), Synthetic Aperture Radar/ground Moving Target Indicators (sar/gmti), Signals Intelligence (sigint), Geospatial Intelligence (geoint), And Measurement And Signature Intelligence (masint). In Addition, Auxiliary Support Of These Capabilities Including, But Not Limited To Air, Ground, Networking, Data Transfer, Satellite Communications, And Simulated Training Is Required. traditional Modes Of Training Including Operational Procedural Trainers (opts) Are Limited By Factors Such As Equipment Durability And Availability, Classroom Size, Qualified Instructors, And Safety Considerations. They Are Also Cost And Time Prohibitive. To Supplement Classroom Training, A More Modern Approach Is Required. Therefore, Pd Sai Is Interested In A Training Solution That Emulates Aircraft And Sensors In High Fidelity, Digitizes The Training Environment, And Facilitates Multi-trainee And Instructor Collaboration In A Virtual Environment That Can Be Conducted From Classrooms Anywhere In The World. Pd Sai Is Interested In Products That Enable The Army To Obtain Training Technology To Enable Greater Agility In Support Of Complex Maintenance, Inspection, And Crew Coordination Tasks. The Desired Technical Solution Will Be Used To Prove Out A Modernized Training As Capabilities And Program Requirements Evolve. this Rfi Is Intended Purely For Market Research Purposes. The Government Wishes To Better Understand Current Industry Capabilities Regarding Their Ability To Provide Necessary Services And Supplies To Deliver Comprehensive And Detail-oriented Virtual Training. scope Of Effort/request in Response To This Rfi, Pd Sai Is Seeking Industry Information Regarding Commercial Or Government Off-the-shelf (cots/gots) Product Solutions To Validate Industry Capabilities For Virtual Aerial Systems Trainer (vast) To Support The Airframe, Pilot Tasks, Crew Drill Tasks, And Back Of Plane With Sensor Non-rated Crew Members (nrcm) Tasks. The Intent Of This Rfi Is To Gather Information On State-of-the Art Virtual Training Capabilities Which Allow For The Creation Of Several Environments, Scenarios, Decision Points, And Rally Points That Could Be Developed Virtually To Apply To Multiple Aircraft Platforms. Required Tasks May Involve Coordination Between Cockpit And Cabin Crewmembers. The Environment Will Provide Soldiers, Leaders, Staffs, And Units The Ability To Train On Mission Critical Tasks And Exercise Cognitive Skills Required To Operate In The Operational Environment (oe). interested Virtual Training Procedures Include: 1) Crew-level Emergency Procedures Iaw Bbd-700 2) Aviation Life Support Equipment (alse) – Pre-flight (alse Expirations, Flashlights, Fire Extinguisher Pressures, O2 Pressure Check, Etc.) 3) Other Pre-flight Inspections. 4) Intel Sensors Operation And Maintenance Tasks the Virtual Training Should Start With Standardized Aircrew Procedures Like Crew Briefings, Ics Check-in (after Entering The Immersive Vr Environment), Etc. Some Of Those Would Be Done Outside Of The Vr, While Some Would Be Performed Inside To Support Mission Planning And Mission Rehearsals. The Steps To Be Performed By Aircrew (pilots & Nrcm) In Each Training Module Would Need To Be Built, Verified, And Validated By Applicable Regulation Or Standardization Documents And Procedures To Ensure The Products’ Correctness. The Results Of The Training Environment Shall Enhance And Reinforce Both Soldier And Leader Warfighter Skills With Practical Experience. the Government Is Particularly Interested In Capabilities And Specific Requirements Of The Virtual Training Prototype Which Include: leveraging Existing Technology And Government Furnished Information (gfi) / Government Furnished Software (gfs) To Create A Virtual Environment use Of Commercial Off The Shelf (cots) Or Non-proprietary Hardware And Software As Much As Possible ability To Collaborate Between Instructors And Students In A Virtual Environment Both Guided And Unguided ability To Train Individual And Collective Tasks ability To Train Crew Drills Procedures In Multiple Environments Both Guided And Unguided cockpit And Sensor Orientation With Start-up Procedures crew Coordination/emergency Procedures For Pilot & Sensor Nrcm virtual Environment Must Have Major System, Aircraft And Sensor Details guided And Unguided (graded) Collection Operations For Each Sensor Workstations sensor Operator And Maintenance Task Demonstration guided/unguided (graded) Mep Pre-flight Startup/shutdown And Troubleshooting Procedures provide Means To Offload Data To Processing, Exploitation And Dissemination (ped) Operators For A True End-to-end Training Experience ability To Process And Transmit High Payoff Target List (hptl)/ High Value Target List (hvtl) ability To Link With Ped/sensor Operators For Remote Tasking And Processing And Exercise Control (excon) Random Factor Insertion For Procedural Training module Integration Into A Learning Management System (lms) To Track Training Efficiency And Student Progression. requested Information the Government Requests That Interested Parties Provide The Following: white Paper Response for The Government To Understand Your Current Training Capability, Please Respond With A White Paper Outlining Current Abilities And Answering The Following Questions (elaborate All Answers): what Data Formats Do You Use To Represent 3d Equipment Models? (e.g., Fbx, Obj And Gltf). what Types Of Material Data Types Are Created/included In The “fbx” Deliverable To The Government? what Is Your Development And Delivery Time For Each Module On Contract? Is Delivery Times (period Of Performance (pop)) Routinely Within 8-12-month Period? how Do You Structure The Model Hierarchy For Virtualized Equipment? how Do You Handle Animation Data For 3d Equipment Components? (e.g., Physics-based Animations Versus Timeline-based Sequences, Etc.). do Your Virtualized Equipment Assets Depend On Any Game Engine Systems, Subsystems, Plugins, Or Other External Services To Function? do You Use Pbr Materials, And If So, What Specification? do You Currently Support Xr? If So, Do You Use Openvr, Openxr, Or Another Api? how Do You Define Interactions, Behaviors, And States For Virtualized Equipment? what Is Your Software Approach To Virtual Training? what Rending Solution Is Utilized In Your Solution? can Your Solution Integrate With Third Party Vendors? how Many Soldiers Can Your Solution Train Simultaneously? what Capabilities Does The Instructor Have In Your Solution? please Provide A Block Diagram / System Description That Includes Hardware, Computational Devices, Interfaces And Describe Your Modularity/ Open Systems Approach For Dealing With The Incorporation Of New Technology And/or Components As They Become Available. what Type Of Training Scenarios Are Currently Included And Are They Customizable In Your Solution? what Freedom Of Movement Does The Trainees Have Inside The Training Scenarios? what Learning Management System (lms) Do You Use, And What Metrics Are Provided To The Instructor For The Purpose Of Evaluating Trainees? is Your System Accredited And/or Certified? what Subject Matter Experts Reside Within Your Team (no Names, Just Titles) And What Are Their Functional Areas Of Expertise? what Is Your Current Hardware Solution For Instrumentation? what Form Of Project Management And Planning Methodologies Do You Utilize In Your Processes? what Kind Of Data Does Your System Capture During Training Sessions? if Data Is Captured, Is There A Data Analysis Component To Provide Feedback To The Trainees? how Do You Handle Regular Maintenance And Sw Updates For The System? describe Any Major Subcontracted Components And Describe Your Subcontractor/vendor Management Strategy. what Separates Your System From Others? does Your System Have Interoperability With Other Simulations Or Operations Systems? how Does Your Solution Address Modularity And The Ability To “plug And Train” With Components, Haptics, And Peripheral Devices? provide Projected Cost Estimates (rough Orders Of Magnitude (rom)) what Recent Relevant Performance (past Five (5) Years) And/ Or Current Work Experience Does Your Company Have Performing Similar Work For The Dod/ Army? Please Describe Your Effort And Role. white Paper Response Collaboration (discussions) if The Government Finds After White Paper Responses There Is A Need For Discussions And/or Hardware Demonstration, Pm Sai Representatives May Meet With Potential Interested Parties And/or Request One-on-one Sample Hardware Demonstrations. Such Discussions Are Only Intended To Obtain Further Clarification Of Potential Capability To Meet The Requirements And Demonstration Of Product Capabilities. response Guidelines: interested Parties Are Requested To Respond To This Rfi With An Unclassified White Paper. White Paper Submissions Cannot Exceed 5 Pages, Single Spaced, 12-point Type With At Least One-inch Margins On 8 1/2”x11” Page Size. The Response Should Not Exceed A 10 Mb E-mail Limit For All Items Associated With The Rfi Response. Responses Must Specifically Describe The Interested Party’s Capability To Meet The Requirements Outlined In This Rfi. Oral Communications Are Not Permissible. Sam.gov Will Be The Sole Repository For All Information Related To This Rfi. interested Parties Who Wish To Respond To This Rfi Shall Do So No Later Than 13 March 2025 At 1600 Est Via Email To Aaron Norton, Aaron.j.norton3.civ@army.mil And Angel Acevedo, Angel.r.acevedo10.civ@army.mil. to: questions/disclaimers: the Government Will Not Entertain And Will Not Address Any Questions From Industry At This Time. The Government Will Not Reimburse Companies For Any Costs Associated With The Submissions Of Their Responses Or The Participation In Demonstrations. disclaimer: this Rfi Is Not An Rfp And Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As Proposals, Nor Will Any Award Be Made As A Result Of This Synopsis. all Information Contained In The Rfi Is Preliminary As Well As Subject To Modification And Is In No Way Binding On The Government. Far Clause 52.215-3, “request For Information Or Solicitation For Planning Purposes”, Is Incorporated By Reference In This Rfi. The Government Does Not Intend To Pay For Information Received In Response To This Rfi. Responders To This Invitation Are Solely Responsible For All Expenses Associated With Responding To This Rfi. This Rfi Will Be The Basis For Collecting Information On Capabilities Available. This Rfi Is Issued Solely For Information And Planning Purposes. Proprietary Information And Trade Secrets, If Any, Must Be Clearly Marked On All Materials. All Information Received In This Rfi That Is Marked “proprietary” Will Be Handled Accordingly. Please Be Advised That All Paper Submissions Become Government Property And Will Not Be Returned Nor Will Receipt Be Confirmed. In Accordance With Far 15.201(e), Responses To This Rfi Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. product Service Code:6910 - Training Aids naics Code: 541715 - Research And Development In The Physical, Engineering, And Life Sciences (except Nanotechnology And Biotechnology)
Dr Paulino J Garcia Memorial Research And Medical Center Tender
Machinery and Tools
Philippines
Closing Date27 May 2025
Tender AmountPHP 1.1 Million (USD 19.8 K)
Details: Description Request For Quotation Date: May 22, 2025 Rfq No.: 2025 - 126 Dr. Paulino J. Garcia Memorial Research And Medical Center (dr. Pjgmrmc) Intends To Procure Various Engineering And It Supplies Through Section 34 Small Value Procurement Of The Implementing Rules And Regulations Of Republic Act No. 12009, Otherwise Known As The “new Government Procurement Act”, And Composed Of 51-line Items With Approved Budget Of The Contract Amounting To One Million One Hundred Fifty-five Thousand Five Hundred Eighty-seven Pesos And 15/100 (php 1,155,587.15) With Certification Availability Of Fund No. 2025-203/206/202/207 Dated May 20, 2025. Interested Service Provider Shall Submit A Copy Of The Following Documents And Along With The Quotation On Or Before The Above Specified Deadline Of Submission Of Quotation. Quotations May Be Submitted Manually, Or Through Email At The Address And Contact Number Indicated Below. Interested Service Provider Shall Submit A Copy Of The Following Documents And Along With The Quotation On Or Before The Above Specified Deadline Of Submission Of Quotation. Quotations May Be Submitted Manually, Or Through Email At The Address And Contact Number Indicated Below. Please Submit Your Best Quotation Duly Signed By You Or Your Duly Authorized Representative Not Later Than May 27, 2025, At Exactly 3:00 Pm For The Goods Offered Below. Documentary Requirements (shall Be Valid, Current And Updated) 1. Philgeps Registration Number Or Valid Philgeps Certificate (platinum Membership) 2. If Philgeps Registered Only And Not Platinum Membership Department Of Trade And Industry (dti); Or Registration Certificate From Securities And Exchange Commission (sec); Or Cooperative Development Authority (cda) 3. Mayor’s Or Business Permit 4. Bir Certificate Of Registration (bir Form No. 2303) 5. Food And Drugs Administration Certifications: (if Medical Supplies And Consumables) License To Operate Valid Certificate Of Product Registration (cpr); Or Valid Certificate Of Medical Device Registration (cmdr) Valid Current Certificate Of Distributorship 6. Brochure/product Information 7. Notarized Omnibus Sworn Statements For Any Clarification, You May Call Us At Telephone Number 044 463 8888 Loc. 105 Or Send Us An Email Thru Atty. Remar G. Tagara, At Drpjgmrmc.bac2016@gmail.com. By The Authority Of The Bids And Awards Committee. John Dennis D. Macapagal, Md, Fpsp Chairperson, Bids And Awards Committee I Terms And Conditions: Failure To Follow These Terms And Conditions Will Disqualify Your Entire Quotation. 1. Non-submission Or Submission After The Deadline Of The Documentary Requirements Shall Not Be Accepted. 2. Do Not Alter The Contents Of This Form In Any Way. 3. The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. 4. All Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. 5. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate Zero “o” If Item Being Offered Is For Free. 6. Quotations May Be Submitted Through Electronic Mail At Drpjgmrmc.bac2016@gmail.com 7. Quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The E-mail Shall Be Considered. 8. Bidders Shall Provide Correct And Accurate Information Required In This Form. 9. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 10. Price Quotation/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. If The Bidder Failed To Enter Into Contract Within Validity Period The Notice Of Award Shall Consider Cancelled. 11. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 12. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 13. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Dr. Pjgmrmc Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 14. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. Procurement Section 15. The Procurement Office Will Send Notification Via Email Of The Notice Of Award (noa) And Contract Agreement Form (caf). The Supplier Must Personally Receive The Approved Noa And Caf Within Seven (7) Calendar Days After Receiving The Email. 16. The Notarized Caf Must Be Submitted Within Seven (7) Days From The Date Of Receipt And Should Be Submitted In Person Or Via Currier To The Procurement Office. 17. The Authorized Representative By The Supplier Shall Receive The Original Purchase Order (po) And Notice To Proceed (ntp) At The Procurement Office. Original Documents Will Not Be Sent Through Mail Or Courier. 18. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder Materials Management Section 19. Strictly No Partial Delivery. 20. Delivery Day Monday To Friday, 8:00 Am To 5:00pm Only And Delivery Drop Off At Quimson Gate, Quimson Street, Dr. Pjgmrmc. All Delivery Shall Have A Corresponding Copy Of Purchased Order. No Sales Invoce Non-acceptance Of The Delivery. 21. None Acceptance Of Delivery If The Expiration Date Is Less Than Eighteen (18) Months Except With Approved Guarantee Letter Upon Delivery. 22. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Dr. Pjgmrmc. The Delivery Of The Item/s Shall Be Acknowledged Upon The Delivery To Confirm The Compliance With The Technical Specifications. 23. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Dr. Pjgmrmc May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 24. The Procuring Entity May Cancel Or Terminate The Contract At Any Time In Accordance With The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows. Item No. Unit Qty. Item And Description Approved Budget Of The Contract Brand And Model No. Compliance With Technical Specification (please Check) Yes No Unit Cost Total Amount 1 Pc 10 Cable, Hdmi, 10 Meters 800.00 2 Pc 15 8 Port Switch Hub, 8-port Gigabit Switch, Iu, 13" Rack Mountable Steel Case 8,000.00 3 Cyl 340 Refilled Fire Extinguisher, 10lbs 350.00 4 Unit 47 Exhaust Fan 8", Hd 1,175.93 5 Pc 195 Accoustic Board 60cm X 120cm X 12mm 410.00 6 Pc 14 Toilet Bowl, Standard Size, No Flash, White 4,815.00 7 Pc 4 Lavatory, Porcelein Wall Hung 1,428.45 8 Pc 14 Lavatory P-trap 1 1/4", Stainless Steel 304 513.00 9 Pc 11 Faucet, Lavatory, Zinc Alloy 353.10 10 Pc 25 Plumbing Flexible Hose, 1/2", With Spanner, Stainless Steel 304, 18" 124.12 11 Tin 14 Latex, Semi Gloss Gypsum White 3,211.07 12 Gal 24 Latex, Semi Gloss Mud Brown 806.78 13 Tin 14 Latex, Flat 2,785.21 14 Gal 12 Quick Dry Enamel, Chocolate White 870.98 15 Tin 4 Latex, Gloss White 3,211.07 16 Gal 8 Quick Dry Enamel, Chocolate Brown 712.62 17 Pc 60 Roller Brush, 7" 117.70 18 Pc 60 Roller Foam 4" 101.65 19 Pc 20 Tray, Paint Roller 80.00 20 Pc 100 Refill Roller Foam 4" 46.01 21 Pc 60 Paint Brush 1" 39.59 22 Pc 60 Paint Brush 2" 60.99 23 Pc 40 Paint Brush 3" 77.04 24 Pc 40 Paint Brush 4" 110.21 25 Bag 10 Skim Coat, White Fine, 20kgs/bag 476.15 26 Pc 200 Sanding Paper #80 20.00 27 Pc 200 Sanding Paper #120 20.00 28 Pc 200 Sanding Paper #220 20.00 29 Kilo 50 G.i. Tie Wire #16 95.00 30 Pc 5 Silicone Caulking Gun 649.49 31 Tube 40 Silicon Sealant, White 288.90 32 Gal 6 Fast Setting Cement 1,935.63 33 Pc 8 Spatula 4" 32.10 34 Pc 600 Led Tube, 20 Watts, Double Ended 299.60 35 Pc 53 Bulb, Led 11 Watts 127.33 36 Pc 162 Outlet, Duplex Universal, 3 Pin Type 456.89 37 Box 24 Thhn Wire, 5.5mm2 6,420.00 38 Roll 60 Tape, Electrical, Big 42.80 39 Roll 8 Electrical Flexible Hose,3/4" 1,551.50 40 Pc 50 Pvc, Junction Box With Cover 53.50 41 Pc 15 Grinding Disk #4, Masonry 267.50 42 Pc 300 Black Screw, 1 1/2", Metal 1.50 43 Set 4 Switch, 3 Gang With Plate 374.50 44 Pc 60 Roller Brush, 4" 69.55 45 Pc 60 Pvc Utility Box 48.15 46 Pc 11 Faucet, Plastic, Abs, Wall, Long Neck 5" 171.20 47 Pc 60 Receptacle 4" 42.80 48 Pc 100 Refill Roller Cotton 4" 34.24 49 Can 30 Sealant, Elastomeric, 1/2l Per Can 398.04 50 Pc 10 Paint Roller Extension Pole, Steel, 1.2m 160.50 51 Pc 100 Refill Roller Cotton 7" 59.92 Grand Total Deadline Of Submission: May 27, 2025, (tuesday), At Exactly 3:00 Pm Terms Of Payment: Payment Shall Be Made Through Check Or Land Bank’s Lddap-ada/bank Transfer Facility. In Case Of Accounts Maintained In Other Banks, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Shall Be Based On Actual Number Of Payment Details: A. Name Of Bank And Its Branch : ___________________________________________ B. Bank Account Name : ___________________________________________ C. Bank Account Number : ___________________________________________ D. Tin Of The Company : ___________________________________________ E. Photo Copy Of Bank Book : Front Only F. Date Established Of The Company: _________________ G. Contact Person At Finance Office Name: ________________________________________ Tel. No.: _______________________________________ Mobile No.: ____________________________________ ___________________________ ___________________________ Signature Over Printed Name Name Of Company ___________________________ ___________________________ Position/designation ___________________________ ___________________________ ___________________________ ___________________________ Telephone/fax/mobile Nos. Complete Office Address ___________________________ Email Address/es Ref. No.: Pr No.: 2025-1534/1540/1481/1480
SANTOL ELEMENTARY SCHOOL TANAUAN CITY, BATANGAS Tender
Electronics Equipment...+3Publishing and Printing, Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date7 Apr 2025
Tender AmountPHP 111.5 K (USD 1.9 K)
Details: Description Note: 1. All Entries Must Be Legibly Written. 2. Delivery Must Be Within 7 Calendar Days Upon Receipt Of Purchase Order. 3. Price Validity Must Be Within 30 Days. 4. Payment Term: Within 30 Days. 5. Bidders / Suppliers Must Submit The Following: A. Mayor's Permit B. Philgeps Certification/red Registration C. Bir Certificate Of Registration D. Dti / Sec E. Tax Clearance / Itr F. Omnibus Sworn Statement 6. Interest Bidder / Supplier May Send Their Quotation Directly To The Bac Secretariat Or Email To Depedtanauan.santoles.107776@deped.gov.ph. For Inquiries, Please Contact 043-312-2939 7. Approved Budget For The Contract: 111,540.00 (failure To Do So Will Mean Disqualification Of Your Bid Proposal) Item Items And Description Unit Quantity Unit Price Total Price 1. Ball Point Pen (black Retractable), 10's/box Box 3 65.00 195.00 2. Bond Paper (a4, 70gsm, White) Ream 30 210.00 6,300.00 3. Bond Paper (long, 70gsm, White) Ream 20 225.00 4,500.00 4. Bond Paper (short, 70 Gsm) Ream 5 195.00 975.00 5. Certificate Jacket Piece 50 69.00 3,450.00 6. Clip Backfold 50mm, 12pcs Per Box Box 2 77.00 154.00 7. Correction Tape, 8m Piece 10 28.00 280.00 8. Data Folder, Top Mechanism Suitable For A4 Size Documents Piece 15 140.00 2,100.00 9. Double Adhesive Tape W/foam 1" Piece 3 119.00 357.00 10. Epson Ink 003 Black Bottle 10 350.00 3,500.00 11. Epson Ink 003 Set B, C, M, Y Set 8 1,400.00 11,200.00 12. Expandable Folder (long) Piece 20 40.00 800.00 13. Folder, Tagboard (short) Piece 5 100.00 500.00 14. Glue (240g) Piece 8 120.00 960.00 15. Glue Stick Big Piece 15 15.00 225.00 16. Highlighter, Line Widths 2-5 Mm Water-based Ink Piece 8 40.00 320.00 17. Laminating Pouches (a4) 250microns 20's Pack 10 380.00 3,800.00 18. Manila Paper (36"x48"x10 Pieces) Piece 10 20.00 200.00 19. Masking Tape 1" 25yards Per Roll Piece 50 15.00 750.00 20. Paper Clips Vinyl Plastic Coated 33mm Box 10 26.00 260.00 21. Paper Clips Vinyl Plastic Coated 50mm Box 13 32.00 416.00 22. Pencil With Eraser, 12's Per Box Box 3 90.00 270.00 23. Permanent Marker Ink Refill (black) Bottle 7 100.00 700.00 24. Permanent Marker, Refillable, Aluminum Barrels, Black Box 20 82.00 1,640.00 25. Photo Paper (a4, Glossy) 180 Gsm Pack 30 100.00 3,000.00 26. Plastic Envelope Long Piece 20 25.00 500.00 27. Plastic Paper Fastener (7cm) Box 4 45.00 180.00 28. Push Pins, 100's Box 1 65.00 65.00 29. Scotch Tape (1 Inch, Clear) Piece 8 40.00 320.00 30. Sign Here Tabs, 4 Colors/pack Pack 10 45.00 450.00 31. Specialty Board (long) Pack 10 50.00 500.00 32. Specialty Board (short) Pack 10 40.00 400.00 33. Specialty Board A4 (180gsm) Pack 10 45.00 450.00 34. Stamp Pad With Refill Ink Bed Size: Width 60mm (min), Length 100mm (min) Piece 2 145.00 290.00 35. Staple Wire (35) Box 8 45.00 360.00 36. Sticker Paper Pack 20 65.00 1,300.00 37. Thumbtacks Box 2 28.00 56.00 38. White Board Ink Black Bottle 7 185.00 1,295.00 39. White Board Marker, Blackfelt Tip, Refillable, Bullet Type Aluminum Barrel Piece 14 65.00 910.00 40. Adjustable Wrench 10in Chrome Finish, Piece 1 440.00 440.00 41. Adjustable Wrench 16in Chrome Finish, Piece 1 500.00 500.00 42. Air Freshener 320ml Piece 3 220.00 660.00 43. Alcohol (1 Gallon) Gallon 8 380.00 3,040.00 44. Bar Soap 60g Piece 6 22.00 132.00 45. Battery Aa, 2pcs Per Pack Piece 3 100.00 300.00 46. Bolo Piece 1 500.00 500.00 47. Broom (soft) Piece 8 200.00 1,600.00 48. Broom Stick Piece 8 40.00 320.00 49. Combination Plier 6" Piece 1 280.00 280.00 50. Comfort Room Deodorizer (100g) Piece 1 58.00 58.00 51. Dipper (plastic) Piece 8 70.00 560.00 52. Dishwashing Liquid Liter 10 50.00 500.00 53. Doormat 18"x30" Piece 20 45.00 900.00 54. Dustpan (plastic) Piece 8 65.00 520.00 55. Electrical Tape 16 Meters Piece 3 40.00 120.00 56. Fabric For Lei, 10yards Ethnic Design Yard 10 40.00 400.00 57. Faucet (1/2" Brass) Piece 2 200.00 400.00 58. Flat Screw 6.5 X 100mm Piece 1 200.00 200.00 59. Garden Hose 5/8inx25m Roll 2 1,125.00 2,250.00 60. Gina Cloth, Assorted Color Yard 100 30.00 3,000.00 61. Grass Shears (12") Piece 1 735.00 735.00 62. Halabas Piece 1 500.00 500.00 63. Hand Saw 450mm Piece 1 265.00 265.00 64. Liquid Bleach Gallon 9 198.00 1,782.00 65. Liquid Hand Soap (500ml) Bottle 9 116.00 1,044.00 66. Long Nose Plier 6in Piece 1 260.00 260.00 67. Medal Bronze Piece 45 70.00 3,150.00 68. Medal Gold Piece 6 70.00 420.00 69. Medal Silver Piece 35 70.00 2,450.00 70. Metal Hacksaw, Adjustable Frame For 8 1/2 ", 10" And 12 "blades Non-slip Handle Injected In Abs And Tpr, 12 " In Size Piece 1 764.00 764.00 71. Muriatic Acid 500ml Bottle 8 85.00 680.00 72. Pail Min. 10 Liters Piece 8 210.00 1,680.00 73. Philip Screw 2 X 100mm Piece 1 200.00 200.00 74. Plastic Trash Bag (xl) 100's Pack 2 490.00 980.00 75. Powder Detergent (1kg) Pack 8 105.00 840.00 76. Ribbon 1" Roll 3 260.00 780.00 77. Rotary Sprinkler Size: 3/4in, Material: Metal Piece 1 404.00 404.00 78. Tissue Paper (12's) Pack 5 144.00 720.00 79. Tube Light 18w 1,800 Lm (min) Piece 3 275.00 825.00 80. Calculator, 12 Digits, 3-digit Comma Markers Power Supply: Solar & Battery Unit 2 459.00 918.00 81. Glue Gun, Heavy Duty Voltage: 60w Trigger Feed Mechanism For Big Glue Stick Piece 3 274.00 822.00 82. Paper Cutter Metal, 12x15 Steel Base Piece 1 1,300.00 1,300.00 83. Ruler 12”/30cm Piece 8 17.00 136.00 84. Scissors (stainless Steel, 9") Piece 8 84.00 672.00 85. Sharpener Tabletop For Standard 8mm Diameter Pencils Piece 2 300.00 600.00 86. Stapler For #35 Staples, With Staple Remover Staple Capacity: Up To 25 Sheets Piece 8 234.00 1,872.00 87. Tape Dispenser0.5 To 1.5kg, Designed For 1/2, 3/4 1inch Tape Piece 2 164.00 328.00 88. Electric Drill 400-watt, For Efficient Drilling And Screw-driving In Metal, Plastic, And Wood Drilling Diameter Range: Wood (20mm), Steel (10mm), Aluminum (13mm) Unit 1 1,895.00 1,895.00 89. Extension Cord 5m, 4gang Piece 3 450.00 1,350.00 90. Floor Spin Mop With Container Set 8 650.00 5,200.00 91. Usb/flash Drive 32gb Piece 8 320.00 2,560.00 92. Handheld Megaphone With Microphone 12v 50 Watts Recording Time: 1,000 Seconds (16minutes) Material: Abs Power Source: 12v Unit 1 2,800.00 2,800.00 93. Refill Of 10lbs Fire Extinguisher Piece 2 1,000.00 2,000.00
Commission On Higher Education - CHED Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 336.9 K (USD 5.7 K)
Details: Description *accommodation, Food, And Venue Abc: 336,900.00 122 Pax Food And Venue March 20, 2025 *lunch, Am And Pm Snacks 21 Pax Pm Snacks March 19, 2025 *pm Snacks 21 Pax Dinner March 19, 2025 *dinner 17 Pax Am Snacks March 21, 2025 *am Snacks 8 Room Double Occupancy, (standard - Twin Sharing) *8 Twin-rooms *check-in: March 19, 2025 *check-out: March 21, 2025 5 Room Single Occupancy, (standard) *5 Single Rooms *check-in: March 19, 2025 *check-out: March 21, 2025 Specifications: *the Venue Must Be A Newly Constructed Or Recently Renovated Hotel To Ensure Modern Facilities And Amenities. *the Hotel Must Be The Nearest Premium Hotel To Francisco Bangoy International Airport (davao International Airport), Ensuring Ease Of Access For Traveling Participants. *function Rooms Must Be Sound-proof, With Built-in Noise-reduction Features To Prevent Disturbances From Adjacent Rooms, Hallways, Or External Sources. *the Venue Must Provide A Dedicated Internet Connection Of At Least 300 Mbps, With Wired And Wireless (wifi 6) Capability, Ensuring Seamless Video Conferencing, Online Activities, And Real-time Data Access. *function Rooms Must Accommodate At Least 150-200 Participants In A Classroom Or Round-table Setup, With Additional Space For Vip Seating And Resource Persons. *with Free-flowing Coffee *function Rooms Must Be Equipped With State-of-the-art Audio-visual Equipment, Including: *high-lumen Projectors (minimum 6,000 Lumens) Or Led Walls; *high-quality Microphones (wireless Lapel And Handheld); *ceiling-mounted Or Wall-integrated Speakers With Surround Sound; *sound Mixer And Technical Control Area; *video-conferencing/hybrid Capability; *provision Of Lights System *the Venue Must Have An Uninterruptible Power Supply (ups) And An In-house Backup Generator To Ensure Seamless Operations During The Event. *the Hotel Must Have Spacious, Secure Parking For At Least 50 Vehicles, Ensuring Convenient Access For Attendees. *the Venue Must Comply With Safety And Accessibility Requirements, Including: *pwd-friendly Entrances, Elevators, And Facilities; *fire Safety Compliance (fire Exits, Extinguishers, Alarm Systems); *health And Sanitation Compliance (hygiene Protocols And Ventilation) *all Toiletries And Other Supplies Must Be Environment Friendly *nothing Follows* Kindly Attach The Ff Docs Together With The Rfq: *updated Philgeps Certificate *updated Business Permit/mayor's Permit *income / Business Tax Return *certificate Of Tax Clearance *bir Certificate Of Registration
City Of Bais Tender
Automobiles and Auto Parts
Philippines
Closing Date10 Jun 2025
Tender AmountPHP 7.5 Million (USD 128.8 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Use In The City Government Of Bais In The Delivery Of Basic Services, Like Transportation, Social Services And Other Related Governmental Functions, City Mayor’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 347-25 Php 7,500,000.00 1 1 Unit Brand New Coaster Bus (29-seater) - Overall Dimension: 6990x2080x2635 Mm - Wheelbase: 3935 Mm - Tread Front/rear: 1690/1490 Mm - Min. Turnding Radius: 6.5 M - Curb Weight: 3530-3660 Kg - Gross Vehicle Weight: 5670 Kg - Engine Specifications: - Type: 4-cylinder In-line, 16-valve Ohv, Gear Drive, Diesel - Displacement: 4009 Cc - Max. Output: 135 Ps/2500rpm - Max.torque: 390 Nm/1400 Rpm - Fuel System: Common-rail Type - Transmission: 5-speed Manual - Regulation: Euro 4 - Suspension Front/rear: Double Wishbone/leaf Spring Rigid - Stabilizers: With (front/rear) - Brakes Front/rear: Ventilated Discs/power Assisted Recirculating Ball - Tires/wheels: 215/70r17.5 -headlamps: Multi-reflector Halogen - Front And Rear Bumper: Resin With Paint - Center Door: Folding Auto Type (with Buzzer) -luggage Door: With (rear) - Mudguards: Front And Rear - Rear Wiper: With Intermittent - Rear Window Defogger: With Timer - High Mount Stop Lamp: With - Front Turn Signals: With Seats - Front: Driver And Passenger Seat (hi Back) - Rear: Hi Back Fixed, Last Row (4) Fixed With Subseat - Seat Under Tray: With - Luggage Rack: With (tray Type) - Seat Material: Fabric - Steering Wheel: 2-spoke Urethane - Steering Column: Rigid - Shift Knob: Urethane - Sunvisor: With Driver And Passenger - Room Lamp: With - Step Lamp: With (center Door) - Luggage Lamp: With - Front Floor Carpet & Map: Pvc Mat - Rear Floor Carpet & Mat: Vinyl Mat - Cup Holder: Front Seat - Meter Illumination Control: With - Clock: With (digital) - Audio System: Am/fm/cd 4-speaker - Mic And Amplifier: Standard Mic And Amplifier - Airconditioning System: Manual - Cool Air Intake: Snorkel Type (with Pre-cleaner) - Roof Ventilator: With Seatbelts - Front: D&p: 3pt. Elr - Rer: 2.pt Waving Type - Fire Extinguisher: With - Anti-theft System: High-security Key Cylinder - Anti-lock Braking System: With - Warranty: One (1) Year Or 20,000 Kms Whichever Comes First : Free Labor For Preventive Maintenance Servicing Within Negros Island. - Delivery: 60 Days Upon Receipt Of Purchase Order - Inclusion: 3 Years Lto Registration And Comprehensive Insurance - Decals: Bais City Seal And Refer To Page 2 For The Design As Part Of The Decals. The Approved Budget For The Contract Is To Be Taken From Purchase Of Brand New Coaster Bus (29-seater) (1011-1-07-06-010). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On May 27, 2025, 2:00 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On June 10, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
City Of Bais Tender
Automobiles and Auto Parts
Philippines
Closing Date24 Jun 2025
Tender AmountPHP 7.5 Million (USD 128.8 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Use In The City Government Of Bais In The Delivery Of Basic Services, Like Transportation, Social Services And Other Related Governmental Functions, City Mayor’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 347-25 Php 7,500,000.00 1 1 Unit Brand New Coaster Bus (29-seater) - Overall Dimension: 6990x2080x2635 Mm - Wheelbase: 3935 Mm - Tread Front/rear: 1690/1490 Mm - Min. Turnding Radius: 6.5 M - Curb Weight: 3530-3660 Kg - Gross Vehicle Weight: 5670 Kg - Engine Specifications: - Type: 4-cylinder In-line, 16-valve Ohv, Gear Drive, Diesel - Displacement: 4009 Cc - Max. Output: 135 Ps/2500rpm - Max.torque: 390 Nm/1400 Rpm - Fuel System: Common-rail Type - Transmission: 5-speed Manual - Regulation: Euro 4 - Suspension Front/rear: Double Wishbone/leaf Spring Rigid - Stabilizers: With (front/rear) - Brakes Front/rear: Ventilated Discs/power Assisted Recirculating Ball - Tires/wheels: 215/70r17.5 -headlamps: Multi-reflector Halogen - Front And Rear Bumper: Resin With Paint - Center Door: Folding Auto Type (with Buzzer) -luggage Door: With (rear) - Mudguards: Front And Rear - Rear Wiper: With Intermittent - Rear Window Defogger: With Timer - High Mount Stop Lamp: With - Front Turn Signals: With Seats - Front: Driver And Passenger Seat (hi Back) - Rear: Hi Back Fixed, Last Row (4) Fixed With Subseat - Seat Under Tray: With - Luggage Rack: With (tray Type) - Seat Material: Fabric - Steering Wheel: 2-spoke Urethane - Steering Column: Rigid - Shift Knob: Urethane - Sunvisor: With Driver And Passenger - Room Lamp: With - Step Lamp: With (center Door) - Luggage Lamp: With - Front Floor Carpet & Map: Pvc Mat - Rear Floor Carpet & Mat: Vinyl Mat - Cup Holder: Front Seat - Meter Illumination Control: With - Clock: With (digital) - Audio System: Am/fm/cd 4-speaker - Mic And Amplifier: Standard Mic And Amplifier - Airconditioning System: Manual - Cool Air Intake: Snorkel Type (with Pre-cleaner) - Roof Ventilator: With Seatbelts - Front: D&p: 3pt. Elr - Rer: 2.pt Waving Type - Fire Extinguisher: With - Anti-theft System: High-security Key Cylinder - Anti-lock Braking System: With - Warranty: One (1) Year Or 20,000 Kms Whichever Comes First : Free Labor For Preventive Maintenance Servicing Within Negros Island. - Delivery: 60 Days Upon Receipt Of Purchase Order - Inclusion: 3 Years Lto Registration And Comprehensive Insurance - Decals: Bais City Seal And Refer To Page 2 For The Design As Part Of The Decals. The Approved Budget For The Contract Is To Be Taken From Purchase Of Brand New Coaster Bus (29-seater) (1011-1-07-06-010). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On June 10, 2025, 2:00 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On June 24, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.)rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 4.9 Million (USD 85 K)
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways Southern Leyte District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Following Sums (refer To Paragraph 2) Being The Approved Budget For The Contract (abc) To Payments Under The Following Contracts Listed In Paragraph 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Southern Leyte District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program – Basic Infrastructure Program (bip), Multi-purpose Buildings / Facilities To Support Social Services, Construction Of Multi-purpose Building, Mambajao, Maasin City, Southern Leyte Contract Id No. : 6. 25il0035 Locations : Maasin City, Southern Leyte Scope Of Works : Construction Of Multi-purpose Building – 2 Storey Building Including Clearing And Removal Of Existing Structures, Earthworks, Structural Works, Masonry Works, Roof Framing And Roofing Works, Ceiling Works, Water Proofing And Tile Works, Finishing Works, Painting Works Of Steel, Concrete And Wood Surfaces, Plumbing Works, Electrical Works Including Installation Of Airconditioning Units, Installation Of Fire Extinguishers. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 180 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least Pcab License Category Of C & D. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Clause 5 Section Ii Of The Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Southern Leyte District Engineering Office And Inspect The Bidding Documents At Ibarra, Maasin City, Southern Leyte During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 10 - 30, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, According To The Table Below. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Southern Leyte District Engineering Office Will Hold A Pre-bid Conference On January 17, 2025 @ 2:00 Pm At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte Or @ Www.youtube.com/@dpwh.sleytedeo For Live Streaming, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernleyte@dpwh.gov.ph For Electronic Submission On Or Before January 30, 2025 @ 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On January 30, 2025 @ 10:01 Am At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways Southern Leyte District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Myca Maris C. Ramos Claudine Jhean M. Arnaiz Head, Bac Secretariat Bac Chairperson Dpwh-sldeo, Ibarra, Maasin City Dpwh-sldeo Ibarra, Maasin City Tel: (053) 570-9868 Tel: (053)570-9868 Email: Bacsled@yahoo.com Email: Bacsled@yahoo.com
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Closing Date25 Mar 2025
Tender AmountRefer Documents
Details: The Los Angeles District, U.s. Army Corps Of Engineers Is Seeking To Lease A Minimum Of 2067.20 Net/usable To A Maximum Of 2720 Gross/rentable Square Feet (gross Square Feet To Include Any Common Area Factor), Of Existing Class A Or B Retail Space, In Vista Ca Within The Defined Delineated Area (da) Boundaries Below: north -- South Sante Fe Avenue-west Mission Road-east Mission Road south -- West San Marcos Blvd east –north Twin Oaks Valley Road-south Twin Valley Oaks Road west – North Melrose Dr-south Melrose Dr the Government’s Desire Is For Afull-service Lease Of Retail Space For An Armed Forces Career Center For A Term Not To Exceed Five (5) Years With Government Terminationrights. offered Space Must Meet Government Requirements Per The Terms Of The Government Lease.interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Building Owners. Representatives Of Building Owners Must Include The Exclusivity Agreement, Representation Letter, Listing Contract Or Other Executed Agreement Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. adequate Mass Transit (buses, Trains, Rail Cars) For The Public Within Three Walking Blocks Is Highly Desired. required spaces Must Offer Both A Primary And A Secondary Point Of Ingress/egress. lighted, Non-exclusive Or Reserved On-site Parking For Four 6 Marked Government Owned Vehicles Must Be Provided For On 24 Hours 7 Days A Week Basis. Additional Lighted Parking Must Be Available During Business Hours, Weekends And Holidays, For Approximately 6 Employee Vehicles And Visitors/recruit Candidate Parking. must Use The Government Lease. the Military Services Shall Have The Right To Use Space Beyond Normal Working Hours And, If Required, On Saturdays, Sundays, And Federal Holidays. This Includes The Use Of Elevators, Lights, Toilet Facilities, And, If Necessary, Heating And Air Conditioning. armed Forces Recruiting Facilities Are Only Located In Defined Geographical Areas That Contain Businesses And Other Establishments That Are Of A Compatible Nature. Under No Circumstances Will Be These Facilities To Be In Areas Where Sexually Oriented Businesses, Bars, Nightclubs, Liquor Stores, Smoke Shops, Marijuana Dispensaries Etc. Or Other Business That Produce Injurious Odors Detectable With The Leased Spaces. Placement Near These Establishments Can Hamper Overall Production Of The Office Or Cause Concern For The Safety Of The Personnel Stationed There And Their Visitors. lessors Are Required To Be Registered And Active In Www.sam.gov Prior To The Deadline For Final Offer Submission. proposals Are Due No Later Than 5:00 Pm (pst) On 24h Mar 2025. responses Should Include: building Name And Address as-built Floor Plan Drawing digital Photo Of Street View Of Property area (boma Rentable Square Feet & Boma Usable Square Feet) rental Rate Per Square Foot Rentable Space To Include (cam, Taxes And Insurance) common Area Factor(s) For Available Space, If Applicable following Are The Factors That Will Be Considered When Evaluating Bids/offers: location ability To Meet All Construction Specifications, Security Measures And Lease Requirements complete Initial And Final Offers Must Be Received By Defined Deadline competitive Costs In The Best Interest Of The Government 5. Qualitative Ratings By Client For Mission additional Notes: three (3) Construction Bids For The Build-out Are Requested. After A Bid Is Accepted, No Change Orders Are Authorized, So Bids Need To Be Accurate And Complete (including All Taxes And Fees). Special Attention Should Be Given To Security Requirements (video Entry Control System, Closed Circuit Television System And Video Recording, Dual Roller Shades On Exterior Windows, Fixed Panel Shade On Exterior Entry Door And Peep Hole In Secondary Exit, Perforated Window Wrap), Fragmentation Film On Exterior Windows/glass Doors, Telecommunication Wiring Requirements, Addition Of Water Fountain, Signage, Paint, Wall Graphics, Phone Jacks, Electrical Outlets, And Spec'd Carpet Squares. These Are Items That Can Add A Significant Cost And May Be Overlooked In The Bid Process; However, All Items In The Specifications Need To Be Followed, Even If Code Does Not Require The Item (i.e., Smoke Detectors, Fire Extinguishers, Etc.). bids Shall Include Any Tear Down/haul Away Expenses. the Attached Floor Plan Is To Be Used As A Generalized Idea And Reference Tool For Proximity Of Amount Of Useable Space This Location Will Require For Build Out In Both Office Space And Common Area Space. Submitted Floor Plans Must Meet The Space Requirements As Designated On Attached Example. it Is Mandatory That Janitorial Services Be Included In The Lease (lessor Responsible For Contracting These Services). Be Sure To Review The Attached Janitorial Guidance And Ensure The Costs Of These Services Are Included On The Rental Proposal Works contact interested Parties May Contact Lihua ( Kelly) Chen At The U.s. Army Corps Of Engineers, Arizona/nevada Branch, Real Estate Office, 3636 N Central Ave, Ste 900, Phoenix, Az 85012-1939; 626-701-4901; Lihua.chen@usace.army.mil,no Later Than 5:00 Pm Mst On 24h Mar 2025
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Details: The Los Angeles District, U.s. Army Corps Of Engineers Is Seeking To Lease A Minimum Of 4300 - 5000 Net/usable To A Maximum Of Gross/rentable Square Feet (gross Square Feet To Include Any Common Area Factor), Of Existing Class A Or B Retail Space, In The Oxnard, Ca, Within The Defined Delineated Area (da) Boundaries Below: north -- Town Center Drive south -- Gonzales Road east –ventura Blvd west – N Rose Ave. the Government’s Desire Is For Afull-service Lease Of Retail Space For An Armed Forces Career Center For A Term Not To Exceed Five (5) Years With Government Terminationrights. offered Space Must Meet Government Requirements Per The Terms Of The Government Lease.interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Building Owners. Representatives Of Building Owners Must Include The Exclusivity Agreement, Representation Letter, Listing Contract Or Other Executed Agreement Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. adequate Mass Transit (buses, Trains, Rail Cars) For The Public Within Three Walking Blocks Is Highly Desired. required spaces Must Offer Both A Primary And A Secondary Point Of Ingress/egress. lighted, Non-exclusive Or Reserved On-site Parking For Four 5 Marked Government Owned Vehicles Must Be Provided For On 24 Hours 7 Days A Week Basis. Additional Lighted Parking Must Be Available During Business Hours, Weekends And Holidays, For Approximately 5 Employee Vehicles And Visitors/recruit Candidate Parking. must Use The Government Lease. the Military Services Shall Have The Right To Use Space Beyond Normal Working Hours And, If Required, On Saturdays, Sundays, And Federal Holidays. This Includes The Use Of Elevators, Lights, Toilet Facilities, And, If Necessary, Heating And Air Conditioning. armed Forces Recruiting Facilities Are Only Located In Defined Geographical Areas That Contain Businesses And Other Establishments That Are Of A Compatible Nature. Under No Circumstances Will Be These Facilities To Be In Areas Where Sexually Oriented Businesses, Bars, Nightclubs, Liquor Stores, Smoke Shops, Marijuana Dispensaries Etc. Or Other Business That Produce Injurious Odors Detectable With The Leased Spaces. Placement Near These Establishments Can Hamper Overall Production Of The Office Or Cause Concern For The Safety Of The Personnel Stationed There And Their Visitors. lessors Are Required To Be Registered And Active In Www.sam.gov Prior To The Deadline For Final Offer Submission. proposals Are Due No Later Than 5:00 Pm (pst) On March 06, 2025. responses Should Include: building Name And Address as-built Floor Plan Drawing digital Photo Of Street View Of Property area (boma Rentable Square Feet & Boma Usable Square Feet) rental Rate Per Square Foot Rentable Space To Include (cam, Taxes And Insurance) common Area Factor(s) For Available Space, If Applicable following Are The Factors That Will Be Considered When Evaluating Bids/offers: 1. Location 2. Ability To Meet All Construction Specifications, Security Measures And Lease Requirements 3. Complete Initial And Final Offers Must Be Received By Defined Deadline 4. Competitive Costs In The Best Interest Of The Government 5. Qualitative Ratings By Client For Mission additional Notes: three (3) Construction Bids For The Build-out Are Requested. After A Bid Is Accepted, No Change Orders Are Authorized, So Bids Need To Be Accurate And Complete (including All Taxes And Fees). Special Attention Should Be Given To Security Requirements (video Entry Control System, Closed Circuit Television System And Video Recording, Dual Roller Shades On Exterior Windows, Fixed Panel Shade On Exterior Entry Door And Peep Hole In Secondary Exit, Perforated Window Wrap), Fragmentation Film On Exterior Windows/glass Doors, Telecommunication Wiring Requirements, Addition Of Water Fountain, Signage, Paint, Wall Graphics, Phone Jacks, Electrical Outlets, And Spec'd Carpet Squares. These Are Items That Can Add A Significant Cost And May Be Overlooked In The Bid Process; However, All Items In The Specifications Need To Be Followed, Even If Code Does Not Require The Item (i.e., Smoke Detectors, Fire Extinguishers, Etc.). bids Shall Include Any Tear Down/haul Away Expenses. the Attached Floor Plan Is To Be Used As A Generalized Idea And Reference Tool For Proximity Of Amount Of Useable Space This Location Will Require For Build Out In Both Office Space And Common Area Space. Submitted Floor Plans Must Meet The Space Requirements As Designated On Attached Example. it Is Mandatory That Janitorial Services Be Included In The Lease (lessor Responsible For Contracting These Services). Be Sure To Review The Attached Janitorial Guidance And Ensure The Costs Of These Services Are Included On The Rental Proposal Works contact interested Parties May Contact Jaran Panichkul At The U.s. Army Corps Of Engineers, Los Angeles District, Real Estate Office, 915 Wilshire Blvd, Los Angeles, Ca 90017; 805-598-3903; Jaran.t.panichkul@usace.army.mil,no Later Than 05:00 P.m. On 03/06/2025.
Department Of Health Regional Office Ii Tender
Healthcare and Medicine
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 360 K (USD 6.1 K)
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2025-003 Location Of The Project – Tuguegarao City Request For Quotation Date:01/08/2025 Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 8:00 Am January 13, 2025 In A Sealed Envelope Or Thru E-mail: Procdohro2@gmail.com Very Truly Yours, Domingo K. Lavadia, Mba, Jd Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost 1 Month 3 360,000.00 Rental Of Warehouse (january To March 2025) Warehouse Requirements: - Floor Area At Least 750 Sq.m - Well Lighted - No Leak And Holes On Roof And Walls - Wide Doors And With Steel Doors For Safety - Enough Outlets For Electric Fans - Luminous Exit Signages - Fire Extinguishers - Emergency Lights - Smoke Detectors - Airconditioned Office Room To Accommodate At Least Two Persons - Water Source And Comfort Room - Building And Stocks Insured By The Owner - Electricity And Water Should Be Shouldered By The Owner - With Cctv Monitoring System For Use Of Cv-chd Health Commodities "general Terms And Conditions: I. Supplier Shall Submit The Filled Out Rfq With Complete Supporting Documents As Follows And: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filling And Payment System (efps); 2. Philgeps Certificate Of Registration And Membership With Updated List Of Required Documents 3. Certified Copy Of License To Operate Issued By Fda Or Appropriate Agency (for Drugs And Meds/hospital& Lab Supplies/chemical Products) 4. Certified Copy Of Certificate Of Product Registration Issued By Fda Or Appropriate Agency, (required For Drugs And Medicines And Chemical Products; For Medical Devices, As Applicable Per Fda Memo Circular 2014-005) 5. Samples (as Per Request) 6. Please See Attached Technical Specifications And Kindly State Compliance For Each Parameter. 7.submit Updated Tax Clearance Ii. Delivery Period: For Goods: 14 Calendar Days Upon Receipt Of Purchase Order And For Catering Services: On The Day Of Activity Iii. Delivery Site: Doh Cv Chd- Mondays To Thursdays (except Holidays), 8:00 Am To 3:00 Pm Only Iv. Before Delivery Of Goods, Winning Supplier To Apply For Request For Schedule Of Delivery Immediately Upon Receipt Of Ntp/po At Supply Section Or Send Request At Email At Supplyro2@gmail.com From Mondays To Wednesdays At 8am To 4 Pm Only. Required Documents In Processing Rsd: 1)approved Request For Schedule Of Delivery; 2) Signed Po/notarized Contract 3) Signed Ntp 4) Certificate Of Product Registration 5) Batch Notification For Antibiotics 6) Lot Release Certificate (item# 4 For Drugs/meds, Hospital & Lab Supplies, Item # 5 And 6 For Drugs And Medicines Only) V. Packaging: The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: 1)name Of The Procuring Entity 2) Name Of The Supplier 3) Name Of Manufacturer (for Drugs And Medicine, Medical/lab Supplies, Vaccines, Etc.) 4) Lot Number, Manufacturing Date And Expiration Date (for Drugs, Medicines, Medical/laboratory Supplies And Other Health Commodities If Applicable) 5) Contract Description 6) Dimension Of Each Carton (l X W X H – In Cm) 7) Quantity Per Carton And Total Quantity Of Items To Be Delivered / Quantity Per Batch / Lot If Applicable 8) Weight Per Carton (in Kg) 9) Print - Philippine Government Property-department Of Health-not For Sale” Vi. Price Validity: Within 30 Days Upon Submission Vii. Price Quotation Should Not Exceed The Abc Viii. It Is A Pre-condition To The Acceptance Of This Quotation And The Purchase Order That In Case Of Disallowance In Post-audit Due To Over Pricing, The Supplier Shall Be Held Solely Responsible For Return Thereof. Ix. The Bids And Awards Committee, Doh Cv Chd, Tuguegarao City Has The Right To Accept, Reject And Waive Defects In The Rfq." After Having Read And Accepted The Above Stated General Terms And Conditions, I Quote On The Items At Prices Above Indicated. Further, I Certify That The Supporting Documentary Requirements Are Faithful Reproduction Of The Original. __________________________________________ Business Name To Our Valued Suppliers: ____________________ __________________________________________ 1. Let’s Join Hands In The Fight Against Corruption Canvasser Printed Name And Signature Of Supplier 2. Gift-giving To Our Employees/officials Is Strictly Prohibited Tel. No. / Cellphone No.: ______________________ 3. Please Report Any Corrupt Acts Of Our Employees/officials To Our: Account Name: ______________________________ Deputized Resident Ombudsman - Tel. No. (02) 304-6523 Lbp Account Number: _________________________ Integrated Development Committee - Tel. No. (02) 304-6523 Tin No: ____________________________________ Date Of Tin Registration: ______________________ Date Seved:__________________ Pr/jr No. 2025-01-0012 Page 1 Of 1
7261-7270 of 7498 archived Tenders