Furniture Tenders
Furniture Tenders
Ministry Of Culture Tender
Others...+3Civil And Construction, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
France
Details: The purpose of this Framework Agreement is to provide services for the organization and management of packaging, transport, handling and storage operations for works, artworks and heritage furniture of the National School of Fine Arts.
Closing Date5 Feb 2025
Tender AmountRefer Documents
Municipality Of Sibunag, Guimaras Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee Invitation To Bid For Bid No. 2025-017– Purchase 2 Unit Aircon 2.5 Hp Split Type For The Mayor’s Office Conference Room The Municipality Of Sibunag Through The 2025 Capital Outlay (furniture And Fixtures) Intends To Apply The Sum Of One Hundred Forty Thousand Pesos (140,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bid No. 2025-017–purchase 2 Unit Aircon 2.5 Hp Split Type For The Mayor’s Office Conference Room. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of Sibunag Now Invites Bids For Bid No. 2025-2025-017–purchase 2 Unit Aircon 2.5 Hp Split Type For The Mayor’s Office Conference Room. Delivery Of The Goods Is Required 30 Calendar Days. Bidders Should Have Completed, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Con-tained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Cri-terion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Oth-erwise Known As The “government Procurement Reform Act”. 3. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Per-cent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organi-zations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Municipality Of Sibunag And Inspect The Bidding Docu-ments At The Address Given Below From 8:00 Am To 4:30 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31 To February 10, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (p500.00). 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:00 Pm Of February 10, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 7. Bid Opening Shall Be On 1:15 Pm Of February 10, 2025 At Assessor’s Office, Sibunag Municipal Hall, Dasal, Sibunag, Guimaras. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Ad-dress Below. Late Bids Shall Not Be Accepted. 8. The Municipality Of Sibunag 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. For Further Information, Please Refer To: Engr. Zaldy C. Domalina Bac Chairperson Municipality Of Sibunag Dasal, Sibunag, Guimaras Cp # 09207155768 Engr. Zaldy C. Domalina Bac Chairperson Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee -ooo- Subject: Bid Proposal Project: Purchase 2 Unit Aircon 2.5 Hp Split Type For The Mayor’s Office Conference Room Project Location: Municipal Site, Dasal, Sibunag, Guimaras Date/time Of Bidding: February 10, 2025, 1:00 Pm Item # Description Unit Qty Unit Cost Total Cost 1 Aircon 2.5 Hp, Inverter Split Type With Remote Con-trol And Installation Unit 2 Aircon Warranty; *one Year Warranty Against Factory Defect *five (5) Years Warranty Of Compressor Total Bid Amount: In Words: Prepared And Submitted By: ____________________________________ ___________________________ Signature Over Printed Name Name Of Firm ___________________________ Date Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Be: The Name Of The Contract Is Purchase 2 Unit Aircon 2.5 Hp Split Type For The Mayor’s Office Conference Room The Identification Number Of The Contract Is Bid No. 2025-017 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: The Amount Of Not Less Than Seven Thousand Pesos Pesos And 50/100 (7,000.00) If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or The Amount Of Not Less Than Four Thousand Two Hundred Pesos (4,200.00) If Bid Security Is In Surety Bond. 19.3 In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.2 Bidders Shall Submit License As Retailer Of Office Supplies And Materials 21.2 Additional Contract Documents Relevant To The Project That May Be Required By Existing Law And/or The Procuring Entity.
Closing Date10 Feb 2025
Tender AmountPHP 140 K (USD 2.4 K)
DEPT OF THE AIR FORCE USA Tender
Others
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In The Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
1. The Solicitation Number Is F1t0bw4292a001. This Solicitation Is A Request For Quotation (rfq).
2. The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-01, Dated 12 November 2024.
3. This Rfq Is To Be Solicited As A Total Small Business Set. The Associated North American Industry Classification System (naics) Code 337214 With A Small Business Size Standard Of 1,100 Employees.
4. The Anticipated Contract Type Will Be A Firm Fixed Price (ffp). The Contract Line Item Number (clin) Structure Is As Follows:
***reference Attachment 2 For Clin Structure
5. Description Of Requirement For The Items To Be Acquired:
***reference Attachment 1 Through 6 For Specifications, Descriptions, And Additional Information.
a. Delivery Date: 90 Days Aro
b. Place Of Delivery: Nellis Afb, Nv
c. Inspection And Acceptance: Fob Destination
6. Site Visit. Please Rsvp To Erin Lilly No Later Than Monday, 09 December 2024, At 1200 Pdt.
far 52.212-1 Instructions To Offerors - Commercial Products And Commercial Services. (sep 2023)
requirements. In Accordance With Far 52.204-7 And Defense Far Supplement (dfars) 252.207-7004 Alt A, Prospective Vendors Must Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Lack Of Sam Registration Shall Be A Determining Factor For Contract Award. Prospective Vendors Should Visit The Sam Website At Http://www.sam.gov.com To Register. All Quotes Shall Include The Following Minimum Information: Product Specifications, Cage Code, Sam Unique Entity Id, Payment Terms, Discount Terms, Point Of Contact, Phone, Fax, Email And Proposed Delivery Schedule. It Is The Responsibility Of The Offeror To Contact The Government To Confirm Receipt Of The Quote Prior To The Offer Due Date And Time.
site Visit. A Site Visit Will Be Held At Nellis Afb, Nv In Building 21 On Tuesday, 10 December 2024, At 1000 Pdt. Please Rsvp No Later Than Monday, 09 December 2024, At 1200 Pdt. Send An Rsvp Email Erin Lilly At Erin.lilly.1@us.af.mil And Agatha Morrison At Agatha.morrison@us.af.mil. Include Your Company Name, The Name Of The Individual(s) Attending, Company Phone Number, Phone Number Of The Individual(s) Attending. There May Only Be Two (2) Representatives Per Company. (note: Vendors Will Be Met At The Nellis Afb Main Gate At No Earlier Than 0915 Pdt. Vendor Are Required To Provide A Valid Driver’s License [this Must Be A Real Id Or Two (2) Forms Of Government Issued Identification, Proof Of Insurance And Car Registration].
questions And Answers. All Questions Must Be Submitted Via Email To Erin Lilly At Erin.lilly.1@us.af.mil. The Deadline For Submitting Questions Is Monday, 16 December 2024, At 1200 Pdt. Questions Submitted After The Cut-off Date Will Not Be Reviewed Or Answered. Answers Will Be Provided By Monday, 06 January 2025, At 1600 Pdt.
quote Due Date. Quotes Are Due On Friday, 17 January 2025, At 1000 Pdt. Only Electronic Offers Submitted Via Email Will Be Considered For This Requirement. Submit Offers To Erin Lilly At Erin.lilly.1@us.af.mil.
(end Of Provision)
far 52.212-2 Evaluation - Commercial Products And Commercial Services (nov 2021)
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Vendor Whose Quote Conforming To The Solicitation Is The Lowest-priced, Technically Acceptable (lpta). This Is An “all Or None” Requirement And Will Be Awarded On One Contract. Multiple Contracts Will Not Be Issued. Vendors Who Do Not Quote The Entire Package Requested Will Be Considered Non-responsive And Their Quote Will Not Be Evaluated.
technical Acceptable/unacceptable Ratings---
acceptable: Offeror Has Followed Instructions In 52.212-1. Offeror’s Quote Clearly Meets The Requirement As Stated In The Solicitation And All Attachments.
unacceptable: Offeror Has Not Followed Instructions In 52.212-1. Offeror’s Quote Does Not Meet The Requirement As Stated In The Solicitation And All Attachments.
(end Of Provision)
far 52.252-2 Clauses Incorporated By Reference (feb 1998)
this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
http://www.acquisition.gov/
(end Of Clause)
provisions And Clauses Incorporated By Reference
far 52.204-7 System For Award Management (nov 2024)
far 52.204-13 System For Award Management Maintenance (oct 2018)
far 52.204-24 - Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
far 52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures (dec 2023)
far 52.212-3 - Offeror Representations And Certifications—commercial Products And Commercial Services (may 2024)
far 52.212-4 - Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023)
far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (nov 2024)
far 52.219-1 - Small Business Program Representations (feb 2024)
far 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation (dec 2016)
dfars 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011)
dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022)
dfars 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022)
dfars 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023)
dfars 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021)
dfars 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023)
dfars 252.204-7024 Notice On The Use Of The Supplier Performance Risk System (mar 2023)
dfars 252.211-7003 Item Unique Identification And Valuation (jan 2023)
dfars 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023)
dfars 252.225-7001 Buy American And Balance Of Payments Program (feb 2024)
dfars 252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022)
dfars 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022)
dfars 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023)
dfars 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation (jun 2023)
dfars 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023)
dfars 252.232-7003 - Electronic Submission Of Payment Requests And Receiving Reports (dec 2018)
dfars 252.232-7006 - Wide Area Workflow Payment Instructions (jan 2023)
dfars 252.232-7010 Levies On Contract Payments (dec 2006)
dfars 252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023)
dfars 252.247-7023 Transportation Of Supplies By Sea (oct 2024)
daffars 5352.201-9101 - Ombudsman (jul 2023)
daffars 5352.242-9000 - Contractor Access To Air Force Installations (jun 2024)
list Of Attachments
attachment 1 – Sow
attachment 2 – Item List Updated 23 Dec 24
attachment 3 – Specifications
attachment 4 – Bldg 21 Location
attachment 5 – Bldg 21 Drawings
attachment 6 – Bldg 21 Furniture Layout
Closing Date17 Jan 2025
Tender AmountRefer Documents
Landkreis Teltow Fl Ming Tender
Others...+1Civil And Construction
Germany
Details: The furnishing and equipment of the workshop/technical rooms in the temporary room module facility for the secondary school in Ludwigsfelde. Lot 1: Workshop furnishings, furniture Lot 2: Workshop furnishings, stationary machines
Closing Date4 Feb 2025
Tender AmountRefer Documents
Department Of Human Settlement And Urban Development Quezo Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description The Minimum Technical Specifications For The Following Lots Are As Follows: Qty. Unit Item, Description, & Minimum Specifications 1 Lot “supply Of Labor, Materials, And Technical Supervision For The Renovation Of Elupdb Urban Lab” I. Purpose The Department Of Human Settlements And Urban Development (dhsud), Through The Environmental Land Use And Urban Planning And Development Bureau (elupdb), Plans To Establish An Urban Laboratory That Will Facilitate The Exchange Of Ideas And Technologies Intended For The Formulation And Implementation Of Land Use And Urban Development Plans And Policies. Such A Facility Serves As An Avenue For Ideas, Where Planning Workshops Can Catalyze The Translation Of Theoretical Knowledge Into Practical Solutions Meant To Address Urban Issues And Challenges. This Project Intends To Renovate The Existing Vacant Room Of Elupdb Into An Urban Laboratory That Will Serve As A Venue For The Bureau In Conducting Technical Assistance, Workshop/writeshop Sessions, Mentoring Activities, Consultations, Galleries, Forums, And Such, For Its Clientele. This Will Also Serve As A Space To Develop Ideas And Innovations In Addressing Challenges Related To Land Use And Urban Development. Ii. Scope Of Works The Following Scope Of Works Shall Be Delivered By The Contractor Within One (1) Month Project Duration, In Accordance With The Design And Specifications From The Architect: 1. General Requirements: A. Mobilization/demobilization B. Installation Of Protective Sheet At Adjacent Room/office C. Submission Of Sample Materials For Approval Prior To Installation D. Construction Work Plan E. Housekeeping At Work Area At The End Of Every Workday F. Disposal Of Debris 2. Floor: A. Procurement And Installation Of 600 X 600 Mm Carpet Tiles (verify Finish). 3. Wall: A. Wall Preparation B. Procurement And Application Of Primer C. Procurement And Application Of Semi-gloss Acoustic Paint Finish (verify Finish) D. Procurement And Installation Of Overhead Wall Cabinet With 2 Doors, White/sinarp Brown (800 Mm (w) X 386 Mm (d) X 400 Mm (h)) E. Installation Of Wall-mounted Television F. Installation Of Wall-mounted Whiteboard (3 M (w) X 1.5 Mm (h) 4. Ceiling: A. Procurement And Installation Of Painted Suspended Acoustic Cove Ceiling System (verify Details And Finish) B. Procurement And Installation Of Double Downlight C. Procurement And Installation Of Recessed Downlight D. Rechanneling Of Fire Suppression System E. Replacement Of Existing Fire Sprinkler Into Downright Sprinkler System F. Procurement And Installation Of Cove Lighting G. Procurement And Installation Of Wi-fi Router H. Procurement And Installation Of Ceiling Speakers 5. Power And Lighting: A. Procurement And Installation Of Light Switches B. Procurement And Installation Of Dimmer Light Switches C. Procurement And Assembly Of Extension Power Cable 6. Furniture: A. Procurement And Installation Of Swing Cabinet Door With Fluted Panels And Hardware (verify Finish) B. Procurement And Installation Of Laminate Finish (verify Finish) 7. Door: A. Procurement And Installation Of Acoustic Swing Glass Door With Hardware And Frosted Sticker (verify Finish) Iii. Bill Of Quantities Project: Urban Laboratory Location: 7th Floor Dhsud Building, Kalayaan Ave., Cor., Mayaman St., Diliman, Quezon City Abc: Php 980,000.00 Scope Of Works Qty Unit Unit Price Total 1. General Requirements: A. Mobilization/demobilization 1 Lot B. Installation Of Protective Sheet At Adjacent Room/office 1 Lot C. Submission Of Sample Materials For Approval Prior To Installation 1 Lot D. Housekeeping At Work Area At The End Of Every Workday 1 Lot E. Disposal Of Debris 1 Lot 2. Floor: A. Procurement And Installation Of 600 X 600 Mm Carpet Tiles (verify Finish). 58.31 Sq. M. 3. Wall: A. Wall Preparation 91.98 Sq. M. B. Procurement And Application Of Primer 91.98 Sq. M. C. Procurement And Application Of Semi-gloss Acoustic Paint Finish (verify Finish) 91.98 Sq. M. D. Procurement And Installation Of Overhead Wall Cabinet With 2 Doors, White/sinarp Brown (800 Mm (w) X 386 Mm (d) X 400 Mm (h)) 6 Pc. E. Installation Of Wall-mounted Television 1 Pc. F. Installation Of Wall-mounted Whiteboard (3 M (w) X 1.5 Mm (h)) 1 Pc. 4. Ceiling: A. Procurement And Installation Of Painted Suspended Acoustic Cove Ceiling System (verify Details And Finish) 58.31 Sq. M. B. Procurement And Installation Of Double Downlight 16 Pc. C. Procurement And Installation Of Recessed Downlight 8 Pc. D. Rechanneling Of Fire Suppression System 1 Lot E. Replacement Of Existing Fire Sprinkler Into Downright Sprinkler System 1 Lot F. Procurement And Installation Of Cove Lighting 12.5 Meter G. Procurement And Installation Of Wi-fi Router (verify Model And Roughing Ins) 1 Lot H. Procurement And Installation Of Ceiling Speakers 10 Pc. 5. Power And Lighting: A. Procurement And Installation Of Light Switches 2 Pc. B. Procurement And Installation Of Dimmer Light Switches 1 Pc. C. Procurement And Assembly Of Extension Power Cable 1 Lot 6. Furniture: A. Procurement And Installation Of Swing Cabinet Door With Fluted Panels And Hardware (verify Finish) 6 Lot B. Procurement And Installation Of Laminate Finish (verify Finish) 6 Lot 7. Door: A. Procurement And Installation Of Acoustic Swing Glass Door With Hardware And Frosted Sticker (verify Finish) 1 Lot Bid Price: (in Figures, Php) In Words: Name: Legal Capacity: Signature: Duly Authorize To Sign The Bid For And Behalf Of: Date Notes And Instructions: 1. The Bill Of Quantities Must Be Properly Filled Up By The Bidders. 2. Bidders Are Not Allowed To Modify Items/descriptions, Quantity, And Unit Of The Bill Of Quantities. Any Modification In The Bill Of Quantities Will Be In The Form Of Bid Bulletin, Which Will Be Issued Only By The Dhsud Bids And Awards Committee. 3. The Figures Provided In The Quantity Column Of The Bill Of Quantities Represent The Minimum Requirements For The Project. Bids Not Addressing The Minimum Requirements (quantities) Are Considered Non-responsive Pursuant To Section 32.2.1 Of The Irr Of Ra 9184. (please See Attached Annex “a” For The Document File) Iv. Detailed Floor Plan (please See Attached Annex “b” For The Sample Floor Plan And Layout) Terms And Conditions: 1. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 2. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 4. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 5. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit; 6. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Philippine Contractors Accreditation Board License Pursuant To Presidential Decree No. 4566, As Amended. D. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; E. Signed Omnibus Sworn Statement (oss) (annex “c”); Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government-issued Identification Card Of Both Signatories. F. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable Prior To Final Settlement: G. Latest Bir Tax Clearance Note: Failure Of The Supplier/contractor To Secure And Present The Prescribed Bir Tax Clearance Shall Suspend The Final Settlement For The Delivered Goods Or Services, Including Infrastructure Projects. (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph. The Dhsud Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation Slrq/(lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic, Procurement Division
Closing Date10 Feb 2025
Tender AmountPHP 980 K (USD 16.8 K)
Department Of Agrarian Reform - DAR Tender
Machinery and Tools
Corrigendum : Tender Amount Updated
Philippines
Details: Description Procurement Of One (1) Lot Office Supplies 1 Bond Paper A4 Size, 70gsm Ream 200 2 Bond Paper Legal Size, 70gsm Ream 300 3 Bond Paper Letter Size, 70gsm Ream 10 4 Bond Paper A3 Size, 70gsm Ream 20 ********nothing Follows*********** A. Submission 1. Submit Sealed Quotations And Other Requirements To The Darpo-general Services Section-in-charge Of Procurement, Located At The Ground Floor, Darpo-negros Occidental Ii, Loreta Chang Bldg., B.s. Aquino Drive, Bacolod City Or Email At Darno2procurement2023@gmail.com. 2. For Goods/items/services Costing More Than P50,000.00, The Following Should Be Submitted Together With The Sealed Quotation, To Wit: A. Appropriate Rfq, With Lower Box Duly Filled-up And Signed By Supplier Or His/her Authorized Representative. Column On Statement Of Compliance, Unit Price And Total Price Must Be Accomplished By Supplier. Prices Shall Be Quoted In Philippine Peso. B. Copy Of Philgeps Registration Number/certificate C. Copy Of Valid Mayor’s Permit And Tax Clearance Certificate/itr D. Dti/sec And Bir Registration E. Original Copy Of Brochures Of The Items Offered, Showing Its Performance Characteristics, In Conformity To Required Specifications, And Certifications, If Applicable. B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated By The Procurement Unit Based On The Following Criteria: 1. Completeness Of Submitted Required Support Documents ( Item 2.a) 2. Compliance With Technical Specifications 3. Conduct Of On-site/ Ocular Inspection For Repair/installation Of Equipment, Office Partitions, And Supply Of Office Furniture/ Fixtures. 4. Competitiveness Of Quoted Total Price. C. Award The Supplier Who Passed The Above Criteria And Submitted The “lowest Calculated Responsive Quotation” Shall Be Awarded The Purchase Order/contract After Evaluation By The General Sections – In- Charge Of Procurement. D. Delivery 1. Goods Should Be Delivered Not Later Than 30 Calendar Days From Date Of Receipt Of Purchase Order (po). 2. Goods Shall Be Delivered To The Dar- General Services Section, Located At The Ground Floor, Dar Po-negros Occidental Ii, Bacolod City, Or If On Site, On The Site Address Indicated Herein. Delivery And Other Appurtenant Costs Are To The Account Of The Supplier. 3. Supplier Shall Provide The Following Documents Upon Delivery, To Wit: I. Original And Four (4) Copies Of The Supplier’s Invoice Showing The Goods’ Description, Quantity, Unit And Total Price; Ii. Original And Four (4) Copies Of Delivery Receipts; Iii. Original Statement Of Account; Iv. Approved Purchaser Order; And V. Warranty Certificate, If Applicable. 4. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Fine For Each Day Of Delay Of The Delivery Of The Purchased Goods, Or After 31 Working Days From Receipt Of The Po. E. Packing The Supplier Shall Ensure That The Goods To Be Delivered Are Appropriately Packed To Prevent Their Damage Or Deterioration During Transit. The Goods Should Preferably Be In Its Original Package/ Box, Sealed And Labelled (identifying Content And Quantity Per Box). F. Inspection Delivered Goods Are Subject To Inspection And Acceptance By The Dar Inspection Team And The Requesting Office/ End-user. Costs For Laboratory Tests On The Goods, As Needed And As Required By Dar Shall Be To The Account Of The Supplier. G. Warranty Warranty Period For Supplies And Materials Shall Be For Six (6) Months, And One (1) Year For Equipment, To Start From Date Of Acceptance, As Noted In The Inspection And Acceptance Report, Duly Signed By The Chief, General Services Division. H. Payment Processing For Payment Of The Total Contract Price (less Appropriate Taxes) Shall Commence After The Issuance Of The Inspection And Acceptance Report And Submission By The Supplier Of The Documents Stated Under Item D.3 Delivery. I. Responsibility Of Supplier/s 1. Supplier Shall Guarantee The Source(s) Of Its Goods/equipment, And Shall Ensure Deliveries Are In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Should Get Hold Of The Purchase Order (po) Issued In Its Favor Within Three (3) Working Days From Date Of Receipt Of Notice To That Effect, Which Is Either A Telephone Call Or Fax Transmission Or Electronic Mail From The Procurement Division. Unclaimed Purchase Order/s Shall Be Cancelled. 3. Failure To Deliver The Goods Within The Prescribed Period Shall Be Grounds For The Disqualification Of The Supplier From Participating In Other Dar Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Irr-a Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Penalty For Delayed Deliveries, As Stipulated In Item D.4. 5. Suppliers Are Not Allowed To Propose Or Submit Substitute Quotation/s Or Item/s. 6. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Supplier. 7. As A Pre-condition To Payment, Importation Documents Specifically Showing The Conditions And Serial Numbers Of The Imported Equipment Purchased Shall Be Submitted By The Supplier To The Department Of Agrarian Reform. 8. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue.
Closing Date27 Jan 2025
Tender AmountPHP 112 K (USD 1.9 K)
National Mapping And Resource Information Authority namria Tender
Publishing and Printing
Philippines
Details: Description The National Mapping And Resource Information Authority, Bids And Awards Committee (namria Bac) Invites Interested Suppliers/dealers & Contractors For The Following Project/s: Supply And Delivery Of The Following Office Supplies And Consumables For Ssb Director's Office. Various Quantities Of The Following: Folder, Clear Cover, A4 Folder, Clear Cover, Long Ink Bottle, Epson 003, Black Ink Bottle, Epson 003, Cyan Ink Bottle, Epson 003, Magenta Ink Bottle, Epson 003, Yellow Paper Clip, Small Box, Storage, With Lid, Legal, Blue/black Notepad, Post It, 3x3, 100 Sheets Per Pad, Assorted Color Record Book, 500 Pages, Size: 214mm X 278mm Min Bond Paper, Legal Size, Paper One, 80 Gsm Bond Paper,a4 Size, Paper One, 80 Gsm Cutter, Heavy Duty, Orions Envelope, Heavy Duty Expanding Plastic With Zipper And Holder Scissor, Helix Multipurpose Scissiors 110 9.5in Printed Dressmaking Battery, Aa, 3500 Mah Rechargeable, 4pcs/pack With Charger Battery, Aa, Energizer, Rechargeable, (2 Pcs/per Pack) Battery, Aaa, Energizer, Rechargeable, (4 Pcs/per Pack) Ruler, Transparent Faber Castel, 12" Tape, Scotch, Transparent, 24mm X 50m Tape, Transparent Width, 24mm Correction Tape, Whiper Mr. Marker, Whiteboard Red Pilot, 12pcs/box Marker, Whiteboard Black Pilot, 12pcs/box Marker, Whiteboard Blue Pilot, 12pcs/box Marker, Permanent, Pilot, (2.0 - 4.5mm Chisel Tip) Black Marker, Permanent, Pilot, (2.0 - 4.5mm Chisel Tip) Red Marker, Permanent, Pilot, (2.0 - 4.5mm Chisel Tip) Blue Medicine Kit Contains, Bioflu, Biogesic, Buscopan, Kremil S, Diatabs, Neozep/decolgen, Alaxan, Anti-nausea Med. (dizziness) Post It Flag 680, "sigh Here", Yellow, 3m, 35x43mm Glue Gun, Pc Glue, Elmers, Stick, All Purpose Binder Clip, Black Color, 2 Inches Binder Clip, Black Color, 1 Inches Binder Clip, Black Color, ½ Inches Binder Clip, Black Color, ¾ Inches Sharpener, Desktop, 1 Hole Highligter, Stabilo Boss, Assorted Color Pen, Pilot G-2, 0.5, Red Pen, Hi-techpoint V5 Rt Pure Liquid Ink, Blue, 12pcs/box Pen, Frixion Pilot, Clicker Retractable, Erasable, Fine Point, 0.5, Blue, 12pcs/box Pen, Frixion Pilot, Clicker Retractable, Erasable, Fine Point, 0.5, Black, 12pcs/box Pencil, Mongol #2 Mighty Bong Pioneer Laser Pointer, Wireless Presenter, Logitech, Red Eraser (staedler) Rags, White Cotton, Round Tissue, Bathroom, Kleenex, Eucalyptus Tissue, Facial, Kleenex 380 Sheets X 190 2 Ply 200mm X 200m (box) Tissue, Paper Towel, Bounty, White Alcohol, 70% Isoprophyl, With Moisturizer, 500ml Alcohol, Isoprophyl, Biogenic, 500ml, With Spray Cleaner, Toilet, Domex, Liquid Bleach, 500ml. Cleaner, Yellow Pledge Furniture Polish With Cleansing Conditioners, Lemon, Anti-dust Formula, 330ml Disinfectant, Lysol Spray, 510g Lavender Scent Insecticide, Baygon, Multi-insect Killer, Orange Scent, 500ml Blinds, Window Cloth, Microfiber Resealable Plastic,ziplock Style, #7, 5x8 Inches, 100pcs/pack Resealable Plastic,ziplock Style, #9.7, ¾ 11 Inches, 100pcs/pack Resealable Plastic,ziplock Style, #10, 240mm/340mm, 100pcs/pack Resealable Plastic,ziplock Style, #12, 340mm/450mm, 100pcs/pack Cleaner, Glass, Mr. Muscle Soap, Hand, Liquid, Antibac, Jergens, Big Soap, Dishwashing Liquid, Joy, 800ml, Antibacterial (blue) Air Humidifier Oil Refill, White Ginger Tea Scent Sponge, Scotch Brite Air Freshener, Glade, Scented Gel, Lavender, 200g. Trash Bag, Clear, Medium Facemask, Disposable, 3 Ply W/ Earloop, 50 Pcs/box Gloves, Latex, Powder Free Nitrile Gloves, 50pcs/box S, M, L, Xl), Clear Colored Trash Bag Xxl, 10 Pcs/roll Shredder, Duo, Gbc Chair, Staff, A38 Highbackchair With Armrest Cup And Saucer, Luminarc Flore Green, 12pcs/set Dinnerware Set, Corelle Livingware, 16pc, Country Cottage,service For 4 Water Gallon Rack Bottle Organizer, 4 Tiers Refrigerator, Condura, Csd211, Sa Silver 1. Issuance Of Request For Quotations, Starting: 31 January 2025, Psms/admin. Namria Fort A. Bonifacio, Taguig City 2. Deadline For Submission And/or Opening Of Quotations: 03 February 2025 – 10:30a.m. Psms-admin. Lawton Ave., Fort A. Bonifacio, Taguig City The Namria Bac Reserves The Right To Cancel The Bidding Process, To Reject Any Or All Bids, To Waive Any Informality In The Bids Received And To Accept Such Bid Which Is Most Advantageous To The Government. Dir. Sylvia L. Esperanza Chairman, B A C
Closing Date3 Feb 2025
Tender AmountPHP 330.4 K (USD 5.6 K)
Department Of Agrarian Reform - DAR Tender
Others
Philippines
Details: Description Procurement Of One(1) Lot For The Notarization Of Legal Documents Covering The Period From January To December 2025 1. Notarization Of Dar Negros Occidental 2 Legal Documents For The Month Of January To December 2025 Pcs 720 A. Submission 1. Submit Sealed Quotations And Other Requirements To The Darpo-general Services Section-in-charge Of Procurement, Located At The Ground Floor, Darpo-negros Occidental Ii, Loreta Chang Bldg., B.s. Aquino Drive, Bacolod City Or Email At Darno2procurement2023@gmail.com. 2. For Goods/items/services Costing More Than P50,000.00, The Following Should Be Submitted Together With The Sealed Quotation, To Wit: A. Appropriate Rfq, With Lower Box Duly Filled-up And Signed By Supplier Or His/her Authorized Representative. Column On Statement Of Compliance, Unit Price And Total Price Must Be Accomplished By Supplier. Prices Shall Be Quoted In Philippine Peso. B. Copy Of Philgeps Registration Number/certificate C. Copy Of Valid Mayor’s Permit And Tax Clearance Certificate/itr D. Dti/sec And Bir Registration E. Original Copy Of Brochures Of The Items Offered, Showing Its Performance Characteristics, In Conformity To Required Specifications, And Certifications, If Applicable. B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated By The Procurement Unit Based On The Following Criteria: 1. Completeness Of Submitted Required Support Documents ( Item 2.a) 2. Compliance With Technical Specifications 3. Conduct Of On-site/ Ocular Inspection For Repair/installation Of Equipment, Office Partitions, And Supply Of Office Furniture/ Fixtures. 4. Competitiveness Of Quoted Total Price. C. Award The Supplier Who Passed The Above Criteria And Submitted The “lowest Calculated Responsive Quotation” Shall Be Awarded The Purchase Order/contract After Evaluation By The General Sections – In- Charge Of Procurement. D. Delivery 1. Goods Should Be Delivered Not Later Than 30 Calendar Days From Date Of Receipt Of Purchase Order (po). 2. Goods Shall Be Delivered To The Dar- General Services Section, Located At The Ground Floor, Dar Po-negros Occidental Ii, Bacolod City, Or If On Site, On The Site Address Indicated Herein. Delivery And Other Appurtenant Costs Are To The Account Of The Supplier. 3. Supplier Shall Provide The Following Documents Upon Delivery, To Wit: I. Original And Four (4) Copies Of The Supplier’s Invoice Showing The Goods’ Description, Quantity, Unit And Total Price; Ii. Original And Four (4) Copies Of Delivery Receipts; Iii. Original Statement Of Account; Iv. Approved Purchaser Order; And V. Warranty Certificate, If Applicable. 4. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Fine For Each Day Of Delay Of The Delivery Of The Purchased Goods, Or After 31 Working Days From Receipt Of The Po. E. Packing The Supplier Shall Ensure That The Goods To Be Delivered Are Appropriately Packed To Prevent Their Damage Or Deterioration During Transit. The Goods Should Preferably Be In Its Original Package/ Box, Sealed And Labelled (identifying Content And Quantity Per Box). F. Inspection Delivered Goods Are Subject To Inspection And Acceptance By The Dar Inspection Team And The Requesting Office/ End-user. Costs For Laboratory Tests On The Goods, As Needed And As Required By Dar Shall Be To The Account Of The Supplier. G. Warranty Warranty Period For Supplies And Materials Shall Be For Six (6) Months, And One (1) Year For Equipment, To Start From Date Of Acceptance, As Noted In The Inspection And Acceptance Report, Duly Signed By The Chief, General Services Division. H. Payment Processing For Payment Of The Total Contract Price (less Appropriate Taxes) Shall Commence After The Issuance Of The Inspection And Acceptance Report And Submission By The Supplier Of The Documents Stated Under Item D.3 Delivery. I. Responsibility Of Supplier/s 1. Supplier Shall Guarantee The Source(s) Of Its Goods/equipment, And Shall Ensure Deliveries Are In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Should Get Hold Of The Purchase Order (po) Issued In Its Favor Within Three (3) Working Days From Date Of Receipt Of Notice To That Effect, Which Is Either A Telephone Call Or Fax Transmission Or Electronic Mail From The Procurement Division. Unclaimed Purchase Order/s Shall Be Cancelled. 3. Failure To Deliver The Goods Within The Prescribed Period Shall Be Grounds For The Disqualification Of The Supplier From Participating In Other Dar Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Irr-a Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Penalty For Delayed Deliveries, As Stipulated In Item D.4. 5. Suppliers Are Not Allowed To Propose Or Submit Substitute Quotation/s Or Item/s. 6. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Supplier. 7. As A Pre-condition To Payment, Importation Documents Specifically Showing The Conditions And Serial Numbers Of The Imported Equipment Purchased Shall Be Submitted By The Supplier To The Department Of Agrarian Reform. 8. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue.
Closing Date20 Jan 2025
Tender AmountPHP 216 K (USD 3.6 K)
Department Of Agrarian Reform - DAR Tender
Software and IT Solutions
Philippines
Details: Description Procurement Of One(1) Of It Equipment (laptop) 1. Laptop I7, 15.6” Led, 500gb Ssd, 8gb Ram Unit 2 2. Laptop I5, 15.6” Led, 500gb Ssd, 8gb Ram, Nvidia Rtx 3050 Unit 5 3. Laptop I3, 15.6” Led, 500gb Ssd, 8gb Ram Unit 2 *****************nothing Follows*********** A. Submission 1. Submit Sealed Quotations And Other Requirements To The Darpo-general Services Section-in-charge Of Procurement, Located At The Ground Floor, Darpo-negros Occidental Ii, Loreta Chang Bldg., B.s. Aquino Drive, Bacolod City Or Email At Darno2procurement2023@gmail.com. 2. For Goods/items/services Costing More Than P50,000.00, The Following Should Be Submitted Together With The Sealed Quotation, To Wit: A. Appropriate Rfq, With Lower Box Duly Filled-up And Signed By Supplier Or His/her Authorized Representative. Column On Statement Of Compliance, Unit Price And Total Price Must Be Accomplished By Supplier. Prices Shall Be Quoted In Philippine Peso. B. Copy Of Philgeps Registration Number/certificate C. Copy Of Valid Mayor’s Permit And Tax Clearance Certificate/itr D. Dti/sec And Bir Registration E. Original Copy Of Brochures Of The Items Offered, Showing Its Performance Characteristics, In Conformity To Required Specifications, And Certifications, If Applicable. B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated By The Procurement Unit Based On The Following Criteria: 1. Completeness Of Submitted Required Support Documents ( Item 2.a) 2. Compliance With Technical Specifications 3. Conduct Of On-site/ Ocular Inspection For Repair/installation Of Equipment, Office Partitions, And Supply Of Office Furniture/ Fixtures. 4. Competitiveness Of Quoted Total Price. C. Award The Supplier Who Passed The Above Criteria And Submitted The “lowest Calculated Responsive Quotation” Shall Be Awarded The Purchase Order/contract After Evaluation By The General Sections – In- Charge Of Procurement. D. Delivery 1. Goods Should Be Delivered Not Later Than 30 Calendar Days From Date Of Receipt Of Purchase Order (po). 2. Goods Shall Be Delivered To The Dar- General Services Section, Located At The Ground Floor, Dar Po-negros Occidental Ii, Bacolod City, Or If On Site, On The Site Address Indicated Herein. Delivery And Other Appurtenant Costs Are To The Account Of The Supplier. 3. Supplier Shall Provide The Following Documents Upon Delivery, To Wit: I. Original And Four (4) Copies Of The Supplier’s Invoice Showing The Goods’ Description, Quantity, Unit And Total Price; Ii. Original And Four (4) Copies Of Delivery Receipts; Iii. Original Statement Of Account; Iv. Approved Purchaser Order; And V. Warranty Certificate, If Applicable. 4. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Fine For Each Day Of Delay Of The Delivery Of The Purchased Goods, Or After 31 Working Days From Receipt Of The Po. E. Packing The Supplier Shall Ensure That The Goods To Be Delivered Are Appropriately Packed To Prevent Their Damage Or Deterioration During Transit. The Goods Should Preferably Be In Its Original Package/ Box, Sealed And Labelled (identifying Content And Quantity Per Box). F. Inspection Delivered Goods Are Subject To Inspection And Acceptance By The Dar Inspection Team And The Requesting Office/ End-user. Costs For Laboratory Tests On The Goods, As Needed And As Required By Dar Shall Be To The Account Of The Supplier. G. Warranty Warranty Period For Supplies And Materials Shall Be For Six (6) Months, And One (1) Year For Equipment, To Start From Date Of Acceptance, As Noted In The Inspection And Acceptance Report, Duly Signed By The Chief, General Services Division. H. Payment Processing For Payment Of The Total Contract Price (less Appropriate Taxes) Shall Commence After The Issuance Of The Inspection And Acceptance Report And Submission By The Supplier Of The Documents Stated Under Item D.3 Delivery. I. Responsibility Of Supplier/s 1. Supplier Shall Guarantee The Source(s) Of Its Goods/equipment, And Shall Ensure Deliveries Are In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Should Get Hold Of The Purchase Order (po) Issued In Its Favor Within Three (3) Working Days From Date Of Receipt Of Notice To That Effect, Which Is Either A Telephone Call Or Fax Transmission Or Electronic Mail From The Procurement Division. Unclaimed Purchase Order/s Shall Be Cancelled. 3. Failure To Deliver The Goods Within The Prescribed Period Shall Be Grounds For The Disqualification Of The Supplier From Participating In Other Dar Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Irr-a Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Penalty For Delayed Deliveries, As Stipulated In Item D.4. 5. Suppliers Are Not Allowed To Propose Or Submit Substitute Quotation/s Or Item/s. 6. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Supplier. 7. As A Pre-condition To Payment, Importation Documents Specifically Showing The Conditions And Serial Numbers Of The Imported Equipment Purchased Shall Be Submitted By The Supplier To The Department Of Agrarian Reform. 8. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue.
Closing Date20 Jan 2025
Tender AmountPHP 409 K (USD 6.9 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Details: Sources Sought For The Lease/purchase Of Modular Units For The Veterans Affairs Swing Space To Support The Construction Of The John Cochran Hospital Replacement In St. Louis, Mo.
the Following Is A Sources Sought Notice. This Sources Sought Announcement Is For Market Research Information Only And Is To Be Used For Preliminary Planning Purposes And For Determining The Acquisition Approach. No Proposals Are Being Requested And None Will Be Accepted In Response To This Notice. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Notice. The Purpose Of This Notice Is To Gain Knowledge Of Industry Standards, Interest And Capabilities Of The Small Business Community. This Effort Is Classified Through The North American Industry Classification System (naics) Under 531120 Lessors Of Nonresidential Buildings. ($27.5m Small Business Size Standard).
it Is Anticipated That A Solicitation Announcement For A Total Small Business Set-aside Will Be Published On The Federal Business Opportunities Website Early Fiscal Year 2025. The Estimated Lease Duration Is 5 Years With Options For Extension Of The Lease Duration.
the Us Army Corps Of Engineers, Kansas City District (usace) Is Seeking Contractors To Provide Temporary Modular Facilities For The Va Swing Space. The Swing Space Will Be The Temporary Replacement Offices For The Va Staff During The Construction Of Permanent Facilities On The Current Site. The Project Is The Replacement Facility For The John Cochran Hospital Located In St. Louis, Mo
the Government Is Seeking 25,000-30,000 Square Feet Of New Prefabricated, Modern Quality, Modular Construction Office Space In The General Area Of The St. Louis John Cochran Va Medical Center. The Space Can Be Either Two Levels With Elevators Or A Single Level. The Space Will Be Leased, And The Term May Include Renewal Options For Up To 8 Years. The Proposed Space Shall Be Fully Maintained Throughout The Lease. Sources For Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic And Sustainability Standards Per The Terms Of The Lease.
the Kansas City District Is Soliciting Feedback From The Small Business Community As Part Of Our Market Research Efforts Associated With This Acquisition. The Following Information Is Requested In This Sources Sought (ss) Announcement With A Limit Of Twenty (20) Pages For Your Response: Please Respond To The Appropriate Section Below. Our Intent Is For All Interested Firms To Submit A Response To This Sources Sought.
the Initial Intent Is For This To Be A Turnkey Facility, With The Selected Contractor Providing Site Plan, Floor Plan, Furniture Layout (provided And Installed By Others), Site Prep, Concrete Walkways, Delivery And Set-up, Removal Of Facilities At The End Of The Lease. The Contractor Would Also Be Responsible For Utilities, Security Fence, Operation And Maintenance Of The Facility And The Site.
1. Firm’s Name, Address, Email Address, Website Address, Telephone Number, And Business Size (small Or Large) And Type Of Ownership For The Organization; Include Duns Number And Cage Code.
2. Experience: Evidence Of Capabilities To Perform Work Comparable To That Required For This Project. Provide 3-5 Recent, Relevant, Comparable Projects Completed In The Last 8 Years. Submittal Must Include The Project Name; Contract Number; Dollar Value Of The Project; Description Of The Key/salient Features Of The Project. Include A Detailed Explanation Of The Scope Of Work Your Firm Performed. Identify The Contracting Office And The Customer/user (include Point Of Contact Information). Pictures Of The Construction And Set-up Of One Project Would Be Helpful. A Video If Available Of The Modular Industry Process From Order To Installation That Would Help Educate Our Client Would Be Helpful.
3. Based On The Information Above, Please Explain Your Standard Processes, Including Lease Terms, Delivery Time From Award/order, What Part Of The Scope Would Be Done In House And What Would Be Subcontracted.
4. Explain How You Would Provide The O&m For The Leased Facilities, What Is The Standard Turn Around On A Maintenance Call? Would These Services Be Subcontracted? The Lessor Shall Have A Representative Available To Promptly Respond To Deficiencies, And To Immediately Address Any Emergency Situations.
5. Explain Your Standard Process Regarding Design, Manufacturing, Standard Options Other Unique Elements For Consideration.
6. Are You Able To Customize The Space To Meet Mission Requirements To Include:
electronic Security Systems, Intrusion Detection, Cctv Yes___ No___
soundproof Space Yes___ No___
increased Ventilation Yes___ No___
telecommunication Rooms Yes___ No___
chemical Storage Yes___ No___
emergency Eye Wash Stations Yes___ No___
patient Exam Rooms Yes___ No___
overhead Rolling Doors Yes___ No___
would You Be Able To Quote The Requirement In Whole To Include The Fabrication, Site Work, Delivery, Install, Maintenance, And Demolition Of The New Prefabricated Modular Building Iaw The General Description Listed Above?___________________________________________________________
the Following Is Related To The Budget Calculation Used By The Modular Building Industry. We Understand That Several Factors Would Affect The Final Bid Or Price. It Is Important To Have A Budget Figure Based On The Limited Criteria Above. This In No Way Would Be Considered A Quote Or Bid.
what Is The General Price Per Square Foot Of A Single Level Prefabricated Modular Facility?
_________________________________________________________________________
what Is The General Price Per Square Foot Of A Two-level Prefabricated Modular Facility With Elevators?
__________________________________________________________________________
will A Sub-contractor Be Used? Yes___ No___
if So, What Disciplines Will Require A Sub-contractor?
please Provide Facility Pricing Schedules And Lease / Buy Options.
please Send Your Sources Sought Responses Via Email By 10:00 A.m. Cst, January 15th, 2025, To:
scott Morrison At Scott.morrison@usace.army.mil
ines Necker At Ines.necker@usace.army.mil
jay Denker At Jay.b.denker@usace.army.mil
Closing Date15 Jan 2025
Tender AmountRefer Documents
5341-5350 of 5431 archived Tenders