Garden Tenders
Garden Tenders
Municipality Of San Isidro, Surigao Del Norte Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Surigao Del Norte Municipality Of San Isidro San Isidro, Surigao Del Norte Section I. Invitation To Bid (rebid) Procurement Of Goods For 1st Quarter Common Supplies For Offices 1. The Municipal Local Government Unit Of San Isidro, Through 2. The Municipal Bids And Awards Committee Now Invites Bids For The Procurement Of Goods For 1st Quarter Common Supplies, Source Of Fund From General Fund To Apply The Sum Of Two Hundred Forty Three Thousand Three Hundred Seventy One & 12/100 (php243,371.12) Being The Approved Budget For The Contract(abc) To Payments Under The Contract For The “procurement Of Goods For 1st Quarter Common Supplies”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 3. Prospective Bidders Should Have Experience In Undertaking Similar Projects Within Two (2) Years From The Deadline Of Submission And Receipt Of Bids. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii, Instruction To Bidders. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 5. Interested Bidders May Obtain Further Information From The Municipal Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 9:00 A.m. To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On February 4, 2025 To February 11, 2025 From The Address Below And Upon Payment Of A Non- Refundable Fee In The Amount Of Five Hundred Pesos (p500.00). 7. Bids Must Be Delivered To The Address Below On Or Before February 12, 2025 At 1:30 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18 And Bid Security Declaration. 8. Bid Opening Shall Also Be Held On February 12, 2025 At 2:00 Pm At Conference Room, Municipal Hall, San Isidro, Surigao Del Norte. Bids Will Be Opened In The Presence Of The Bidders’ Or Their Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The Municipal Local Government Of San Isidro Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Lgu-bac Secretariat Mrs. Gina B. Consigna Cell Number;09171078715 (sgd) Ismael L. Macalos, Jr. Bac-chairperson Cell Number: 09128053100/09177004958 Item No. Unit Description Qty Pcs 10 Liters Orocan Pail 1 Ream A3 Bond Paper 1 A4 ,joy Plastic Cover,thick 2 Bot Air Freshener,aerosol Type 8 Pcs Albatross 5 Bot Alcohol, 70% Isoprophyl 42 Gal. Alcohol Ethyl 2 Pcs Ballpen Black 290 Pcs Ballpen Blue 142 Box Binder Clip,1inch 2 Box Binder Clips,(2'') 1 Bdle Binding Ring/com.plastic,12mm 2 Bdle Binding Ring/com.plastic,14mm 2 Ream Bond Paper A4 Multi Copy 139 Ream Bond Paper Legal Multi Copy 82 Ream Bond Paper Short 5 Pcs Boots 25 Pcs Bromm Stick,ting2x 3 Pc Broom Soft Tamboo 12 Pcs Calculator 12 Digits 7 Pcs Calculator,compact 4 Pcs Calculator,scientific 1 Pcs Car Freshener 4 Pack Cartolina,assorted Color 1 Pcs Cleaner,toilet And Urinal 1 Pc Clear Book,legal 5 Box Clip Backfold,25mm 12 Box Clip,backfold,50mm 2 Box Coin Envelope (8 1/2) 2 Pcs Correction Tape 69 Pcs Curtain (2mx4m), Maroon/green 2 Pcs Cutter Knife 4 Pcs Data File Box 8 Pcs Detergent Bar 5 Kl Detergent Powder 2 Pouch Detergent Powder,all Purpose 3 Pcs Dipper(kabo) 1 Pcs Dish Drainer Cabinet 1 Unit Dish Rack ,dish Cabinet 1 Can Dish Washing Paste 10 Bot Dishwashing Liquid,780ml 1 Bot Disinfectant Spray,aerosol Type 3 Pc Document Paper Tray,3 Layer(file Rack Metal) 1 Roll Double Sided Tape 2 Doz Downy 1 Pouch Downy,antibac,1.38l 1 Pcs Dust Pan 7 Bot Elmers Glue 4 Pcs Envelop Brown , A4 22 Pcs Envelop Brown , Legal 67 Pcs Envelope,brown,legal,expanded 89 Box Envelope,documentary,legal 1 Box Envelope,expanding,kraft 1 Pc Eraser,plastic Rubber 2 Ream Expanded Envelope Long 1 Box Expanded Envelope,brown,legal 1 Pcs Expanded,folder,long 10 Box Fastener,metal 5 Box Fastener,plastic 7 Pcs Columnar Book (4 Cols.) 5 Pc File Box,stand Box 3 Pcs File Folder,long 17 Pack File Folder,l-type,legal 1 Pc File Orgnizer 1 Pcs Filer 5 Pack Folder,a4 1 Box Folder,brown,legal,50/box 2 Pcs Folder,long 20 Pack Folder,tagboard,legal,pack 4 Ream Folder,white,legal 3 Box Friction Pen 2 Pcs Friction Pen,black 9 Pcs Friction Pen,blue 9 Pair Garden Gloves 45 Jar Glue All Purpose,300 Grams 9 Pcs Glue Gun 1 Jar Glue,all Purpose,500 Ml 1 Pcs Hats 25 Pcs Heavy Duty Padlock 4 Can Insecticide,aerosol Type 2 Pcs Legislative Picture W/ Frame 1 Pcs Marking Pen,permanent,black 1 Pcs Marking Pen,permanent,blue 1 Pcs Marking Pen,permanent,bullet Type,black 1 Pcs Mechanical Sharpener 2 Pcs Mop With Spinner 2 Pad Notepad 2x3 14 Unit Office Swivel Chair 1 Box Paper Clip,33mm,100's/box 5 Box Paper Clip,gen Type,48mm 4 Box Paper Fastener,long 2 Ream Paper,multi-copy,80 Gsm 9 Box Pencil Mongol #2 3 Pcs Pencil,sharpener,big 1 Pcs Pentel Pen,black 4 Pcs Pentel Pen,ink,black 1 Pc Philippine Flag (regular Size) 2 Pack Photo Paper,a4 4 Pc Plastic Chair/ruby 58 Meter Plastic Cover,thick(15m) 15 Kl Powder Detergent 1 Pc Puncher Heavy Duty 3 Box Push Pin 3 Pcs Received Stamp Big 2 Pc Record Book Official,500 Pages 22 Pc Record Book,300 Pages 10 Unit Rice Cooker,2 Kls 1 Box Rubber Band (arrow) 2 Box Rubber Band No.18 4 Pc Ruler,plastic,450mm 4 Pcs Scissor Big 7 Pcs Scouring Pad 1 Pcs Sign Pen,blue 2 Pcs Sign Pen,extra Fine Tip,black 70 Kls. Soap Powder,100 Grams 4 Pc Spinning Mop 2 Box Stabello Yellow 1 Pcs Stamping Pad 3 Bot Stamping Pad Ink 4 Box Staple Wire No.35 13 Pcs Stapler No.35 With Remover 7 Pack Sticker Paper,a4,pack 1 Pack Surf Powder 1 Pc Tape Dispenser,table Top 1 Pcs Tape Measure 2 Roll Tape Packing 2 Inch 3 Roll Tape Transparent 2 Inch 8 Roll Tape Transparent,24mm 7 Roll Tape,masking,48mm 1 Box Thumbtacks 2 Pack Toilet Tissue,12 Roll/pack 18 Pcs Toilet Cleaner (tuff) 4 Trash Bag (big Plastic Celophane) 7 Pcs Trash Bin With Cover 13 Trashbag Xxl Size 2 Pcs T-shirt 40 Pcs T-shirt Printing 40 Pcs Umbrella 7 Pc Wall Clock 2 Pc Waste Basket 4 Pc White Board Eraser 1 Bot Zonrox 1
Closing Date11 Feb 2025
Tender AmountPHP 243.3 K (USD 4.1 K)
Slots Og Kulturstyrelsen - DENMARK Tender
Others
Denmark
Details: Title: Service And Cleaning Of Kongens Have And Frederiksberg Garden Type: Eu Tender Expected Contract Period: 5 Years With The Possibility Of Extension Of 3 Times 1 Year Expected Publication Of Tender: 3rd Quarter 2024 Contact: Center For Group It And Tenders, Kui@ Slks.dk Title: Garden Management Of Koldinghus, Aalborghus, Frederiksberg, Sorgenfri, Marienborg And Frilandsmuseet Type: Eu-tender Expected Contract Period: 5 Years With The Possibility Of Extension Of 3 Times 1 Year Expected Publication Of Tender: 2nd Quarter 2024 Contact: Center For Koncern It Og Udbud, Kui@slks.dk Title: Forest Management Of Fredensborg And Frederiksborg Type: Eu-tender Expected Contract Period: 5 Years With The Possibility Of Extension Of 3 Times 1 Year Expected Publication Of Tender: 2nd Quarter 2024 Contact: Center For Koncern It Og Udbud, Kui@slks.dk Title: Purchase Of Electrical Charging Points And Parking Control Type: Advertising Expected Contract Period: 5 Years Expected Publication: 2nd Quarter 2024 Contact: Center For Group It Og Udbud, Kui@slks.dk Title: Development , Maintenance And Support Of It Support In The Cultural Heritage Area Type: Eu Tender Expected Publication Of Tender: 2nd Quarter 2024 Contact: Center For Group It And Tenders, Kui@slks.dk
Closing Date26 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|tbd|tbd|tbd|tbd|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|x||||||||
inspection And Acceptance Of Supplies|26|x||||||||||||x||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report|source/source|tbd|n00383|tbd|tbd|see Schedule|tbd|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Dsicovery Of Defect|||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (nov 2023)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (may 2024)|12|336413|1250|||||||||||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
repairs Soliciation Remarks:this Request For Proposal/ Quote (rfp/q) Is For The Repair Of: Nrp,obogs Heat Exch
nsn: 7rh 1680 015991105
pn: 60847-000
quantity: (1) Ea
please Submit Quote Via Email To (connor.c.lewis.civ@us.navy.mil) By The Due Date Specified On Page 1, Block 10.
if A Firm Fixed Price (ffp) Cannot Be Determined, Please Inform The Pco.
these Items Require Government Source Approval Prior To Award.
if You Are Not An Approved Source, You Must Submit, Together With
your Proposal, The Information Detailed In The Navsup Wss Source
approval Brochure Which Can Be Obtained Online At
https://www.navsup.navy.mil/public/navsup/wss/business_opps/
under "commodities." Offers Received Which Fail To Provide All Data
required By The Source Approval Brochure Will Not Be Considered For
award Under This Solicitation. Please Note, If Evaluation Of A Source
approval Request Submitted Hereunder Cannot Be Processed In Time
and / Or Approval Requirements Preclude The Ability To Obtain Subject
items In Time To Meet Government Requirements, Award Of Requirement
may Be Continued Based On Fleet Support Needs.
1. Scope
1.1 Articles To Be Furnished Hereunder Shall Be Repaired, Tested And Inspected In Accordance With The Terms And Conditions Specified In The Requirements Section Of This Document.
1.1.1 Any Item Contracted For Repair Shall Have A Statement Of Work To Ensure Compliance With All Repair Procedures And Requirements.
repair Of:
nrp,obogs Heat Exch ;1680 015991105; Nsn , ;60847-000; Part Number, Shall Be Performed Iaw: Nrp,obogs Heat Exch ;latest; Publication (s).
1.1.2 There Will Be No Repair Deviation From The Approved Written Procedures Without Review And Acceptance By The Basic Design Engineer. All Requests For Waiver/deviation Shall Be Via Form 1694 Routed Throught The Local Dcma/aco Office For Review And
recommendations Via Form 1998.
2. Applicable Documents - Not Applicable
3. Requirements
3.1 1.0 General
3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable
condition.
3.2 2.0 Definitions.
3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order.
3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested
in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled).
3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And
tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired).
3.3 3.0 Scope
3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property,
including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And
shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items.
3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary
facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition:
nrp,obogs Heat Exch ;60847-000; P/n, ;1680 015991105; Nsn, ;latest; Tech Publications
3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow.
repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s).
3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration
management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes
to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change.
3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any
delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A
requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility.
3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be
read As The "government Designated Agency"
3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential
diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test.
3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be
used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be
ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of
the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any
disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements.
3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not
included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such
determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi
sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather,
repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract.
3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra).
3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either:
3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The
inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The
contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work.
3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section
6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed.
3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And
is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units
determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior
to Undertaking Repair Of The Item.
after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations
and Dcma Disposal Procedures And Requirements.
3.5 4.0 Parts And Materials
3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material
used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein.
authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And
requires Specific Approval By The Pco.
3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications
requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which
require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To
manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own
risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The
government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility.
3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The
requirements Of This Contract.
3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall
provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of
such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With
appropriate Pass/fail Criteria Such As Certifications
and Actual Dimensonal Readings.
3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde.
3.5.6
3.6 Source And Location Of Repair Source:
3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed.
nrp,obogs Heat Exch ;ametek / Drake Air; Company Name , ;300 Endo Blvd. Garden City, Ny 11530 / 4085 Southwest Blvd. Tulsa, Ok 74107; Address , ;12356 / 0gdj0 ; Cage Code
inspection Will Be Accomplished On The Contractor's Equipment
3.7 5.0 Contractor Quality Requirements:
3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To
promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality.
3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government.
3.8 6.0 Configuration Management (cm):
3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract).
3.9 7.0 Markings.
3.9.1 Marking Shall Be As Indicated In The Contract When Applicable.
3.10 8.0 Storage;
3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored.
4. Quality Assurance Provisions - Not Applicable.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
Closing Date15 Jan 2025
Tender AmountRefer Documents
Stadt Schwedt Oder, FB 3 4, Abt Baucontrolling Und Vergabestelle Tender
Civil And Construction...+1Civil Works Others
Germany
Details: Existing building description: The day-care and after-school facility "uckis Spatzenhaus" is located in the center of the city of Schwedt/Oder and looks after children aged between zero and ten years. The facility is located at Friedrich-Wöhler-Strasse 1a on plot 40/5 in corridor 58 and can be reached via Julian-Marchlewski-Ring and Friedrich-Wöhler-Strasse. Both the building and the property are owned by the city of Schwedt/Oder. The day-care center is operated by the Uckermark Education Association (ubv). After the safety checks, significant defects in the fences and path paving were identified in some sections. The path surfaces made of concrete paving and in-situ concrete surfaces are heavily used and uneven due to root growth and weather influences. It is divided into the entrance area and the garden area. The three entrance areas from the garden area to the respective group rooms have been designed with a light ramp and curbstone edging. The paths are to be renewed in order to minimize the risk of injury and to ensure greater safety. In the entrance area, the adaptation of the existing paving is sufficient. In the garden area, demolition and therefore new paving work is necessary. For the necessary renovation of the paths, 15 cm of recycled base layer (rc 0-32), 2-3 cm bedding (chip 0-2) and concrete paving (8 cm) with a border made of concrete edging stones (8 cm) are planned. Concrete paving stones with a small bevel are to be used to enable scooters and balance bikes to be used. The ramps of the three entrance areas to the group rooms will be retained and the height of the adjacent path is to be adjusted to the ramps. In addition, colored structures (rows with colored inserts) can be integrated into the seating areas. The sandpit borders are to be bordered with edging stones with plastic covers (silidur). The existing material must be salvaged and the rear area must be expanded. Some fences must be repaired (damaged fields) or completely replaced. The exact areas will be agreed with the Ag before construction begins. Shaft permits must be applied for and provided before construction begins. Storage areas within the daycare center grounds are only possible to a limited extent.
Closing Date9 Jan 2025
Tender AmountRefer Documents
Municipal Corporation Tender
Works
Civil And Construction...+1Electrical and Electronics
Eprocure
Corrigendum : Closing Date Modified
India
Details: 1) Construction of Beautification, Elctrification, Main Entry Gate at Chhatrapati Shiwaji Park in P.No.06 2) Construction of Concret road from Gajanan Way Bridge to APMC Market Gate in p no. 06 3) Construction of Cement Concrete Road from Shri Ajay Vishnu Patil to Shri Nitin Patil House at Dabki Village P No 08 4) Construction of Sabhagruh at Gurudutta Nagar,Shri Namdev Maharaj Mandir Open Space P No 08 5) Construction of Cement Concrete Road from Shri Wankhade to Open Space at Gokarna Park P No 08 6) Construction of Cement Concrete Road from Shri Bulbule House to Shri Shingne Sir House at Gokarna Park P No 08 7) Construction of Drain at Gokarna Plot Shri Bhiwate to Raghav Tale House P No. 08 8) Construction of Chain Link Compound Wall to Open Space near Paraskar School at Gurudutta Nagar P No.08 9) Construction of Drain at Laxmi Nagar Shri Ingle to Shri Ujjainkar to Canal P No. 08 10) Construction of Chain Link Compound Wall to Open Space near Mahakali Mandir at Asara Nagar P No.08 11) Construction of Drain at Gajanan Nagar Shri Galli No. 2 from Shri Parkhi to Shri Khandare House P No. 08 12) Construction of Cement Concrete Road from Shri Hanuman Mandir to Shri Anil Wankhade at Gajanan Nagar P No 08 13) Construction of Cement Concrete Road from Jain Kirana to Shri Jagdish Mankar at Gajanan Nagar P No 08 14) Construction of Cement Concrete Road from Shri Bahekar ti Shri Bhud, Shri Zhaparde to Shri Ubhe Sir & Shri Shinde to Shri Ujjwal Bade at Manorath Nagar P No 08 15) Construction of Cement Concrete Road from Shri Bhise to Shri Ingle House to Open Space at Awade Colony P No 08 16) Construction of Cement Concrete Road from Ashray Residency to Dabki Road to Hari Om Cement Shop to Shri Chipade at Ashray Nagar P No 08 17) Construction of Cement Concrete Road from Shri Ramdas Pohare to Canal Road at Raghuvir Nagar P No 08 39) Beautification Of Shri. Chatrapati Shivaji Maharaj Chowk At Shivar in P.No.13 40) 1) Construction of Concrete Service Line Beside Shri Vinod Taywale. 2) Construction of Concrete Road From From Shri Pravin Kalane to Shri Gawande. 3) Construction of Concrete Drain & Service Line From Shri Unkadrav Sonone to Shri Pravin Kalane. 4) Construction of Concrete Drain, Service Line & Culvert From Shri Manoj Bharde to Bhattad in Ara Mashion. 5) Construction of Concrete Drain & Road From Shri Prashant Sable to Shri Santosh Agrawal in Dwarka Nagari 6) Construction of Concrete Drain & Service Line From Shri Rameshwar Gond to Asara Chakki in Indian Gym 7) Construction of Concrete Service Line From Shri Gajanan Maharaj Mandir to Shri Ghonge in Mukund Nagar in P.No. 13 42) Construction of Walking Track & Beautification In Ravi Nagar Open Space at P.No.13 43) Construction of Sabhagruh In Open Space Front of Shri Navkar House At Gokul Colony In P. No. 13 44) Construction of Concrete Road At Sudhir Colony In P.No. 13 45) Beautification of Open Space Infront of Shri Lokhande House At Sudhir Colony In P.No.13 46) Development & Beautification of Road From National Highway 06 to Azad Chauk to Datta Nagar to Hanuman Mandir to Azad Chauk and Auto Stand to Shri Dhore and Shri Jayprakash Sabale to Shri Subhash More to Bhima Gawai and Shri Gajanan Maharaj Mandir to Shri Deshmukh in Shiwar In P.No. 13 47) Providing and Fixing Information Sign Board in Shashtri nagar Road & Gokul Colony Road at P.No. 13 48) 1) Construction of Concrete Road From Shri Chande to Shri Shegokar 2) Construction of Concrete Road From Shri Rathod to Shri Ladakhedkar to Shri Fulase to Shri Vike. 3) Construction of Concrete Drain & Culvert From Siddheshwar Ganpati Mandir 4) Construction of Concrete Road From Shri Desai to Shri Pali in P.No. 13 49) 1) Construction of Concrete Road Infront Of Shri Umale House in Mukund Nagar in P.No. 13 50) Construction of Public Toilet Block in Jawahar Nagar Chhatrapati Sambhaji Maharaj Park Shastri Nagar Hanuman Mandir Open Space at P.No. 13 51) Construction of Paving Block in Open Space in Ganpati Mandir in Shastri Nagar at P.No.13 53) Construction of Tar Road With WBM From Kailas Bhadake To Ganeh Jakate House At Malkapur In P No 14 54) Construction of Tar Road With WBM From Hivarale Major To Ganesh Sarnaik & Sheje To Wagh House At Malkapur In P No 14 55) Construction of Tar Road With WBM From Dilip Vagare To Damodare House At Malkapur In P No 14 56) Construction of CC Drain From Kothikar Duplex To Athavale To Ajay Nagpure Appartment Near Ashram At Malkapur In P No 14 57) Construction of Chainlink fencing Compound To Sarnath Bauddha Vihar Near Bhande Collage At Malkapur In P No 14 58) Construction of Sabhamandap Near Hanuman Mandir At PKV Colony Malkapur In P. No. 14 59) Construction of CC Road From Shri Santosh Wankhade To Amol Kale House At Malkapur In P No 14 60) Construction of Tar Road From Shri Gawande To Deshmukh House At Malkapur In P No 14 61) Construction of Sabhagruh Near Tuljaai Appartment Smashan bhumi Road Juni Wasti Malkapur In P No 14 62) Providing And Fixing Paving Blocks At Pola Location Junegaon Malkapur In P. No. 14 63) Construction of CC Road From MIDC Road To Barbi House At Malkapur In P No 14 64) Construction of Tar Road From Shri Dhenge House Yogiraj welding Work Shop To State Bank Colony At Malkapur In P No 14 65) Construction of CC Drain From Umak house To Sitara Tower Malkapur Road At Malkapur In p No 14 66) Construction of CC Drain From Abhang Appartment To Mangesh Wankhade House At Malkapur In p No 14 67) Construction of Tinshed At Gajanan Maharaj Mandir Malkapur In P. No. 14 68) Construction of CC Drain From Khatade To Deshmukh House At Malkapur In P No 14 69) Construction of CC Road From Shri Jayale To Dandale House At Malkapur In P No 14 70) Construction of Tar Road From Ajay Wankhade House Anil Wasnik To Nasir To Anand Buddha Vihar At Shivani In P No 14 71) Construction of Tar Road From Jaybhay House To Pachpor Blue Lotus School At Buddha prakash Colony Shivani In P No 14 72) Construction of CC Drain From Gautam Pachpor House To Jamil Bhai Kirana Shop At Jetvan Nagar Shivani In P No 14 73) Construction of Sabhamandap Near Devi Mandir At Ram Nagar Shivani In P. No. 14 74) Construction of Sabhamandap Infront Of Rajesh Wagare House At Basera Colony In P. No. 14 75) Construction of Chainlink fencing Compound To Surekha nagar Open Space At Malkapur In P No 14 92) Construction of Tar Road Back Side Of Khatu Shyam Mandir Hindu Smashan Bhumi To Main Road , In P.No. 17 124) Construction of CC Drain from Bhojane house to Wayatkar house at Mauli Nagar in P.No. 20 125) Construction of CC Drain from Balu Vairale house to Bhoyar house at Khadki in P.No. 20 126) Construction of Culvert infront of Bochare house at Santosh Nagar in P.No. 20 127) Construction of CC Road from Dangte Square to Yogesh Kuchar house at Z. P. Colony, Khadki in P.No.20 128) Construction of CC Road Mangrulpir Road to Ashutosh Chavhan house at Surya Garden Khadki in P.No.20 129) Construction of Tar Road From Pritam Deshmukh to Khanduji Walse house at Balaji Nagar in P.no. 20 130) Construction of CC Drain from Jadhav to Deshmukh house, Sandip Kharad to Gurav house at Khadki Gaothan and Construction of CC Road from Swami Samarth Kendra to Punde house at Sitaram Nagar Date Layout, Khadki in P.No.20 131) Construction of CC Road from Kakad house to Bhagat house and remaining portion infront of Swami Samarth Kendra Main Gate at Sant Nagar, Khadki in P.No.20 132) Construction of CC Road Jadhav house to Dandage house behind More Market Khadki in P.No.20 133) Construction of CC Drain from Wankhade house to Bopte house at Sant Nagar in P.No. 20 134) Construction of WBM Road from Nandkishor Rajaram Ingle house to Sopinath Maharaj Mandir to Ganesh Khatode house at Mhada Colony, Khadki in P.No.20 135) Construction of CC Road from Solid waste Management center to Vitthal Mahalle house at Khadki in P.No.20 136) Construction of Chainlink fencing, providing and fixing Pavers and Beautification at Sant Gadge Baba Open Space, Shivapur in P.no.20 137) Construction of CC Drain from Sane Guruji School to Someshwar Mandir at Santosh Nagar in P.No. 20 138) Construction of Walking track, Chainlink fencing at Someshwar Mandir Open Space, Santosh Nagar in P.no.20 139) Construction of Sabhagruh infront of Ramesh Raut, Sadanand Kakad, Pallavitai Joshi Open Space at Mhada Colony In P. No. 20 140) Construction of CC Road from Dilip Deshmukh house to Shiva Bhade house to Sant Gajanan Maharaj Provision at Kothari Watika 04 in P.No.20 141) Concreting in Service line from Sahyog apartment to Jadhav Tailor house near Ganpati Mandir at Giri Nagar in P.No. 20 142) Construction of CC Road Maharaj Vihar to Gajanan Apartment at Madhav Nagar in P.No.20 143) Construction of CC Drain from Manskar house to Kedia house at Yashwant Layout in P.No. 20
Closing Date3 Jan 2025
Tender AmountINR 103.7 Million (USD 1.1 Million)
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Details: Update #1 (29 Jan 2025): Each Company Is Limited To 4 Participants For Both The General Session And The One-on-one. The Same Individuals Must Attend Both Events.
update #2 (30 Jan 2025): Providephone Number That Must Be Submitted With Var. Bgif/opir Tap Lab Phone: 720-847-5130 Or 720-847-5133
update #3 (31 Jan 2025): Email Confirmation For One-on-ones Will Be Sent Via Email By 14 Feb 2025.
update #4 (6 Feb 2025): Change "draft Rfp" To "solicitiation For Planning Purposes". Requesting Industry Day Participants To Bring Hard Copies Of The "solicitation For Planning Purposes" So They Can Follow Along And Take Notes. Digital Devices May Not Be Allowed On Site, Recommend Bring Paper And A Pen For Note Taking.
update #5 (7 Feb 2025): Draft Solicitation For Planning Purposes And White Paper Instructions Posted. Please See Attachments.
industry Day & Site Visit:
the Industry Day Site Visit Will Be Held On 19 February 2025 (8:30am – 5:00pm Mountain Time) And 20 February 2025 (8:30am – 3:00pm Mountain Time) In The Boulder Ground Innovation Facility (bgif) Boulder, Colorado. All Parties Interested In Competing In The Bgif Operations And Support Services (boss) Contract Are Invited To Attend. Each Contractor May Send Up To Four (4) Attendees. If The Government Receives Overwhelming Interest, The Government May Ask The Interested Parties To Reduce The Number Of Attendees.
the Government’s Intent Of Holding This Event Is To Provide All Interested Parties A Clearer Understanding Of The Boss Pws Scope And Associated Risks. The Government Encourages Participation By Subject Matter Experts (smes) With Mission Area Experience In Cybersecurity, Network Infrastructure, Facility Maintenance And Overhead Persistent Infrared (opir).
this Event Is On-site Only; No Remote Participation. The Industry Day Is Hosted Solely For Information And Planning Purposes. This Does Not Constitute A Solicitation (rfp/rfq), Nor Does This Constitute A Promise To Issue A Solicitation In The Future.this Industry Day Event Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. All Interested Parties Will Meet In The Bgif Lobby Of 6304c Spine Road In Boulder Colorado Nlt 0800 Mountain Time The Day Of The Industry Day.
the Event Will Include Three Parts:
19 Feb: General Session Including Bgif/opir Tap Lab/obac Overview And Boss Overview
19 Feb: Bgif Group Tour
19 Feb - 20 Feb: Optional One-on-one Sessions With The Government Team Will Be Offered To All Interested Parties Who Rsvp To The Pocs Below Nlt 7 February. The Government Highly Encourages White Paper Submissions Nlt 14 February. These Sessions Will Provide The Interested Parties The Opportunity To Speak On Their Innovative Approaches And Technical Capabilities. The Government Will Not Provide Additional Information In These One-on-ones Beyond What Was Provided In General Session.
back-up Day In Case Of Inclement Weather That Forces Bgif Closure Is 5-6 March 2025, Same Agenda And Schedule As Above.
tours Of The Overhead Persistent Infrared (opir) Battlespace Awareness Cell (obac) At Buckley Space Force Base, Colorado Or Projected Opir Tap Lab South Spaces (garden Of The Gods Facility, Colorado Springs) Will Not Be Offered, However, The Government Will Consider Industry Questions.
access To The Bgif Requires Active Interim Dod Secret Or Higher Clearance. No Uncleared Individuals Will Be Allowed Into The Event. Each Contractor That Notifies The Poc’s Below Of Their Intent To Attend The Industry Day/site Tour Will Receive Confirmation From The Government By 1600 Mountain Time, 13 February 2025 And A Request To Certify Individual Security Clearances Required For Entry To The Facility.
note: The Government Does Not Plan To Hold Another Site Visit Related To Boss Upon Release Of The Rfp; Interested Parties Desiring To See The Site Should Attend The Industry Day. Interested Parties Are Highly Encouraged To Attend Industry Day, But Not Attending Does Not Disqualify Interested Parties From Participating In The Solicitation. Questions From Interested Parties Will Not Be Entertained On Industry Day Itself. Following The End Of The Industry Day, Interested Parties Are Encouraged To Submit Any Questions Or Comments On The Solicitation For Planning Purposes Or Industry Day Post To The Government Within 5 Business Days Of Industry Day. The Government Team Will Provide Responses On Sam.gov To All Questions And Comments Received In A Timely Manner Based On The Volume Of Comments And Questions.
notice For Intent To Participate In General Session And One-on-ones By 7 February 2025:
those Planning To Participate In The Event Must Notify Their Intent And The Following Information For Each Individual Attendee To The Points Of Contact (poc) Listed Below. Also State If A One-on-one Question And Answer Session Is Desired.
general Session
please Provide The Following Information By 7 February 2025, 12:00 Pm Mountain Time (4 Person Limit Per Contractor). Any Request Made After 7 February 2025, 15:00pm Mountain Time May Be Denied.
first, Middle Initial, And Last Name:
email Address:
company Representing:
company Phone Number:
clearance Level (secret, Ts/sci):
var Submission
clearances / Visit Requests Should Be Sent To Smo Code Btap
(technical Poc: Steve Polliard)
bgif/opir Tap Lab Phone: 720-847-5130 Or 720-847-5133
*note: Requesting Industry Day Participants To Bring Hard Copies Of The "solicitation For Planning Purposes" So They Can Follow Along And Take Notes. Digital Devices May Not Be Allowed On Site, We Recommend That You Bring Paper And A Pen For Note Taking.
one-on-ones
please Provide The Following Information By 7 February 2025, 12:00 Pm Mountain Time (4 Person Limit Per Contractor, Shall Be The Same 4 People Attending The General Session).any Request Made After 7 February 2025, 15:00pm Mountain Time May Be Denied. Email Confirmation For One-on-ones Will Be Sent Via Email By 14 Feb 2025.
first And Last Name Of All Individuals:
associated Area Of Expertise Within Boss Pws: (cybersecurity, Network Infrastructure, Facility Maintenance, Overhead Persistent Infrared (opir) Experience, Or Other)
email Addresses:
company Representing:
*note: As Mentioned In The Agenda Above, The Government Team Highly Encourages Interested Parties To Submit Whitepapers Nlt 14 February.
address: 6304c Spine Road; Boulder, Co 80301
please Send Rsvp Information By 7 February 2025 And Any Questions Regarding The Industry Day To The Following Contacts:
lt Amy Kang At Amy.kang.2@spaceforce.mil
mr. Dave Kelley At David.kelley.15.ctr@spaceforce.mil
after Industry Day Please Submit Your Questions In Writing To The Following Contacts:
pco: Capt Phillip Nguyen At Phillip.nguyen.2@spaceforce.mil
lt Amy Kang At Amy.kang.2@spaceforce.mil
solicitation For Planning Purposes
this Is A Draft Solicitation For Planning Purposes Issued For The Purpose Of Developing A Viable Boss Solicitation That Will Best Communicate The Government’s Requirements To Industry Through Exchange Of Information.
the Government Is Requesting That Interested Respondents Review The Draft Solicitation Documents And Provide Comments And Questions For The Government To Clarify.
responses To This Draft Solicitation Are Voluntary. All Feedback Should Be Emailed To Capt Phillip Nguyen At Phillip.nguyen.2@spaceforce.mil And Lt Kang At Amy.kang.2@spaceforce.mil.
do Not Submit Questions Before 20 Februray 2025. The Intent Is For Interested Parties To Attend Industry Day First Before Submitting Questions. Attending Industry Day Is Highly Encouraged But Not Mandatory. Responses Must Be Received No Later Than 25 February 2025, 23:59 Mountain Time.
the Government Team Will Provide Responses On Sam.gov To All Questions And Comments Received In A Timely Manner Based On The Volume Of Comments And Questions.
white Paper
the Government Is Also Requesting That Interested Parties Submit A White Paper. The Government Highly Encourages White Paper Submissions Nlt 14 February 2025, 1500 Mountain Time. Please See The Attached White Paper Instructions Attachment For Further Guidance.
submit White Papers Via Email To Capt Phillip Nguyen At Phillip.nguyen.2@spaceforce.mil And Lt Kang At Amy.kang.2@spaceforce.mil.
disclaimers:
the Documents Attached To This Draft Solicitation Are Drafts And Therefore Are Subject To Change.
this Draft Solicitation Is For Planning Purposes Only And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued.
the Government Will Not Reimburse Or Pay For Information Submitted In Response To This Draft Solicitation. All Submissions Become Government Property And Will Not Be Returned.
no Entitlement To Payment By The Government Of Direct Costs Or Charges Will Arise Because Of The Submission Of Information In Response To This Draft Solicitation.
proprietary Information Shall Not Be Submitted In Response To This Draft Solicitation, Nor Will The Government Be Liable For Or Suffer Any Consequential Damages For Any Improperly Identified Proprietary Information.
no Award Will Be Made As A Result Of This Draft Solicitation.
this Draft Solicitation Is For Informational Purposes Only To Promote Exchanges Of Information With Industry.
the Government Will Not Pay For Any Information And/or Materials Received In Response To This Draft Solicitation And Is Not Obligated By The Information Received.
important Disclaimer:
proprietary Informationif Any, Should Be Kept To A Minimum Andmust Be Clearly Marked. In Order To Review The Response, Proprietary Information May Be Given To Federally Funded Research And Development Center (ffrdc), System Engineering And Integration (se&i), Systems Engineering And Technical Assistance (seta), And/or Advisory And Assistance Services (a&as) Contractors Working For The Government. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned.
ssc Has Entered Into Contracts With Federally Funded Research And Development Center (ffrdc) And/or Systems Engineering And Integration (se&i), And/or Systems Engineering And Technical Assistance (seta) Staff Working For The Government. These Could Include But Are Not Limited To: The Aerospace Corporation (ffrdc), Lmi (seta), Booz Allen Hamilton (se&i), Science Applications International Corporation (saic) (seta), Stellar Solutions (seta), And Tecolote Research (seta). These Companies Support The Government By Performing Technical Reviews, Systems Engineering And Integration Analyses, Cost Estimation, And Other Advisory Services. Participants Are Hereby Notified That All Responses Will Be Provided To Ssc Support Contractors For Services To Ssc. If Participants Disagree To The Release Of Its Rfi Response To Any Of The Aforementioned Firms, The Participants Must Clearly Statethis Restriction In The Cover Letter Accompanying The Rfi Response.
participants Are Advised That The Ussf Will Not Pay For Any Information Or Administrative Costs Incurred Related To This Industry Day. The Government Will Not Assume Liability For Costs Incurred By Any Attendee For Travel Expenses Or Marketing Efforts. All Costs Associated With Participating In This Industry Day Event Will Be Solely At The Participant’s Expense.
Closing Date7 Feb 2025
Tender AmountRefer Documents
Bureau Of Customs Tender
Solid Waste Management
Philippines
Details: Description Procurement Of Color-coded Trash Bins (series No) Government Of The Republic Of The Philippines Invitation To Bid 1. The Bureau Of Customs Sub-port Of Mactan, Through The National Expenditure Program (nep) Of Fy 2025 Intends To Apply The Sum Of Fifty Thousand Pesos (₱50,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Color-coded Trash Bins With Project Identification Number 2025-009mtn. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Customs Sub-port Of Mactan Now Invites Bids For The Above Procurement Project. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am On February 26, 2025. Late Bids Shall Not Be Accepted. The Bidders Shall Drop Their Duly Accomplished Technical Proposal Including The Eligibility Requirements And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Address Indicated Below. Late Bids Shall Not Be Accepted. 5. Bid Opening Shall Be On February 26, 2025, 1:00 Pm At The Given Address Below. 6. The Bureau Of Customs Sub-port Of Mactan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Please Refer To: Jennifer A. Duyogan (coo I, Acting Procurement Officer) Or Victoria C. Arandillo (coo Iii, Acting Accountant) Bureau Of Customs Sub-port Of Mactan Mcia Cargo Access Road, Barangay Ibo, Lapu-lapu City Jennifer.duyogan@customs.gov.ph /victoria.arandillo@customs.gov.ph +639171649903 General Conditions Of The Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All He Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Test The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Specific Scope Of Service Supplier’s Must State Here Either “comply” Or Any Equivalent Term In The Column “supplier’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Specific Scope Of Service Procurement Of Color-coded Trash Bins Scope Of Service Description Supplier’s Statement Of Compliance Quantity Unit Cost (vat Incl) Total Cost (vat Incl) Supply And Delivery Of Customized 360l Trash Bins With Logo And Markings: 1. Green Bin: Biodegradable Waste (food Scraps, Garden Waste) 1 2. Blue Bin: Recyclables (plastic, Paper, Glass, Metals) 1 3. Black Bin: Non-recyclable Waste (non-recyclable Plastics, Broken Items) And Residual Waste (contaminated Materials) 1 Total In ₱ Words ₱ *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Confidentiality Agreement The Winning Bidder/supplier Shall Protect Confidential Information About Boc Mactan, And To Use It Only For Purposes Of Complying With Its Tasks And Obligations Under The Official Bid Document/contract/purchase Order. It Shall Not Disclose Any Confidential Information About The Boc Mactan Project Or Procurement To A Third Party Without The Consent Of Boc Mactan. “confidential Information” Refers To Information Concerning The Affairs Of The Boc Mactan Which Are Not Available To The Public Which, If Disclosed, May Compromise The Security Of The Bureau. The Winning Bidder/supplier Shall Not Disclose Any Confidential Information Acquired Its Engagement With Boc Mactan Even After The Expiration Or Termination Of The Contract. __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A) ⬜ Valid Philgeps Registration Certificate (platinum Membership If Public Bidding) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) ☐ Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And C) ☐ Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D) ☐ Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents E) ⬜ Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And F) ☐ Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And G) ☐ Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And H) ☐ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And I) ☐ Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents J) ☐ The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And K) ☐ The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Ii. Financial Component Envelope L) ☐ Original Of Duly Signed And Accomplished Financial Bid Form; And M) ☐ Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) N) ⬜ [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. O) ⬜ Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date26 Feb 2025
Tender AmountPHP 50 K (USD 864)
City Government Iligan Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 2 Cy 2024 , Intend To Apply The Sum Of P 3,381,096.77 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Stairs At Buhanginan Hills (near Girlscout Headquarters), Buhanginan Hills, Brgy. Pala-o, Iligan City With Project No. Cb(b)-24-149 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Stairs At Buhanginan Hills (near Girlscout Headquarters), Buhanginan Hills, Brgy. Pala-o, Iligan City General Requirements •permits And Clearances •facilities For The Engineers •installation Of Project Billboard- 2 Sets •occupational Safety And Health Program •mobilization And Demobilization Removal Of Obstructions •clearing/removal Of Obstruction •uprooting/cutting Of Trees Gravel Fill •100 Mm Thk. Gravel Base For Footings And Zocalo •75 Mm Thk. Gravel Base For Bench, Footing And Plantbox Flooring •50 Mm Thk . Gravel Base For Stair Steps Electrical Works •laying Of The Underground Or Overhead Power Cables Connecting To The Main Power Supply •installation Of Protection System And Outdoor Electrical'panel (nema Enclosure W/ 15at Circuit Breaker) •erection Of Modem-type Outdoor Lamp Posts And Bollards (including Foundations And Anchor Bolts) •complete Wiring Of The Luminaire To The Electrical Supply •installation Of Outdoor Junction Boxes For Protection And Organization •underground Cable Burial Or Concrete-embedding Of Cable For Cable Routing •proper Grounding Of The Lamp Posts,electrical Panel, And Other Metal Parts For Safety •concrete Pouring For Footings, Zocalo,columns, 75 Mm Thk. Concrete Flooring For Plantbox , 50 Mm Thk. Concrete Topping, Bench Footing And Bench, 100 Mm Thk. Concrete Flooring For Landing And Stair Steps With Pebble Topping. •installation Of Formworks And Falseworks For Columns, Bench, Concrete Topping, And Stairs (steps And Landing) •removal Of Formworks And Falseworks Steel Reinforcements And Steel Works •installation Of 12 Mm Ø Dsb For Footings And Columns (bedbars And Vertical Bars) Installation Of 10 Mm Ø Dsb For Column Lateral Ties, Concrete Flooring For Plantbox, Concrete Topping, Bench Footing And Bench, Concrete Flooring For Landing And Stairs •installation Of 50 Mm Ø G.i. Pipe Schd. 40 For Lamp Post •installation Of 50 Mm Ø G.i. Pipe Schd. 40,25 Mm X 25 Mm X 3mm Angle Bar And 50 Mm X 50 Mm Wire Mesh (5mm Thk.) For Railings •installation Of 38 Mm Ø G.i. Pipe Schd. 40 For Bench Fabrication Masonry Works •piling Of 4" Thk. Chb At 800 Mm Height W/ 10mm Ø Dsb For Vertical And Horizontal Bars Sped At 0.60m O.c Bothways For Plantbox Softscape •installation Of Plantboxes With Plants And Frog Grass I. Construction Safety And Health Program (q = 1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Ii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 2"x 8' Coco Lumber, 2"x 3"x 10' Coco Lumber, 2"x 3"x 14' Coco Lumber, Assorted Sizes C.w Nails. Iii. Mobilization & Demobilization (q = 1.00 Lot) Iv. Facilities For The Engineers (q = 1.00 Lot) Includes True-rms Clamp Meter, 400 A Ac/oc, 600v Ac/oc, Cat Iii 600 V Cat Iv 300 V, Fluke 325; Digital Light Meter, Up To 20,000 Lux, Fluke 941; Non-contact Voltage Tester,90 V Ac To 1000 V Ac, Cat V 1000, Fluke 2ac. V. Removal Of Structures And Obstruction (q = 55.56 Cu.m.) Includes Uprooting/cutting Of Trees. Vi. Earthworks (q = 59.82 Cu.m.) Includes Volume To Be Excavated, V = 39.82 Cu.m.;volume To Be Backfilled, V = 39.82 Cu.m.; Gravel Bedding, 1-1/2"ø, V = 20 Cu.m Vi . Steel Reinforcements & Steel Works (q = 9,083.70 Kgs.) Includes 12 Mm Dia. X 6m Dsb; 10 Mm Dia. X 6m Dsb; #16 G.i Tie Wire; 50 Mm Ø G.i. Pipe Schd. 40; 38 Mm Ø G.i. Pipe Schd. 40; 25.4 Mm Ø G.i. Pipe Schd. 40; 5mm Ø Thk. Wire X 50mm X 50mm Mesh Steel Matting; 25 Mm X 25 Mm X 3mm Thk. Angle Bar; Red Lead Metal Primer, Quick Dry Enamel Paint, Paint Brush; Welding Rod (e-6011). Viii. Concrete Works, Formworks And Scaffoldings (q = 47.04 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, 2" X 2" X 10' Sized Coco Lumber, Assorted Sized C.w Nails. Ix. Masonry Works (q = 194.40 Sq.m.) Includes 4" X 8” X 16" Chb, Portland Cement, Washed Sand, Pebbles. X. Electrical Works (q = 1.00 Lot) Includes Modern-type Outdoor Lamp W/ Post, 2m Height, W/ High-powered 50w Led Bulb, Daylight; Outdoor Bollard Fixture W/ 20w Led Bulb,ip65; Cu Wire,3.5mm2, Thhn/thwn-2, Stranded; Circuit Breaker,15a,2pole,220v,60hz; Circuit Breaker Enclosure, Nema 1,2p; Secondary Rack W/spool Insulator,2-pole,w/screws; Outdoor Junction Box, Ip65 Weather Water Proof, 80x50 Round/octa, W/ Rubber Gasket & Screws; Upvc Conduit Pipe,1/2"x3m; Electrical Tape,0.16x19x16000 Mm; Solvent Cement 200 Cc; Pvc Conduit Fittings And Connectors. Xi.softscape (q = 30.20 Sq.m.) Includes Softscape (includes Garden Soil (planting Medium), Ornamental Plants ,shrubs , Trees). Approved Budget For The Contract (abc): P 3,381,096.77 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Sixty-seven (167) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-149 (ceo-infra)
Closing Date7 Jan 2025
Tender AmountPHP 3.3 Million (USD 58.2 K)
City Of Bayawan Tender
Others
Philippines
Details: Description Request For Quotationclosing Datefebruary 18,2025note: Please Attach The Following Documentary Requirements Together With This Rfq:1. Mayor's / Business Permit2. Philgeps Registration No:a. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants )b. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding)3. Omnibus Sworn Statement The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services Asenumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than Theclosing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request Forquotation (rfq). The Basis Of Evaluation For This Rfq Is: ⬜ By Lot ⬜ By Item Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Emailaddress At Bac.bayawan@gmail.com. Bid Openingfebruary 20,2025republic Of The Philippinesprovince Of Negros Orientalcity Of Bayawan Bids And Awards Committee(035) 531-0020 Local 202(035) 430-0439 (telefax)email: Bac.bayawan@gmail.comhttp://www.bayawancity.gov.phpage 1 Of 6 Pages Terms And Conditions1bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusivelythe Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated Byyou Or Any Of Your Duly Authorized Representative/s.23quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected.456award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, Ascomplying To The Eligibility And Bid Requirements.7breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Drawlots (for Three Or More Bidders).8910supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shallautomatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice Tolegal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184and Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder.11price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Pricesoffered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission.indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Berejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names.indicate No Brand If The Item Quoted Is Generally Unbranded.alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Additionor As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith Forpurposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Iscontained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes.the City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overduedelivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Ofbayawan.the Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal.extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, Thedefault Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For Aminimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. Theobligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of Thewarranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Suppliesdelivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Republic Of The Philippinesprovince Of Negros Orientalcity Of Bayawan Bids And Awards Committee(035) 531-0020 Local 202(035) 430-0439 (telefax)email: Bac.bayawan@gmail.comhttp://www.bayawancity.gov.phpage 2 Of 6 Pages Rfq Proposal Formafter Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) Asfollows:rfq Reference:svp 25-d-044total Abc:php 577,800.00item No.descriptionqtyunit Of Issueapproved Budget For The Contract ( Unit Cost Per Line Item )offercompliance With Technical Specifications (please Check)remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.)yesnounit Costtotal Costbrand/model And Technical Specificationspurpose : Supply And Delivery Of Office Supplies For Agricultural Uselot. Iappliances1microwave Oven, Product Type: Grillcontrol Method: Touchturntable Size: 318mmpower Consumption: 1500-2900wpower Source: 230v/60hzoutput Source (microwave): 900wpower Level: 6dimension (wxhxd): 517x297x425mmcavity (wxhxd): 357x255x357mmshipping (wxhxd): 573x365x469mmweight (net): 15.9 Kgloading Quantity (20/40ft): 288/600installation Type: Free Standingoven Capacity: 30l(1.0cu.ft.)door Type: Side Swing With Handlegrill Heater: Sheathvarious Cooking Mode: Yesclock: Yes30 Sec. Plus: Yeseco Mode: Yesdefrost (auto/power/sensor): Powerauto Programs: Yesauto Cook: Yesgrill Fry: Yesturntable On/off: Nodeodorization: Nochild Safety Lock: Yeskitchen Timer: Nomemory: Nosound On/off: Yeslanguage Option: Yeswire Rack: Yes1unit8,000.00[ ][ ]warranty: 1 Yearrepublic Of The Philippinesprovince Of Negros Orientalcity Of Bayawan Bids And Awards Committee(035) 531-0020 Local 202(035) 430-0439 (telefax)email: Bac.bayawan@gmail.comhttp://www.bayawancity.gov.phpage 3 Of 6 Pages 2electric Noodle Press Machine, Dough Rollerstainless Steel550watts34cm X 22cm X 32cmroller Length: 200mmflat Cutter; 6mm Adjustableface Width: 20cm1unit8,000.00[ ][ ]warranty: 1 Year3horizontal Band Sealer, Voltage; 220v/60hzpower: 600wattssealing Speed: 0-12m/minsealing Width: 6-12mmtemp Range :0-300°cstainless Steel Body1unit25,000.00[ ][ ]warranty: 1 Year4pulverizer, Voltage: 220vstainless Steelheavy Dutypower: 3hp1unit40,000.00[ ][ ]warranty: 1 Year5chest Freezer, 13.0cu Ftdual Function (freezer Or Chiller)fast Freeze Function; Led Lamproller Wheels + Fixed Standdoor Lock And Keymechanical Controldefrost Drainr134a Refrigerantmanual Defrost200w; 1.50kwh/24h Energy Consumptiondimension: At Least 1240 X 745 X 845mm1unit45,000.00[ ][ ]warranty: 1 Year6heater/coffee Maker Stainless Steel Carafe , 10 Cups1unit4,500.00[ ][ ]7blender , (heavy Duty) 220-240v 3hp/2238 W1unit6,000.00[ ][ ]8portable Speaker, For Indoor Meeting, Compact, Bluetooth1unit12,000.00[ ][ ]warranty: 1 Year9rice Cooker, With Food Steamer, 15 Cups 1unit2,500.00[ ][ ]lot. Iifarm/garden Tools And Accessories10sack Cloth, 3.0m Width (100m/roll) 2roll7,400.00[ ][ ]republic Of The Philippinesprovince Of Negros Orientalcity Of Bayawan Bids And Awards Committee(035) 531-0020 Local 202(035) 430-0439 (telefax)email: Bac.bayawan@gmail.comhttp://www.bayawancity.gov.phpage 4 Of 6 Pages 11budding / Grafting Knife, Made From High Quality Stainless Steel Blade, Heavy Duty20piece250.00[ ][ ]12layflat Hose, 4in Diameter X 100m2roll8,000.00[ ][ ]13pesticide Meter, Handheld Pesticide Residue Testing Meter For Fruits & Vegetable (food Safety Detector) Digital Reading1unit49,950.00[ ][ ]14pruning Shears, 8-10 In, Heavy Duty With Solid Grip22piece500.00[ ][ ]lot. Iiiother Supplies15lpg Tank, Refill 11kg ( Preferred Gasul Tank )2unit1,500.00[ ][ ]16liquified Petrolium Gas (lpg), Refill, 50kg1tank7,500.00[ ][ ]lot. Ivother Supplies And Materials17serving Glass Bowl, Color: Clear/transparent, 10.75-inch Diameter, 6-inches High, 2pcs/box5box1,000.00[ ][ ]18cooking Pot, Kaldero, Big Boiler, 14 Inches Diameter, 9 Inches Height 1piece1,300.00[ ][ ]19soft Tulle, 152cm X 100cm, White55meter190.00[ ][ ]20polypropylene Bag, 10in X 12in; 0.02mm Thick; Autoclavable; 100pcs/pack6pack220.00[ ][ ]21storage Box, 34l Capacity; Measurement: L55cm X W39cm X H24cm6piece400.00[ ][ ]22aluminum Foil, 12 X 300m/roll15piece560.00[ ][ ]republic Of The Philippinesprovince Of Negros Orientalcity Of Bayawan Bids And Awards Committee(035) 531-0020 Local 202(035) 430-0439 (telefax)email: Bac.bayawan@gmail.comhttp://www.bayawancity.gov.phpage 5 Of 6 Pages Delivery Periodplace Of Deliverywarrantysignature Over Printed Name Designationname Of Businessaddresstelephone/mobile/fax Noemail Address
Closing Date18 Feb 2025
Tender AmountPHP 577.8 K (USD 9.9 K)
6301-6310 of 6906 archived Tenders