Furniture Tenders
Furniture Tenders
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
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)
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: U.s. Government
general Services Administration (gsa) Seeks To Lease The Following Space:
state: Massachusetts
city: Hanover
delineated Area: Entire Town Limits Of Hanover, Ma.
minimum Sq. Ft. (aboa): 6,160
maximum Sq. Ft. (aboa): 6,809
space Type: Office
parking Spaces (total): 0
parking Spaces (surface): 0
parking Spaces (structured): 0
parking Spaces (reserved): 0
full Term: 15 Years - 180 Months
firm Term: 10 Years – 120 Months
option Term: N/a
additional Requirements:
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 100-year Floodplain.
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
.agency Unique Requirements
agency Tenant Improvement Allowance:
$64.26 Per Aboa Sf
building Specific Amortized Capital (bsac):
$25.00 Per Aboa Sf
additional Requirements:
site Access Shall Be Via A Direct Route From A Primary Or Secondary Street.
traffic Control Devices And Pedestrian Crosswalks Are Required Within Two Blocks.
sidewalks And Pedestrian Walkways Shall Be Present Along Roadways And Access Roads.
public Transportation Route Stops Shall Be Located Within .25 Mi Of The Offered Location. The Public Transportation Must Service This Location On An Hourly Basis (minimum) From 8:00 A.m. To 3:00 P.m., Except Saturdays, Sundays, And Federal Holidays.
public Parking Shall Be Available On Site Or Within .25 Miles Of The Offered Space. Restricted Or Metered Parking Of One Hour Or Less Within .25 Miles Of The Space Does Not Meet Parking Requirements.
there Shall Be No History Of Prior Heavy Industrial Use, Such As Dry Cleaning Operations, Gas Stations, Rail Yards, Or Machinery Maintenance Yards.
the Site Shall Not Be Located Within .25 Mi Of Active Railroad Tracks, Airports Or Heavily Congested Highways.
there Shall Be Adequate Eating Facilities Located Within .5 Miles. Other Employee Services, Such As
retail Shops, Cleaners, Banks, Etc., Shall Be Located Within 2 Miles.
mixed Use Sites With Residential Or Living Quarters Located Within The Building Are Not Acceptable.
sites Located Immediately Adjacent To Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Marijuana Dispensaries, Firearms Sold/discharged, Drug Treatment, Or Detention Facilities Are Not Acceptable.
the Site Shall Be Class A Standard Commercial Or Office Space Consistent With The Local Market.
the Site Shall Not Be Located Below Grade.
sites Located Above Street Level Are Required To Have A Minimum Of Two Accessible Elevators. One Of The Accessible Elevators May Be A Freight Elevator. Elevators Shall Not Discharge Directly Into Ssa Space.
the Space Is Required To Be Contiguous.
the Space Is Required To Be Level And Shall Not Utilize Interior Ramps To Resolve Changes In Grade.
the Space May Not Be More Than Twice As Long As It Is Wide.
the Space Must Be Conducive To Ssa’s Business Operation Design. Space Elements Such As Quantity And Size Of Columns, Load Bearing Walls, Irregular Shape, Etc., May Not Impede An Efficient Space Layout, The Use Of Modular Furniture, Or Office Work Flows. Ssa Shall Prepare A Test Fit To Confirm The Acceptability Of The Space.
ceilings Shall Be 9’ To 12’ As Measured From Floor To The Lowest Obstruction.
sufficient Space Shall Exist Between The Drop Ceiling And The Deck Of The Floor Above To Allow For Lighting, Hvac Equipment, Fire Suppression Piping, Etc.
the Site Shall Have Two Lines Of Windows For Natural Lighting.
interested Parties Must Provide The Name Of The Building, Address, Location Of Available Space, Rentable Square Feet Offered, And Contact Information Of Authorized Representative.
all Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submissions Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received, Which Must Also Be Submitted Prior To The Expression Of Interests Due Date
in Cases Where An Agent Is Representing Multiple Ownership Entities, Broker Must Provide Written Acknowledgement/permission To Represent Multiple Interested Parties For The Same Submission.
reference Project Number:2ma0212
please Submit Your Offer No Later Than 4:00 P.m. Eastern Time On January 31, 2025 Using The Lease Offer Platform/requirement Specific Acquisition Platform (lop/rsap) Located Athttps://lop.gsa.gov/rsap
expressions Of Interest Due: December 16, 2024
market Survey (estimated): Tbd
occupancy (estimated): Tbd
send Expressions Of Interest To: Clare Nawrocki
10 Causeway Street, 11th Fl., Boston, Ma 02222
617-513-1831
email Address: Clare.nawrocki@gsa.gov
government Contact Information:
lease Contracting Officer
carrie Rosenman
Closing Date31 Jan 2025
Tender AmountRefer Documents
FOOD AND DRUG ADMINISTRATION USA Tender
Others
United States
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.
Closing Date23 Jan 2025
Tender AmountRefer Documents
Department Of Agrarian Reform - DAR Tender
Chemical Products
Philippines
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.
Closing Date3 Feb 2025
Tender AmountPHP 77 K (USD 1.3 K)
Authorities Tender
Others
France
Details: Organization of exhibitions on the gates and in the Luxembourg Gardens in 2025 as part of the 150th anniversary of the Senate - Lot No. 4 - Assembly, disassembly, supply of outdoor exhibition furniture, printing and maintenance of the exhibition presented in the Luxembourg Gardens
Closing Date27 Jan 2025
Tender AmountRefer Documents
ABIMOTA - National Association of Two-Wheel, Hardware, Furniture and Related Industries Tender
Civil And Construction...+1Others
Portugal
Purchaser Name: ABIMOTA - National Association of Two-Wheel, Hardware, Furniture and Related Industries | Design, Construction, Decoration, Production, Transport, Assembly, Technical Assistance, Storage, Maintenance and Dismantling Service of a Promotional Stand for the Eurobike 2025 Fair - Frankfurt - Germany
Closing Date14 Jan 2025
Tender AmountEUR 220.9 K (USD 227.4 K)
Balibago National High School Tender
Textile, Apparel and Footwear
Philippines
Details: Description A Supplies For The Activity Career Guidance Program (cgp) 1 Box Ballpen, Black Ballpoint Retractable Fine 0.7mm 12 Pc/box ,1box 1 2 Piece Scissors Heavy Duty,metal/ Stainless,8.5" 4 3 Piece Expandable Long Plastic Envelope 10 Pcs 10 B Janitorial Supplies, Hygiene Supplies And Materials For The Activity Wins 1 Bar Hand Soap 50grams, Safeguard 12 2 Bot Liquid Hand Soap 250 Ml, Safeguard 12 3 Bot Hand Sanitizer 250 Ml. 12 4 Bot Bleaching Solution, Liter, Zonrox 75 5 Pc Scrub Sponge, 12mmx12mm, Scothch Brite 30 6 Bot Muriatic, Yellow 900ml 5 7 Can Insecticide,300 Ml, Branded, Baygon 5 8 Pc Faucet, Pvc Plastic Blue 12 9 Pc Typelon, Medium Size 5 10 Pack Laminating Film, A4 Size(100pcs Per Pack) 1 11 Pc Refill Of Water Filter 1 12 Set Toothbrush And Toothpaste Set (25ml), Colgate 10 13 Pc Air Freshener, Aerosol, 280ml/150g Min, Lysol 4 14 Gal Alcohol ,ethyl 70% Galloon, 10 15 Pc Broom. Soft, Tambo 20 16 Pc Broom, Walis Ting-ting 20 17 Liter Cleaner,toilet Bowl And Urinal, 1l. 5 18 Kilo Detergent Powder, All Purpose 1kilo 125 19 Can Disinfectant Spray 340g (454ml). Lysol 15 20 Pc Dipper, Medium Size Plastic 15 21 Bot Dishwashing Liquid 500 Ml, 5 22 Pc Door Mat/rugs 12 23 Pc Dust Pan 15 24 Can Furniture Cleaner, Aerosol Type, 300ml Min Per Can 2 25 Pack Garbage Bag, Large 100/pack 125 26 Pc Hand Gloves, Rubber Medium Size 6 27 Pc Long Wooden Toilet Brush Hand Bristles 10 28 Pc Roundhead Absorbent Mop For Floor And Swirl Cotton Yarn 12 29 Pc Pail, Assorted Color, Medium Size 15 30 Pc Declogger Air Plunger High Pressure Toilet Plunger 1 31 Pc Trash Can (big) 50l Capacity 12 C Office Supplies And Equipment For The Program Steep 1 Pcs Arch File , Long, Landscape, Top Clip, Blue 8 2 Pcs Arch File , Long, Landscape, Top Clip, Green 8 3 Box Ballpen, Fine , Black,(12 Pcs Per Pack), Pilot 19 4 Box Ballpen, Fine , Red,(12 Pcs Per Pack), Pilot 19 5 Box Ballpen, Black Ballpoint Retractable Fine 0.7mm(12/pack) 1 6 Pcs Cartolina, Assorted 4 7 Pcs Certificate Frame A4 5 8 Box Clip, Back Fold, 19mm 4 9 Box Clip, Back Fold, 25mm 4 10 Box Clip, Back Fold, 50mm 4 11 Rms Colored Paper A4 2 12 Roll Correction Tape, 25mm 20 13 Pcs Data Folder Box, Long 2 14 Pcs Storage File Box With Cover 2 15 Roll Double Sided Tape 1" 5 16 Roll Double Sided Tape 1/2" 5 17 Pcs Envelope, Expandable, Kraft, Brown 10 18 Pcs Envelope, Expandable, Plastic,long With Handle 10 19 Pcs Envelope, Expandable, Blue 50,red 50,green 50, Yellow 50 150 20 Pcs Expandable Folder Long,blue 20 21 Pcs Expandable Folder Long,violet 20 22 Pcs Ergonomic Computer Office Swivel Chair, Cushion Thickness 2-3 Cm,baeirdi 3 23 Pcs Glue, All Purpose 130g 4 24 Box Marker Permanent Black, Pilot 2 25 Box Marker Whiteboard, Black 10pcs/box 2 26 Roll Masking Tape 1" 4 27 Roll Masking Tape 1/2" 4 28 Roll Masking Tape, 24mm 4 29 Box Paper Clip, Vinyl/plastic Coated 50 Mm 4 30 Rms Bond Paper, A4 Size, 500 Per Ream, Branded, 80 Gsm 220 31 Rms Bond Paper, Legalsize, 500 Per Ream, Branded, 80 Gsm 50 32 Rms Bond Paper, Letter, 500 Per Ream, Branded, 80 Gsm 5 33 Box Pencil. Lead/graphite With Eraser 2 34 Rms Photo Paper A4 Size 2 35 Box Hi-tecpoint, Branded, V5, Black,0.5, Pilot 4 36 Box Hi-tecpoint ,branded, V5, Blue,0.5, Pilot 2 37 Pc Puncher, Paper, Heavy Duty 2 38 Pc Record Book, 500 Pages, 3 39 Roll Scotch Tape, 1", Clear 5 40 Roll Scotch Tape, 1/2", Clear 5 41 Pad Sticker Paper, A4 Size, Matte 5 42 Pack Toilet Tissue Paper, 2 Ply/12 Rolls Per Pack 8
Closing Date10 Jan 2025
Tender AmountPHP 358.5 K (USD 6.1 K)
Municipality Of Tubod, Lanao Del Norte Tender
Machinery and Tools...+1Furnitures and Fixtures
Philippines
Details: Description Invitation To Bid Purchase Of Common Used Supplies At Tubod College Tubod, Lanao Del Norte (itb-2025-vpp-002) Approved Budget For The Contract: Php 279,695.00 The Municipality Of Tubod, Lanao Del Norte, Through Its Bids And Awards Committee (bac), Invites Suppliers/dealers And Contractors To Apply For Eligibility And To Bid The Hereunder Project: Name Of Project : Purchase Of Common Used Supplies At Tubod College Location : Tubod, Lanao Del Norte Source Of Fund : Tubod College Fund Procurement Mode : Public Bidding Contract Duration : Seven (7) Days Brief Description : Purchase Of Common Used Supplies At Tubod College Of Local Government Unit Of Tubod, Lanao Del Norte. Specifications: Item No. Description 1 Ladder 20ft, Foldable Aluminum 2 Swivel Chair With Armrest 3 Conference Table Movable Splicing Foldable Long (20 Setter) 4 Steel Cabinet 4 Layer 5 Table Tap Glass 6 Rainboots (2 Pair Size 40, 1 Pair Size 42) 7 Umbrella (heavy Duty) 8 Raincoat (straight Cut) Large 9 Coffee Saucer 10 Bondpaper A4, 70gsm 11 Bulletin Board Glass 12 White Cork Board (60x90cm) 13 White Board Wall Mounted 150x200cm 14 Light Grey Glass Door Steel Cabinet (5 Layer L90, W40, H185cm 15 Sign Pen Red 0.5 16 Sign Pen Black 0.5 17 Glass Cleaner 350ml 18 Date File Box (green, Blue , Red) 19 Furniture Polish 330ml 20 Detergent Powder 1 Kg. 21 Zonrox Gal 22 White Folder Long 23 Mop Head 24 Mop With Handle 25 Floor Mop Spinner 26 Dust Pan 27 Broom (native) 28 Dishwashing Soap 500ml 29 Liquid Soap (320ml) 30 Epson Ink Black 003 31 Epson Ink Cyan 003 32 Epson Ink Magenta 003 33 Epson Ink Yellow 003 34 Pencil Sharpener (heavy Duty) 35 Scissor Big 36 Cutter (heavy Duty) 37 Released Stamp 38 Received Stamp 39 Certified True Copy From The Original 40 Date Stamp 41 Name Stamp (cherry Marie C. Paclipan, Dm, Dped 42 Bondpaper 80gsm, Long 43 Bondpaper 80gsm, A4 44 Logbook 500sheet The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And It’s Implementing Rules And Regulations (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance And Availability Of Bidding Documents January 10, 2025 Up To Stage 3 Bac Office, 2nd Floor Mdrrmo New Building 2. Pre-bid Conference January 16, 2025 @ 9:00 A.m. Operation Center 2nd Floor Mdrrmo New Bldg., Tubod, Lanao Del Norte 3. Submission And Receipt Of Bids (including Opening Of Bids & Eligibility Check) January 28, 2025 @ 1:00 P.m. Operation Center 2nd Floor Mdrrmo New Bldg., Tubod, Lanao Del Norte 4. Bid Evaluation January 29, 2025 @2:00 P.m. Operation Center 2nd Floor Mdrrmo New Bldg., Tubod, Lanao Del Norte 5. Post-qualification January 31, 2025 @2:00 P.m. Operation Center 2nd Floor Mdrrmo New Bldg., Tubod, Lanao Del Norte 6. Approval Of Resolution/issuance Of Notice Of Award February 3 And 4, 2025 All Bids Shall Be Accompanied By A Bid Security. The Bid Security Shall Be In An Amount Equal To A Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) A) Cash, Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Two Percent (2%) B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. C. Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D. Any Combination Of The Foregoing Proportionate To Share Of Form With Respect To Total Amount Of Security. Bidders May Also Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument. In Lieu Of A Bid Security, The Bidder May Submit A Bid Securing Declaration. Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non–refundable Amount Of Five Hundred Pesos Only (php 500.00) At The Office Of The Municipal Treasurer, Tubod, Lanao Del Norte. The Municipality Of Tubod, Lanao Del Norte Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Lgu – Tubod Bids And Awards Committee C/o Mrs. Nerilyn C. Gonato Bac Secretariat Contact No. 0927 441 3300 Approved By: Vicmar P. Paloma Bac Chairperson
Closing Date28 Jan 2025
Tender AmountPHP 279.6 K (USD 4.7 K)
5351-5360 of 5430 archived Tenders