Furniture Tenders

Furniture Tenders

Municipality Of Sibunag, Guimaras Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 140 K (USD 2.4 K)
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.

DEPT OF THE AIR FORCE USA Tender

Others
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
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

Landkreis Teltow Fl Ming Tender

Others...+1Civil And Construction
Germany
Closing Date4 Feb 2025
Tender AmountRefer Documents 
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

Department Of Human Settlement And Urban Development Quezo Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 980 K (USD 16.8 K)
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

FOOD AND DRUG ADMINISTRATION USA Tender

Others
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents 
Details: Purpose this Sources Sought Notice (ssn) Is For Market Research, Information, And Planning Purposesonly. This Ssn Does Not In Any Way Constitute A Request For Quotation Or Request For Proposal And As Such, Shall Not Be Construed As A Commitment By The Government (implied Or Otherwise) To Issue A Solicitation Or Ultimately Award A Contract. this Announcement Is Specifically Targeted To A) Identify Qualified Certified 8(a) Small Business Firms Capable Of Providing The Required Tasks And Services As Detailed In The Attached Statement Of Work Under An Indefinite Delivery Indefinite Quantity (idiq) Contract With Task Orders Inclusive Of Firm Fixed Price, Time And Materials, Labor Hour, Or A Combination Thereof. Complete And Detailed Responses From All Interested Parties Are Appreciated And Will Be Accepted. requirement the Office Of Facilities Engineering And Mission Support Services, Division Of Operations Management And Community Relations, Logistics And Transportation Management Branch Has An Ongoing Requirement To Provide Move And Labor Services For A Variety Of Move And Labor Activities. Specifically, The Government Requires Move And Labor Services For Specialized Laboratory, Vivarium (animal Facility) And Information Technology Spaces, As Well Moving Services For Offices, Including Labor And Equipment Services Related To Warehouse And Loading Dock Management; Material Move And Relocation; And Materials Receiving And Distribution. This May Sometimes Include Chemical, Hazardous Materials And Biologics Moving Services. Additionally, And As An Ancillary Activity To Moves, The Government Also Requires Document Destruction Services, That Are Related To Supporting A Population Of Over 14,000 Personnel. the Primary Locations For Performance In Support Of The Resultant Contract Are In The “national Capital Region” (ncr), Which Means The Geographic Area Located Within The Boundaries Of The District Of Columbia, Montgomery And Prince Georges Counties In The State Of Maryland, Arlington, Fairfax, Loudoun, And Prince William Counties And The City Of Alexandria In The Commonwealth Of Virginia, And All Cities And Other Units Of Government Within The Geographic Areas Of Such District, Counties, And City. A List Of Potential Locations Relevant To This Contract Is Contained In Attachment 1: Ncr Metropolitan Area Site List. the Contractor Shall Provide The Full Range Of Labor, Including All Equipment, Tools, Vehicles, Conveyances, Packing/moving Supplies, And Expendables Required To Accomplish Routine And Project-based Labor Services In Support Of 14,000 Fda Personnel In Multiple Locations. As Part Of This Support, The Contractor Shall Also Provide On-site Document Destruction Services At The Tasked Designated Locations. Services Shall Be Required On An Ongoing Basis As Set Forth In Each Task Order (to). refer To The Attached Draft Move And Labor Recompete Statement Of Work Dated January 14, 2025 For More Specifics Regarding The Required Tasks And Services To Be Performed. requested Information responsive 8(a) Firms Shall Submit A Complete Response To The Below: company Information name, Mailing Address, Cage Code, Unique Entity Identifier (uei). point Of Contact: Name, Email, Phone Number. business Size And Socio-economic Status indicate Company Size. if Small, Specify Socio-economic Status. naics Code recommend Applicable Naics Codes Supporting The Sow Tasks/services. staffing & Management Experience describe Experience Staffing And Managing Material Handling/loading Dock Services At Federal Agencies And/or Large Companies (500+ Employees) In The Past 5 Years. warehouse Management what’s The Largest Warehouse Square Footage Managed, Duration, Customer Name, Contact Info, Contract Details (number, Value), And Service Description. project Planning & Facility Moves detail Experience Planning And Executing Small And Large Facility Moves (e.g., Disassembling/reassembling Furniture, It Equipment). provide Annual Move Count, If Applicable. government Office/material Moves experience With Government Office/material Moves (federal/state/local). provide Project Move Details: Customer Name, Contact Info, Contract Details (number, Value), And Description. document Destruction Services experience Performing Document Destruction For Federal Agencies Or Large Companies, Including Frequency And Customer Details. state Industry Certifications (if Any): Provider, Date, And Certification Details. sow Questions provide Questions You Have Regarding The Statement Of Work And/or Areas For Clarification. disclaimer the Government Will Not Reimburse Respondents For Any Costs Associated With Information Submitted In Response To The Ssn. Responders Are Solely Responsible For All Expenses Associated With Responding To This Ssn. responses To This Ssn Are Not Offers And Cannot Be Accepted By The Government For The Basis Of Forming A Binding Contract. This Ssn Is Being Issued Solely For The Purpose Of Gathering Information For Planning Purposes. This Ssn Does Not Commit The Government To A Contract For Any Supply Or Service. Furthermore, The Government Is Not At This Time Seeking Quotes And Will Not Accept Unsolicited Quotes. respondents To This Ssn May Be Requested To Provide Additional Information/details Based On Their Initial Submittals. The Government Reserves The Right To Select, One (1), Some, Or None Of The Submissions For Further Information. Vendors Who Submit Information In Response To This Ssn Do So With The Understanding That U.s. Government Personnel May Review Their Materials And Or Data. response Deadline responses Must Be Submitted In Writing By E-mail To Contracting Officer, Sheneil Green, At Sheneil.green@fda.hhs.gov, No Later Than January 23, 2025, 2024, 12:00 Pm Et. Questions Regarding This Ssn Must Be Submitted Via Email As Telephone Inquiries Willnotbe Addressed And Shallnotcontain Proprietary Or Classified Information.

Department Of Agrarian Reform - DAR Tender

Chemical Products
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 77 K (USD 1.3 K)
Details: Description Procurement Of One(1) Lot Of Purified Drinking Water Covering The Period From February To December 2025 1. Purified Drinking Water (5gal/cont) Pcs 2200 Delivery 50 Containers Per Week Covering The Period From February To December 2025 *******************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.

Department Of Agrarian Reform - DAR Tender

Machinery and Tools
Corrigendum : Tender Amount Updated
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 112 K (USD 1.9 K)
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.

National Mapping And Resource Information Authority namria Tender

Publishing and Printing
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 330.4 K (USD 5.6 K)
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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents 
Details: Veterans Affairs (va) Currently Occupies Warehouse Space Under A Lease In Honolulu, Hi That Will Expire On 2/14/2026. Va Is Considering Alternative Space If Economically Advantageous, Otherwise The Government Intends To Continue Occupancy And Pursue A Sole Source Acquisition In Accordance With The Authority Outlined In General Services Administration Acquisition Manual (gsam) 570.402 Succeeding Leases. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government S Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, And Replication Of Tenant Improvements, Telecommunication Infrastructure, Equipment, And Furniture Costs. Va Requires Warehouse Space Yielding Approximately 15,851 Rentable Square Feet (rsf), 2 Reserved Parking Spaces Immediately Outside Of The Warehouse Space, And 11 Unreserved Parking Spaces. The Rentable Space Must Not Exceed 15,851 Rentable Square Feet (rsf). Please Send Expressions Of Interests By E-mail Only No Later Than January 20, 2025 By 3:30 Pm Pst To The Attention Of: Jessica Nonaka, Lease Contract Specialist, Jessica.nonaka@va.gov And Melinda Thome, Lease Contracting Officer, Melinda.thome@va.gov. Responses After This Date Will Not Be Considered. Alternative Space Being Offered Must Meet The Following Criteria: 20-year Lease Term (10 Years Fixed And 10 Years Non-fixed) With Termination Rights. Warehouse Space Yielding Approximately 15,851 Rsf. Rentable Space Must Not Exceed 15,851 Rsf. On-site Parking For A Minimum Of 13 Standard Sized Automobiles (2 Reserved Parking Spaces Immediately Outside Of The Warehouse Space, And 11 Unreserved Parking Spaces). Structured Parking Under The Space Is Not Permissible. Approximately Within .3 Walkable Miles Of Public Transportation Of The Building S Front Entrance. Amenities (restaurants, Shopping Etc.) Within .5 Miles Of The Space. Storefront Must Be Situated On Or Within The Delineated Boundaries Described Below: North: Nimitz Hwy Business District South: Aolele St. East: Paiea St. West: Rodgers Blvd. Traffic Flow To Site Shall Not Interfere With Ingress/egress Accessible By A Public Right-of-way. Occupancy By 2/15/2026. Not Within The Fema 100-year Flood Plain. Not A Sublease. Not Located Within .25 Miles Of Properties With Incompatible Uses E.g., Liquor Establishments, Substance Abuse Treatment Centers, Correctional Institutions, Discharging Of Firearms, Railroad Tracks, Within Flight Paths, Industrial Areas, Agricultural Areas That Are Within Proximity To Fields Where Chemical Insecticides/herbicides Are Sprayed, Residential Hotel Or Motel, Marijuana Dispensary, Illegal Activities Occur E.g., Illegal Drug Sales, Prostitution, Loitering As Determined By Va. Restaurants, Bar/grill Dinning Are Acceptable. Spaces With Atriums Or Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage Will Not Be Considered. Offered Space Must Meet Federal And Local Government Requirements For Fire Protection And Life Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Request For Proposals If One Is Issued. Expressions Of Interest Shall Provide The Following Information For The Proposed Space Being Offered: Address Of Space With A Map Showing Property Within The Delineated Area. Evidence Of Ownership: Name, Phone Number, Email Of Owner, And Deed Or Most Recent Property Tax Bill Or An Agreement Signed By The Owner Authorizing A Representative To Submit An Interest On The Owner S Behalf And Deed Or Most Recent Property Tax Bill. Amount Of Ansi/boma Office Area (aboa) Square Feet (sf) To Be Offered. Amount Of Rentable Square Feet (rsf) To Be Offered. Annual Rental Rate Per Rsf Per Year For The Following Rent Components. Base Rent: Property Taxes: Building Insurance: Common Area Maintenance: Operating Expenses: State What Opex Includes And Respective Cost For Each Element. Amount Of Parking Available On-site. Floor Plan, Aboa, And Rsf. Site Plan Depicting The Property Boundaries, Building, And Parking. City Zoning Map Of Space Showing That The Space Is Zoned For Medical Use. Narrative With Map Describing The Space S Proximity To Public Transportation. Description Of Ingress/egress To The Building From A Public Right-of-way And Accessibility To Major Roads Or Highways. Statement Of Interested Party S Ability To Meet All The Governments Requirements Identified In This Notice. Fema Map Showing Property Outside The 100-year Flood Plain. Date Of Space Availability. Note: This Notice Is Not A Request For Lease Proposals (rlp), Nor Is It A Solicitation For Offers (sfo). The Purpose Of This Notice Is To Identify Potentially Suitable Alternative Space. Va's Decision Regarding Whether To Relocate Will Be Based, In Part, On Information Received In Response To This Notice. Va Will Not Reimburse Costs Incurred In Response To This Notice. The Government Is Limited By Law (41 C.f.r. â§102-73.55) To Pay No More Than The Appraised Fair Rental Value For Space.

MINISTRY OF FINANCE AND BUDGET AND MANAGEMENT BARMM Tender

Chemical Products
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 282.5 K (USD 4.8 K)
Details: Description Alcohol, Ethyl, 500 Ml Pump Bottle 15 Alcohol, Ethyl, 500 Ml Bottle 15 Liquid Hand Soap, 500ml Bottle 15 Muriatic Acid, 1 Gallon Gallon 15 "toilet Bowl Cleaner With Bleach, 709ml Kills 99.9% Of Bathroom Bacteria And Viruses Coats The Entire Bowl For A Spariding, Fresh-smelling Clean With Angled Bottle That Targets Hard-to-reach Areas Safe To Use With All Plumbing And Septic Systems" Jar 15 "all-purpose Cleaner, 1 Liter Kills 99% Of Common Household Bacteria And Viruses With Its Elegant Scent. Removes Tough Dirt And Grime. For Use On Most Hard, Non-porous Surfaces." Bottle 15 Liquid Sosa, 500ml Bottle 15 Laundry Detergent Powder Sachet Citrus Fresh 40g 6's Pack 15 Detergent Bar, Long-lasting Fresh Fragrance After Washing, 125 Grams Piece 15 Dishwashing Liquid, 750ml, Antibacterial Bottle 15 "glass Cleaner, 250ml Features: • Anti Dust • Anti-mist • Streak-free •lemon Flavor" Bottle 15 Glass And Stainless Microfiber Cloth Piece 20 "multi Insect Killer, Water Based Aerosol Spray, 500ml Its Powerful Formula Is Specially Designed To Kill Crawling, Flying And Garden Insects Feel Confident To Use It Anywhere Indoors Or Outdoors Around Carpets, Draperies, No-wax Floors, Houseplants And Garden Plants Won't Damage House Plants When Used As Directed Leaves No Odor" Jar 15 "automatic Spray Air Freshener, 269ml Spray Refill And Holder Kit Specification: Quickly Fills The Room With Freshness Battery-operated Air Freshener Dispenser Provides Up To 60 Days Of Automatic Freshness There Are Two Ways To Spray. Time Settings: Choose One Of Three Time Settings To Select How Often You Would Like Your Fragrance. Boost Button: Press The Button For An Extra Burst Of Fragrance Anytime You Want It." Unit 40 "air Freshener Spray Lemon, 320ml Eliminates Odor And Freshens The Air Making Your Place Inviting For All Long Lasting Fragrant, Pleasing To Smell" Jar 15 Toilet Tissue Paper, 2 Ply, 12 Rolls In A Pack Pack 15 Facial Tissue, 2 Ply, 250 Pulls (with Box) Box 15 "trash Bag Large Black 26"" X 32"" Capacity: Approx. 16 Gallons Hdpe Material Recommended For Home And Office Use Fitted Cord For Sanitary Disposal Sturdy Bottom-seal Design Superior Tear-stop Material Convenient Roll Packing Recyclable Plastic 10 Pieces Per Pack" Pack 15 "trash Bag, Medium Black 22"" X 24"" Capacity: Approx. 33 Gallons Hdpe Material Recommended For Home And Office Use Fitted Cord For Sanitary Disposal Sturdy Bottom-seal Design Superior Tear-stop Material Convenient Roll Packing Recyclable Plastic 10 Pieces Per Pack" Pack 15 "trash Bag Small Black 18"" X 20"" Capacity: Approx 5 Gallons Hdpe Material Recommended For Home And Office Use Fitted Cord For Sanitary Disposal Sturdy Bottom-seal Design Superior Tear-stop Material Convenient Roll Packing Recyclable Plastic 25 Pieces Per Pack" Pack 15 "furniture Polish, 300ml Features: • Shine And Protect Woods And More • Enhancing Polish • Lemon Flavor" Bottle 15 "disinfectant Spray, Crisp Linen Scent, 175grams Kills 99.9% Of Fungi, Viruses, And Bacteria Kills Cold & Flu Viruses Disinfects Hundreds Of Surfaces In Your Home Sanitizes Soft Surfaces Prevents Mold And Mildew From Growing For Up To A Week" Jar 15 "multi-purpose Laundry Utility Basins Size: Large 38x13cm" Piece 5 "dust Pan, Rigid Non-breakable Plastic Preferably Color: Green Heavy Duty" Piece 12 "toilet Plunger Rubber Force Cup With Handle Size: 4-1/2"" X 9""" Piece 25 Dishwashing Sponge, Heavy Duty Piece 12 Toilet Brush With Long Handle Designed To Reach The Toilet Surface Easily. Piece 15 "hand Brush Features: • Easy Grip Handle • Iron Shaped Design • Durable Bristles • Wide Range Of Use • Space Efficient" Piece 15 Water Pail, Green And Blue, 25l Piece 25 "broom, Stick (walis Ting-ting) Good Quality Made" Piece 2 Door Mat (kerala), 40cm X 60cm Piece 40 "bathroom Deodorizer Features: • Net Wt: 100g • Flavor: Lemon • With Holder & Refill" Piece 25 Fabric Conditioner, 500ml Pack 15 Garbage Bin, 75 Liters Piece 2 "dip (tabo) Dimensions: 55 X 11 X 3.5inch (wxlxh) Durable Plastic Material" Piece 25 Mop Bucket, Heavy Duty, Hard Plastic, 30 Liters Capacity Unit 13 Mop Handle, Heavy Duty Piece 14
5341-5350 of 5430 archived Tenders