Housekeeping Tenders

Housekeeping Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Details: Statement Of Requirements general Information scope Of Work: The Mattresses Will Be Used In Inpatient Medical/surgical Units Throughout The Hospital. These Mattresses Will Provide Safety For Veterans By Reducing Pressure Injury Development, Reducing Falls, Providing A Home Like Environment While Offering Patient Independence And Assistance, And Contribute To The Safety Of The Staff Members Caring For Veterans While Offering Ease Of Cleaning And Durable Surfaces To Prevent Infection Risks. the Following Requirements Must Be Met: solid Frame (no Springs) mattress Surface That Redistributes Pressure To Prevent Pressure Injuries And Shear/friction. ability For The Mattress Surface To Add Blower To Change To A Low Air Loss Mattress Or Accommodate A Low Air Loss Mattress To Reduce Hapis education Provided For Staff On Mattress, Operation, And Safety Measure Upon Delivery. education Provided For Housekeeping Staff On Mattress Safety Measure And Cleaning Provided Upon Delivery. education Provided For Biomed Technicians On Mattress, And Maintenance Upon Delivery. must Be Able To Deliver Mattresses In 60 Days. microclimate Surface To Reduce Heat On Demand With Integrated Pump And Moisture To Reduce Masd- Moisture Associated Skin Damage. customized, Non-powered Pressure Redistribution To Reduce Sacral Pressure. width: 35.5” (90.2 Cm) length, Fully Extended: 86” (218.0 Cm) length, Fully Retracted: 75” (191.0 Cm) patient Weight Limit: 500 Lbs. cleanability/infection Control To Virex Iv Standards welded Seams And Fluid-resistant Zippers Help Prevent Fluid, Virus, Bacteria, And Odor From Penetrating The Surface. contractor Requirements 3.0 Responsibilities: the Contractor Will Provide Beds On The Specified Date Agreed Upon. Contractor Will Assemble And Set Up Beds. Contractor Will Provide Training And Demonstrate The Functions And Capabilities Of The Bed To Staff. Contractor Will Explain The Warranty And Warranty Procedures To The Truman Bio Medical Team. project Tasks: contractor Will Provide The Necessary Configuration Documentation, Guidance, And Installation Assistance As Required To Meet The Truman Va Objectives. contractor Will Perform The Following Tasks To Implement The Solution Described In This Sow. Tasks Will Be Completed During Normal Business Hours Between 8:00 A.m. And 4:30 P.m. Local Time, Monday Through Friday, Excluding Government-observed Holidays, Unless Otherwise Negotiated And Noted In This Sow. The Delivery Of Beds Will Be Agreed Upon And Notice Of Delivery Should Be Sent Five Business Days Before The Beds Are Delivered. installation Test And Acceptance: Skin And Wound Nurse Will Approve The Mattress Selection Upon Purchase And Deliver. truman Vamc Responsibilities: truman Vamc Understands That All Services Performed By Contractor Will Be Based On The Following Assumptions And Truman Vamc Responsibilities: •designate A Single Point Of Contact To Whom All Contractor Communications May Be Addressed And Who Has The Authority To Act On All Aspects Of The Services Throughout The Duration Of The Project; Such Contact Shall Be Available During Normal Hours Of Business (monday Through Friday, 8:00am To 4:30pm Local Time, Excluding Holidays) •supply Access Information And Credentials To The Engineer(s) For All Existing Equipment That Needs To Be Configured Or May Need To Be Modified •specify Physical And Logical Network Topology For Truman Vamc Existing Network Infrastructure And Identify Connectivity Requirements For Other Network-attached Devices (system Implementation Without Physical And Logical Network Topology Confirmation Will Require Truman Vamc Authorization And Responsibility Acceptance) •arrange For Network Access To Terminate The Equipment •disposal Services To Remove Boxes And Packing Materials •provide Usernames And Passwords To Network Equipment •designate And Provide Scheduled Access To Information Assurance Personnel For Required Ia Processes •set Up Ee Device And Equipment Tracking •apply For And Provide Proof Of Any Required Interim Or Final Authority To Connect/operate Documentation, As Well As Any Waivers (e.g., Jitc Or Defense Information Security Agency (disa)) •truman Vamc Maintains Responsibility For Ensuring Compliance With Specific Change Review Boards Or End-user Notification Of Outage Events. • Truman Va Vamc Is Responsible For Ensuring Contractor Is Notified Of Any Change Review Board Requirements Or Other Outage Events That May Impact/delay Performance Of Contracted Objectives •truman Vamc Will Provide Appropriate Secure File Transfer Protocol (sftp)server Access To Provision System Backups Prior To And Following Installation/upgrades

Department Of Education Region Iv a calabarzon Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 240 K (USD 4 K)
Details: Description Request For Quotation The Department Of Education Region Iv-a (calabarzon) Through Its Bids And Awards Committee, Intends To Procure “food And Accommodation For The Orientation On The Revised Guidelines And Criteria For The 10th Gawad Patnugot On February 11-12, 2025” In Accordance With Alternative Method Of Procurement Under Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Approved Budget For The Contract (abc) Is Two Hundred Forty Thousand Pesos(php240,000.00). The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Bottom/last Page Of This Request For Quotation (rfq). Submit Your Proposal/quotation Duly Signed By Your Authorized Representative Not Later Than January 31, 2025 At 9:00 A.m. At The Bac Secretariat, Deped Region Iv-a Calabarzon, Gate 2 Karangalan Village, Cainta, Rizal. Quotations May Also Be Submitted Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2024 Business/mayor’s Permit, Philgeps Registration Number And Latest Income/business Tax Return Are Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Business/mayor’s Permit. Moreover, A Notarized Omnibus Sworn Statement (gppb-prescribed Forms) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (02) 8682-2114 Or By Email At Bac.calabarzon@deped.gov.ph. (sgd) Loida N. Nidea Bac Chairperson Food And Accommodation (within Quezon City) February 11-12, 2025 Php2,000.00/pax/day 60 Pax Specifications From End-user Bidder’s Statement Of Compliance (“comply” Or “not Comply”) Specification (from End-user): I. Type Of Activity/ies: Workshop Ii. Number Of Days: Two (2) Days Iii. Desired Venue And/or Function: Must Be Free Of Peripheral Obstruction, With Strong Internet And No Bed Sharing Iv. Type Of Accommodation For Secretariat/facilitators And Guests:  At Least 2 Single Room  At Least 30 Double Sharing Rooms  No Bed Mattress On The Floor. • 24-hours Hot And Cold Shower, Clean Beddings, Rooms And Restroom Check-in Time: 2:00pn Check-out Time: 12:00pm Function Room: • Can Accommodate At Least 60 Pax In A Workshop Set-up; • Well-lighted And Well-ventilated; • Availability Of Audio-visual Equipment With Stand-by Assistant: * At Least 2 Lcd Projector And Wide Screen * At Least Whiteboard With Marker/s And Erasers, * Complete Set Sound System, At Least 10 Extension Cords For Laptops, * 4 Microphones (4 Wireless & No Wired Microphones); And * Podium/lectern, Etc. • Unlimited Access To Internet / Wi-fi In All Areas Of Venue; • At Least 2 Tables For Secretariat (registration Area); • No Pillars In The Middle Of The Function Room. Meals: • First Meal: Breakfast • Last Meal: Pm Snack Meals - Day 1 - Day 2 Breakfast - 60 - 60 Am Snacks - 60 - 60 Lunch - 60 - 60 Pm Snacks - 60 - 60 Dinner - 60 • Any Type Of Buffet With Stand-by Waiters (breakfast, Lunch And Dinner); • For Breakfast: E.g. _ Main Dishes, Rice, Bread, Choice Of Hot Tea/chocolate Or Coffee; • For Lunch And Dinner: E.g._main Dishes (fish, Choice Of Meat: Chicken/pork/beef, And Vegetables Subject To Menu Selection), Soup, Rice, Dessert: Fruit Or Salad And Drinks. (purely Vegetarian Or Halal Food May Be Required During The Event Proper); • Am And Pm Snacks With Drinks; • Free Flowing Coffee, And/or Tea; • Candies; And Standby-by Waiters. Another Requirement/s: • Maintaining Cleanliness-function Hall, Restrooms, Sleeping Quarters, Hallway, Coffee/choco/tea Area, And Dining Area; • Provision For Backdrop For The Activity; And Tarpaulin Display At Project Site, Not To Exceed 3” X 4”; Optional For Projects Not Exceeding 5 Days (coa Circ. 2013-004); • With Appropriate And Sufficient Parking Area For Vips And Other Guests; • With 24-hour Security, Front-desk And Housekeeping Services..

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: Statement Of Requirements general Information scope Of Work: The Mattresses Will Be Used In Inpatient Medical/surgical Units Throughout The Hospital. These Mattresses Will Provide Safety For Veterans By Reducing Pressure Injury Development, Reducing Falls, Providing A Home Like Environment While Offering Patient Independence And Assistance, And Contribute To The Safety Of The Staff Members Caring For Veterans While Offering Ease Of Cleaning And Durable Surfaces To Prevent Infection Risks. the Following Requirements Must Be Met: solid Frame (no Springs) mattress Surface That Redistributes Pressure To Prevent Pressure Injuries And Shear/friction. ability For The Mattress Surface To Add Blower To Change To A Low Air Loss Mattress Or Accommodate A Low Air Loss Mattress To Reduce Hapis education Provided For Staff On Mattress, Operation, And Safety Measure Upon Delivery. education Provided For Housekeeping Staff On Mattress Safety Measure And Cleaning Provided Upon Delivery. education Provided For Biomed Technicians On Mattress, And Maintenance Upon Delivery. must Be Able To Deliver Mattresses In 60 Days. microclimate Surface To Reduce Heat On Demand With Integrated Pump And Moisture To Reduce Masd- Moisture Associated Skin Damage. customized, Non-powered Pressure Redistribution To Reduce Sacral Pressure. width: 35.5” (90.2 Cm) length, Fully Extended: 86” (218.0 Cm) length, Fully Retracted: 75” (191.0 Cm) patient Weight Limit: 500 Lbs. cleanability/infection Control To Virex Iv Standards welded Seams And Fluid-resistant Zippers Help Prevent Fluid, Virus, Bacteria, And Odor From Penetrating The Surface. 2.0 Background: We Have A Preexisting Contract With Hillrom For The Frames And Mattresses. New Frames/mattresses Will Be Needed To Accommodate Bariatric And Standard Mattresses With The Above Requirements. Contract Number Is 589-c43203. contractor Requirements 3.0 Responsibilities: the Contractor Will Provide Beds On The Specified Date Agreed Upon. Contractor Will Assemble And Set Up Beds. Contractor Will Provide Training And Demonstrate The Functions And Capabilities Of The Bed To Staff. Contractor Will Explain The Warranty And Warranty Procedures To The Truman Bio Medical Team. project Tasks: contractor Will Provide The Necessary Configuration Documentation, Guidance, And Installation Assistance As Required To Meet The Truman Va Objectives. contractor Will Perform The Following Tasks To Implement The Solution Described In This Sow. Tasks Will Be Completed During Normal Business Hours Between 8:00 A.m. And 4:30 P.m. Local Time, Monday Through Friday, Excluding Government-observed Holidays, Unless Otherwise Negotiated And Noted In This Sow. The Delivery Of Beds Will Be Agreed Upon And Notice Of Delivery Should Be Sent Five Business Days Before The Beds Are Delivered. installation Test And Acceptance: Skin And Wound Nurse Will Approve The Mattress Selection Upon Purchase And Deliver. truman Vamc Responsibilities: truman Vamc Understands That All Services Performed By Contractor Will Be Based On The Following Assumptions And Truman Vamc Responsibilities: •designate A Single Point Of Contact To Whom All Contractor Communications May Be Addressed And Who Has The Authority To Act On All Aspects Of The Services Throughout The Duration Of The Project; Such Contact Shall Be Available During Normal Hours Of Business (monday Through Friday, 8:00am To 4:30pm Local Time, Excluding Holidays) •supply Access Information And Credentials To The Engineer(s) For All Existing Equipment That Needs To Be Configured Or May Need To Be Modified •specify Physical And Logical Network Topology For Truman Vamc Existing Network Infrastructure And Identify Connectivity Requirements For Other Network-attached Devices (system Implementation Without Physical And Logical Network Topology Confirmation Will Require Truman Vamc Authorization And Responsibility Acceptance) •arrange For Network Access To Terminate The Equipment •disposal Services To Remove Boxes And Packing Materials •provide Usernames And Passwords To Network Equipment •designate And Provide Scheduled Access To Information Assurance Personnel For Required Ia Processes •set Up Ee Device And Equipment Tracking •apply For And Provide Proof Of Any Required Interim Or Final Authority To Connect/operate Documentation, As Well As Any Waivers (e.g., Jitc Or Defense Information Security Agency (disa)) •truman Vamc Maintains Responsibility For Ensuring Compliance With Specific Change Review Boards Or End-user Notification Of Outage Events. • Truman Va Vamc Is Responsible For Ensuring Contractor Is Notified Of Any Change Review Board Requirements Or Other Outage Events That May Impact/delay Performance Of Contracted Objectives •truman Vamc Will Provide Appropriate Secure File Transfer Protocol (sftp)server Access To Provision System Backups Prior To And Following Installation/upgrades

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. the Department Of Veteran Affairs, San Diego Va Health Care System Located At 3350 La Jolla Village Dr, San Diego, Ca 92161 To Provide Hotel Services For Patient Lodging Near The Va Medical Center - La Jolla Facility. The Contractor Shall Provide Such Services For An Estimated Ten (10) Pre-approved Patients Per Day For The San Diego Healthcare System (vasdhs). Contractor Shall Be Obligated To Pre-block Rooms And Hold For Patients Until Approximately 7:00pm Every Evening, Sunday Through Friday. The Number Of Rooms Required During The Contract Period May Be Subject To Increase Or Decrease As The Need Arises. Hotel Rooms Shall Be Fully Furnished. Contractor Shall Provide Transportation Or Free Complimentary Shuttle Service To The Vasdhs Station Of Treatment And From The Vasdhs Station Of Treatment. Shuttle Schedule Will Be As Follows: From Hotel To Va: 4:30 Am & 7:30 Am. From Va To Hotel: 4:00 Pm & 6:00 Pm. other Specific Requirements: One (1) Hotel Location Must Be Within 10-mile Driving Distance Radius Of The San Diego Va Medical Center, 3350 La Jolla Village Drive, San Diego, Ca 92161; One (1) Hotel Location Must Be Within One (1) Mile Radius Of The Vasdhs Aspire Center; 2121 San Diego Ave, San Diego, Ca 92110 (no Shuttle Requirement); Shall Have Front Desk/lobby With 24/7 Staffing; Shall Have Interior Corridors For Room Access; Refrigerator And Microwave In Room; Restaurant On-site Or Within 2 Block Walking Distance From The Hotel; Continental Breakfast Included; In-room Telephone W/free Local Calls; Free Parking; Daily Housekeeping Services; Coin Laundry Facilities On Site; Handicap Rooms With Wheelchair Roll-in Showers; And Elevator (if More Than One Level) important Information: The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service Disabled Veteran Owned Small Business Set Aside. However, If Response By Service Disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 561599 ($25.5 Million Dollars). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service Disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetcert Registry Located At Https://veterans.certify.sba.gov. All Interested Offerors Should Submit Information By E-mail To Robert.bruce1@va.gov. All Information Submissions To Be Marked Attn: Robert Bruce, Contract Specialist And Should Be Received No Later Than 1:00 Pm Mst On Friday, February 21, 2025.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Housekeeping Services
United States
Closing Date3 Mar 2025
Tender AmountRefer Documents 
Details: This Is Not A Solicitation Announcement. This Is A Request For Information Only. This Request For Information (rfi) Is Intended For Information And Planning Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs. Because This Is A Request For Information Announcement, No Evaluation Letters And/or Results Will Be Issued To The Respondents. No Solicitation Exists. Therefore, Do Not Request A Copy Of A Solicitation. the Department Of Veterans Affairs, Wilmington Vamc, Has A Requirement For Services To Ensure Ground Preparation, Maintenance, And Preventative Care To The Wilmington Va Medical Center Located At 1601 Kirkwood Highway, Wilmington, De 19805 Properties, This Encompasses Areas Within The Property Line Including Creek Bed, The Clc Tranquility Garden And The Courtyard Adjacent To The Emergency Department. Potential Sources Shall Respond With Their Ability To Provide These Services As Described Below. description Of Services: The Contractor Shall Provide All Personnel, Equipment, Tools, Supervision, And Other Items And Services Necessary To Ensure That Grounds Maintenance Is Performed In A Manner That Will Maintain Healthy Grass, Trees, Shrubs, And Plants And Present A Clean, Neat, And Professional Appearance. Services Are Described As: maintain Improved Grounds: This Includes, But Is Not Limited To, Mowing Improved Grounds So That Grass Is Maintained Within Proper Height For Its Area. Edging Sidewalks, Driveway, Curbs, And Other Concrete Or Asphalt Edges. Grass And Weeds Trimmed In All Areas Of The Site. Sod Is Healthy And Looks Well Maintained. Identifying Pests And Performing Pest Control. Performing Cleaning Of Stormwater Inlets And Biofiltration Devices. maintain Trees, Shrubs, Broadleaf Evergreens, Hedges, And Perennial Flowers, Trees: Ensure Bedding Trees, Plants, Hedges, Flowers, Flourish And Do Not Need To Be Replaced. They Have Adequate Drainage And Mulch. They Do Not Show Any Sign Of Disease Or Pests And Appear Healthy. They Are Pruned Properly And In A Timely Manner. They Are Trimmed Properly. They Are Trimmed Properly. Bedding Is Mulched And Free Of Weeds, Grass, And Debris. Fertilizer And Soil Amendments Are Applied. Soil Is Aerated To Maintain Grounds In A Healthy State. police Grounds Of Trash And Litter: This Includes, But Is Not Limited To, The Removal And Disposal Of All Natural Debris And Man-made Debris. the North American Industry Classification System (naics) Code Being Considered For This Procurement Is 561210, Facilities Support Services, And The Product Service Code (psc) Is S208 Housekeeping Landscaping/groundskeeping. The Small Business Size Standard Is $47 Million. Responses To This Notice Should Include The Following: 1. Company Name 2. Data Universal Numbering System (duns) Number 3. Company S Address, 4. Point Of Contact Information (i.e. Title, Phone Number And Email Address) 5. Company S Capability To Meet This Requirement And Any Pertinent Information Which Demonstrates The Company S Ability To Meet The Above Requirements. 6. Gsa Federal Supply Schedule Contract Number, If Within Scope Of This Effort (if Applicable). 7. Company S Type Of Business (small Or Large) And Socioeconomic Status Whether Service Disable Veteran Owned, Veteran Owned, Hubzone, 8(a), Women Owned, Small Disadvantaged, Etc. If Applicable, Service-disabled Veteran Owned Small Businesses (sdvosb) And Veteran Owned Small Businesses (vosb) Must Be Verified In Www.vetbiz.gov. Response Should Provide Enough Information To Determine If The Vendor Can Comply With The Limitations On Subcontracting As Defined In Vaar 852.219-74 And All Applicable Cfr References Where Applicable. this Rfi Will Be Conducted In Accordance With Federal Acquisition Regulation (far) Part 13. Telephone Responses Will Not Be Accepted. Responses Must Be Received Via E-mail To Jacquelyn.mazurek@va.gov No Later Than, 10 Am Eastern Standard Time (est) March 3, 2025. This Notice Will Help The Va In Determining Available Potential Sources Only. Do Not Contact Va Medical Center Staff Regarding This Requirement, As They Are Not Authorized To Discuss This Matter Related To This Procurement Action. All Questions Will Be Addressed By The Contract Specialist, Jacquelyn Mazurek. all Firms Responding To This Request For Information Are Advised That Their Response Is Not A Request For Quotation, Therefore Will Not Be Considered For A Contract Award. if A Solicitation Is Issued, Information Will Be Posted On The Contract Opportunities Website For All Qualified Interested Parties At A Later Date And Interested Parties Must Respond To The Solicitation To Be Considered For Award. This Notice Does Not Commit The Government To Contract For Any Supplies Or Services. The Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Request For Information. Information Will Only Be Accepted In Writing By E-mail To Contract Specialist, Jacquelyn Mazurek At Jacquelyn.mazurek@va.gov. disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.

COUNCIL FOR THE WELFARE OF CHILDREN, DSWD Tender

Others
Philippines
Closing Date5 Mar 2025
Tender AmountPHP 264 K (USD 4.5 K)
Details: Description Request For Quotation Sir/madam: Please Quote Your Government Price/s Including Delivery Charges, Vat Or Other Applicable Taxes, And Other Incidental Expenses For The Goods Listed In Annex A. Failure To Indicate Information Could Be Basis For Non - Compliance. Also, Furnish Us With Descriptive Brochures, Catalogues, Literatures And/or Samples, If Applicable. If You Are The Exclusive Manufacturer, Distributor Or Agent In The Philippines For The Goods Listed In Annex A Please Attach In Your Quotation A Duly Notarized Certification To This Effect. Please Accomplish And Submit This Form Together With Annex A; Philgeps Certificate / Registration Number; Valid 2025 Mayor's Permit Or Business Permit; And Copy Of Latest Annual Income/business Tax Returns Duly Received By The Bir Or Its Representative To Council For The Welfare Of Children C/o Bac Secretariat At #10 Apo St., Santa Mesa Heights, Quezon City 1114 Metro Manila Or Email It To Bac@cwc.gov.ph Cc: Cwcbac@gmail.com On Or Before 05 March 2025, 10:00 A.m. Very Truly Yours, (original Signed) Jovertlee C. Pudan, Enp Bac Chairperson Terms And Conditions: 1. Award Shall Be Made On Per: Item/lot Basis X Total Quoted Price. 2. Quotation Validity Shall Not Be Less Than Thirty (30) Days. 3. Good/s Shall Be Delivered Within Please See Annex A 4. Place Of Delivery: Please See Annex A 5. Terms Of Payment: Within 15-30 Days Upon Final Inspection And Acceptance. 6. Liquidated Damages/penalty: (1/10) Of One Percent For Everyday Of Delay Shall Be Imposed. 7. Indicate Brand, Model And Country Of Origin. 8. In Case Of Discrepancy Between Unit Cost And Total Cost, Unit Cost Shall Prevail. 9. Disclosure Of Relations: Please See Annex A 10. Warranty: Please See Annex A ======= 1 1 Lot Procurement Of Board And Lodging For The Conduct Of Makabata Helpline 1383 Program Implementation Review On 24-28 March 2025 Within Car Region - Baguio City Location: Car Region-bagiuo City Date: 24-28 March 2025 ((5 Days And 4 Nights) Budget: P264,000.00 No. Of Pax (live-in): 20 Pax Number Of Days: 5 Days And 4 Nights Check-in (date And Time): Day 01 24 March 2025, At 02:00 Pm With Possible Early Check-in Check-out (date And Time): Day 05 28 March 2025, At 12:00 Nn Menu Selection: Hotel May Submit Set Of Menu Upon Submission Of Bid Quotation Type Of Meals: Buffet Or Manged Buffet For Breakfast, Lunch, Dinner, And Plated Am/pm Snacks With Drinks, Rice With 2-3 Viands (fish/chicken/beef) Soup, Vegetable, Fresh Fruits/dessert, And Drinks No Dory To Be Served Can Accommodate Dietary Restrictions Of Some Participants Room Accommodation Airconditioned Twin Sharing And Seprate Single Beds And Good Ventilation (windows Or Exhaust) Type Of Food Serving: Day 01: Lunch, Pm Snack, And Dinner Day 02 To 04: Breakfast, Am Snack, Lunch, Pm Snacks, And Dinner Day 05: Breakfast And Am Snacks Schedule Of Serving: Breakfast: 06:00 Am To 07:30 Am Am Snack: 09:30 Am Lucnh: 12:00 Nn To 01:30 Pm Pm Snacks: 03:30 Pm Dinner: 06:00 Pm To 08:00 Pm Inclusions: Free Use Of Conference Room Until 09:00 Pm U-shape-type Arrangement Of Tables And Chairs With A Maximum Of 6-7 Pax Peer Table; Enough Space In The Conference Room For The Participants To Move And Regroup Themselves According To The Program Of Activities; Provision Of Secretariat Table Free Use Of Digital Lens Projector And Screens, Or Smart/android Tv With Hdmi Or Vga Cables, Lcd Screen Projector Clicker, Whiteboard, 3-5 Units Of Wireless Microphones, Extension Wires, Free Electricity For Other Workshop Equipment Free And Secure Internet Access In The Conference Room And Room Accomodatios With At Least 50mpbs Provide A Complimentary Welcome Banner For The Activity. (end-user Can Provide The Lay-out) Complimentary Provision Of Alcohol In The Secretariat Table And Should Be Made Available In Other Accessible Areas In The Conference Room Provide Free Sanitized Notepads And Pencil/pens Free Flowing Coffee, Drinking Water ,and Free Candies The Hotel Shall Adhere To The Cleaning, Disinfection, And Ventilation Measures For Hotel Rooms And Function Rooms; Daily Housekeeping Service And Amenities (bath Soap, Tissue, Dental Kits, Etc) Hotel Staff Shall Provide Hotel Safety Rules And Guidelines *************nothing Follows************* Approved Budget Ceiling: ₱264,000.00

Philippine National Oil Company - PNOC Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 11 Million (USD 190.7 K)
Details: Description Pnoc Exploration Corporation (pnoc Ec), Through Its 2025 Corporate Budget, Has An Approved Budget For The Contract (abc) Of Eleven Million Sixty-nine Thousand Five Hundred Sixty-eight And 34/100 Pesos (php11,069,568.34), Inclusive Of All Applicable Taxes And Other Charges, For The Janitorial And General Services For Pnoc Ec Head Office (buildings 1, 2, And 5) (the “project”). The Services Shall Be Rendered For One (1) Year Upon Receipt Of Notice To Proceed And Contract Of Services, Renewable For Another Two (2) Years Subject To Satisfactory Performance Of The Contractor. Pnoc Ec Now Invites Qualified Bidders To Submit Proposals For The Project, With The Attached Terms Of Reference (tor). Financial Proposals Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. Bid Proposals Including The Following May Be Delivered To The Address Below Or Send Via Email To Ellite@pnoc-ec.com.ph / Esespiritu@pnoc-ec.com.ph, E-bids@pnoc-ec.com.ph On Or Before February 10, 2025, Not Later Than 3:00 P.m. Late Submission Shall Not Be Accepted. Legal Documents 1) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr Technical Components 1. Statement Of The Prospective Bidder’s Of All Its Completed Government And Private Contracts For The Past Five (5) Years Which Is Similar And Not In Nature And Complexity To The Contract To Be Bid (form Er-1). A Copy Of The Certificate Of Completion/acceptance, From Past Clients Or Copy Of Invoice(s) Issued To The Previous Clients Showing The Payment Made For The Service(s) Rendered, Should Be Attached (refer To The Provided Form Er-1); 2. Summary Of All On-going Government And Private Contracts Including Contracts Awarded But Not Yet Started (refer To The Provided Form Er-2)* - May Contain Similar Or Not Similar In Nature And Complexity Of The Project; 3. The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) (use The Prescribed Form Er-3 Provided), Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation; 4. Conformed Terms Of Reference, And Manpower Uniform And Personal Protective Equipment (ppe); 5. Bidder’s Company Profile; 6. Name, Age, Background Employments And Detailed Professional Experience Of The Team Leader/and At Least One (1) Key Staff To Be Assigned For The Project, With Specific Reference To The Kind Of Experience Required For The Project; 7. Stability 7.a Years Of Experience 7.b Liquidity Of The Contractor 7.c Organizational Set-up / Table Of Organization 8. Resources 8.1 No. And Kind Of Equipment And Supplies 8.2 No. Of Janitors And Supervisors 9. Certification From The Following Agencies That The Bidder Has No Outstanding Obligations And Is Qualified To Participate In The Government Biddings (should Cover Premium Payments As Of December 2024): 9.1 Social Security System (sss) 9.2 Philhealth 9.3 Pag-ibig Or The Following Documents In Lieu Of Certification: Valid And Current Annual Certification From Social Security System (sss), Philhealth, And Pag-ibig, That The Bidder Has No Outstanding Obligations And Is Qualified To Participate In The Government Biddings, And Corresponding Premium Payments As Of December 2024. 10. Housekeeping Plan 11. Site Inspection Certificate Issued By The Authorized Pnoc Ec Personnel (bidders Who Already Conducted Site Inspection May Resubmit Issued Certificate In The Previous Bidding) 12. Certificate Of Satisfactory Services Rendered For At Least Two (2) Years From At Least Two (2) Reputable Companies 13. Signed Bid Bulletin, If Any 14. Other Appropriate Licenses And Permits As Required By Law Or As Stated In The Tor, If Any Financial Components (forms Provided) 1) Original Of Duly Signed And Accomplished Financial Bid Form; 2) Breakdown Of Service Rates; 3) Summarized Breakdown Of Service Rates Further, Bidders Are Also Required To Submit Copies Of The Following Documents Within Seven (7) Calendar Days After The Bid Submission Date: 1. Original Duly Signed And Notarized Omnibus Sworn Statement (oss) (use The Prescribed Form); 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. 2. Audited Financial Statement (afs), Showing, Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, And Including Auditor’s Opinion, And Note To Financial Statements, If Any, 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.

DEPARTMENT OF TOURISM REGION I Tender

Others
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 230 K (USD 3.9 K)
Details: Description Terms Of Reference Project: Tra Groundbreaking And Moa Signing Ceremonies Requirement: Procurement For Ground Handling Services I. Background And Objective In Fulfillment Of The Department Of Tourism’s Commitment To Improving The Overall Tourist Experience In The Country, The Dot Continues To Pursue The Establishment Of Tourist Rest Areas (tras) As One Of Its Flagship Programs. These Tras Provide Essential Services And Amenities Such As An Information Center, Clean Restrooms, A Lounge And Charging Station, A Dining Area, And A Pasalubong Center To Ensure A More Pleasant And Worthwhile Travel Experience. Additionally, Tras Serve As Venues To Showcase Filipino Artistry Through The Display Of Local Products And The Integration Of Indigenous Materials And Elements In Their Architectural Design. As Part Of The Department’s Ongoing Efforts, The Tourist Rest Area Infrastructure Project Granted To The Province Of Pangasinan Will Be Having Its Groundbreaking And Memorandum Of Agreement (moa) Signing Ceremonies In Lingayen, Pangasinan, On February 13, 2025. Secretary Christina Garcia Frasco Together With Other Dot And Tieza Officials Will Be Attending The Said Event. The Said Activity Requires Accommodation, Transportation, Meals, And Other Logistics During The Following Preparatory And Actual Activities February 11 – Arrival And Inspection Of The Groundbreaking Sites February 12 – Site Preparation And Dry Run Activity February 13 – Tra Groundbreaking And Moa Signing Ceremonies In Relation To This, The Dot- Office Of Special Concerns Requested Assistance From The Department Of Tourism Region 1 In The Coordination And Provision Of Necessary Logistical Requirements And Facilitation Of The Event. Thus, The Services Of A Round Handler Is Required To Provide The Necessities Below: Ii. Specifications Requirement Specifications Physical Set-up Transportation Services For Event Technical And Production Crew One (1) Unit Air-conditioned Van, Captain Seat  Route: Makati/ Manila – Lingayen, Pangasinan – Makati/ Manila  Date: February 11-13, 2025 Final And Detailed Vehicle Dispatch Schedule To Be Determined And Confirmed By Dot Project Team Van Units Can Accommodate 4-6 Pax Including Luggage And Supplies With Courteous And Presentable Drivers, Can Communicate In English Room Accommodation With Breakfast Airconditioned Room Accommodation For The Following Dates: February 11-13  Twin-sharing Room Accommodation For 20 Pax, Preferably 1 Bed Per Person February 12-13  Single Occupancy Vip Rooms For 2 Pax  Twin – Sharing Vip Room For 2 Pax  Twin – Sharing Room For 6 Pax, Preferably 1 Bed Per Person February 13 (11am – 3pm Tentative)  Wash Up Room For Vip Official (single Occupancy Room)  Wash Up Room For Other Officials (twin – Sharing) O Preferable Dot Accredited Hotel Or Resort Within Lingayen, Pangasinan O Air-conditioned Rooms O With Hot & Cold Shower O Strong & Stable Wifi/ Internet Connection O 24-hour Front Office And Housekeeping Services O With Parking Space And Security O Buffet Breakfast Meal Provision Provision Of Meals Based On The Following: February 11  Dinner For 20 Pax February 12  Breakfast For 20 Pax  Lunch For 20 Pax  Dinner For 20 Pax February 13  Breakfast For 30 Pax  Snacks For 25 Pax O Meal Serving Time, Manner And Location Will Be Determined And Approved By The Project Officer Coordinator/s Services Of At Least One (1) Coordinators To Facilitate The Logistics Provision Will Work In Close Coordination With The Project Team Regarding The Group’s Logistical Requirements The Service Provider Shall Work In Close Coordination With The Dot Region 1 Project Team In The Delivery Of Required Services. All Arrangements And Other Deliverables Shall Be Approved By The Dot Project Officer First Prior To Execution. Iii. Approved Budget Of The Contract The Approved Budget Of The Contract Is Two Hundred Thirty Thousand Pesos Only (php 230,000.00) – Inclusive Of Tax. Mode Of Payment – (government Procedure) One-time Direct Bank Payment Through List Of Due And Demandable Accounts Payable-advise To Debit Account (lddap-ada) Or Check At Least 2 Weeks Upon Completion Of All Deliverables And Receipt Of Statement Of Account Based On Actual Utilization/number Of Pax Utilized Inclusive Of Applicable Taxes. Iv. Qualification Of Bidders/ Legal Technical Requirements  Certificate Of Philgeps Registration/number  Current Mayor’s/business Permit  Omnibus Sworn Statement  Engaged In The Business For At Least Three (3) Years At The Date And Time Of The Opening Of Bids;  Must Have A Minimum Of 3 Years’ Experience In Providing Logistical Requirements For Small, Medium, Or Large Scale Events, And The Activities; Reminders To Bidders: 1. Please Note That Projects Will Be Awarded Per Lot. 2. All Bidders Must Submit Their Mayor’s/business Permit, Philgeps Certificate/number, And Omnibus Sworn Statement With Their Quotations/proposals Per Lot Not Later Than The Indicated Deadline On The Philgeps Website. 3. Shall There Be Any Clarifications Or Questions, You May Contact The Bac Secretariat Through Dot1@tourism.gov.ph Or Cp No. 09171564250.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Housekeeping Services
United States
Closing Date3 Mar 2025
Tender AmountRefer Documents 
Details: This Is Not A Solicitation Announcement. This Is A Request For Information Only. This Request For Information (rfi) Is Intended For Information And Planning Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs. Because This Is A Request For Information Announcement, No Evaluation Letters And/or Results Will Be Issued To The Respondents. No Solicitation Exists. Therefore, Do Not Request A Copy Of A Solicitation. the Department Of Veterans Affairs, James E. Van Zandt Va Medical Center, Altoona Vamc, Has A Requirement For Landscape Management Services To The Altoona Vamc Property And Va Owned Planters Located At The Altoona Va Medical Center Located At 2907 Pleasant Valley Blvd, Altoona, Pa 16602. Potential Sources Shall Respond With Their Ability To Provide These Services As Described Below. description Of Services: The Contractor Shall Provide All Labor, Materials (soil, Mulch, Flowers), Protective Clothing, Supervision, Equipment, Inspections, And Reports Necessary To Perform Landscape Management Services. Services Required During The Timeframe Of April Through November Are Described As: the Services In The Month April Will Consist Of A Thorough Spring Cleanup Of Accumulated Winter Debris And Leaves From Turf And Bed Areas. replenishing Of Soil And Mulch To Be Uniform/even Of The Border And Planting Of Flowers Shall Occur In May And Contractor Shall Provide All Weeding To Provide A Weed Free Appearance And Watering Services Multiple Times A Week (estimated 3-4 Times Weekly) To Maintain Healthy Growth And Per Industry Standards. in The Summer Months, The Contractor Shall Continue To Provide All Weeding And Watering Services To Maintain Healthy Growth And Per Industry Standards. Plants Shall Be Deadheaded , Fertilized, And Separated To Enhance Beauty And Ensure Healthy Growth. Arborvitaes To Be Trimmed And Treated For Bag Worms When Necessary. in The Fall, (by The End Of September), Contractor Shall Switch Out The Annual Flowers And Replace With/plant Fall Flowers/mums. Contractor Shall Maintain The Plants Throughout The Fall Season To Include Necessary Weeding And Watering. Flower Bulbs For Spring Bloom Shall Be Planted In October. Fruit Trees (approx. 12 Apple And Plum Trees) To Be Pruned As Necessary To Promote Healthy Growth In The Late Fall. the North American Industry Classification System (naics) Code Being Considered For This Procurement Is 561730, Landscaping Services, And The Product Service Code (psc) Is S208 Housekeeping Landscaping/groundskeeping. The Small Business Size Standard Is $10 Million. Responses To This Notice Should Include The Following: 1. Company Name 2. Data Universal Numbering System (duns) Number 3. Company S Address, 4. Point Of Contact Information (i.e. Title, Phone Number And Email Address) 5. Company S Capability To Meet This Requirement And Any Pertinent Information Which Demonstrates The Company S Ability To Meet The Above Requirements. 6. Gsa Federal Supply Schedule Contract Number, If Within Scope Of This Effort (if Applicable). 7. Company S Type Of Business (small Or Large) And Socioeconomic Status Whether Service Disable Veteran Owned, Veteran Owned, Hubzone, 8(a), Women Owned, Small Disadvantaged, Etc. If Applicable, Service-disabled Veteran Owned Small Businesses (sdvosb) And Veteran Owned Small Businesses (vosb) Must Be Verified In Www.vetbiz.gov. Response Should Provide Enough Information To Determine If The Vendor Can Comply With The Limitations On Subcontracting As Defined In Vaar 852.219-74 And All Applicable Cfr References Where Applicable. this Rfi Will Be Conducted In Accordance With Federal Acquisition Regulation (far) Part 13. Telephone Responses Will Not Be Accepted. Responses Must Be Received Via E-mail To Jacquelyn.mazurek@va.gov No Later Than, 10 Am Eastern Standard Time (est) March 3, 2025. This Notice Will Help The Va In Determining Available Potential Sources Only. Do Not Contact Va Medical Center Staff Regarding This Requirement, As They Are Not Authorized To Discuss This Matter Related To This Procurement Action. All Questions Will Be Addressed By The Contract Specialist, Jacquelyn Mazurek. all Firms Responding To This Request For Information Are Advised That Their Response Is Not A Request For Quotation, Therefore Will Not Be Considered For A Contract Award. if A Solicitation Is Issued, Information Will Be Posted On The Contract Opportunities Website For All Qualified Interested Parties At A Later Date And Interested Parties Must Respond To The Solicitation To Be Considered For Award. This Notice Does Not Commit The Government To Contract For Any Supplies Or Services. The Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Request For Information. Information Will Only Be Accepted In Writing By E-mail To Contract Specialist, Jacquelyn Mazurek At Jacquelyn.mazurek@va.gov. disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Housekeeping Services
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Details: Page 3 Of 3 department Of Veterans Affairs network Contracting Office 6 (nco 6) sources Sought Garner Va Clinic Janitorial Services in Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Additionally, The Government Reserves The Right To Revise The Performance Work Statement And Other Contract Requirements, Before The Release Of Any Associated Solicitation. This Notice Is Not A Request For Proposals (rfp). Information Provided In This Notice Is Subject To Change Prior To Release Of A Solicitation. overview the Department Of Veterans Affairs, Network Contracting Office 6 Is Conducting Market Research To Identify Potential Sources For Janitorial Services Supporting The Garner Va Clinic In Garner, North Carolina. Janitorial Services Are Needed For Cleaning, Sanitizing, Disinfecting, And Ensuring The Facility Is Aesthetically Pleasing For All The Garner Outpatient Clinic Stakeholders. The Va Garner Clinic Is Still Being Readied For Activation And May Not Be In Operation Until Later This Calendar Year. The Janitorial Services Will Focus On Cleaning All High Touch Areas To Include Cleaning All Waiting Areas, Admin Areas, Restrooms, Stairwells, And Elevators. The Attached Performance Work Statement Is A Draft Document And Is Subject To Change Prior To Release Of A Solicitation. scope Of Work see Attached Draft Performance Work Statement. Place Of Performance For This Janitorial Services Requirement Is: wake Outpatient Clinic 2700 Benson Rd garner, Nc 27603 small Business Requirements for Market Research Purposes, All Responses To This Notice Will Be Reviewed, Regardless Of Small Business/socioeconomic Category, Including Those Firms That Are Identified As Large Businesses. Review Of Responses To This Notice Will Support Later Determination Of Set-aside Requirements, If A Solicitation Becomes Available, Where The Rule Of Two Is Met Regarding A Set-aside, Including Set-asides Under 38 U.s.c. 8127 And 8128 For Service Disabled Veteran Owned Small Businesses (sdvosb) And/or Veteran Owned Small Businesses (vosb) Firms Registered In The Vendor Information Pages (vip) Database, In Accordance With Priorities Set By Regulation. naics Code: 561720, Janitorial Services (sba Size Standard: $22.5m Annual Revenue) product Or Service Code (psc): S201, Housekeeping- Custodial Janitorial instructions For Responding: interested Companies Can Respond, Via Email, To Daniel.spaulding@va.gov, With The Following Information: (1.) Company Point Of Contact, Including Name, Title, Phone Number And Email Address. (2.) Company Name, Duns Number, Small Business/socioeconomic Status Of The Company, And Address Of The Applicable Office. (3.) Documentation Evidencing Certification/licensure To Provide Services In The State Of North Carolina. (4.) Accord Certificate Of Insurance additional Information May Be Requested By The Contracting Officer At A Later Time. point Of Contact: daniel Spaulding contracting Officer supply/services Team 4 network Contracting Office (nco) 6 regional Procurement Office (rpo) East veterans Health Administration u.s. Department Of Veterans Affairs tel: 757-722-9961 X17592 daniel.spaulding@va.gov due Date For Responses: this Notice Will Close On Friday, February 7, 2025, At 05:30pm Eastern Time. contractor Responsibility a Potential Source, For The Purposes Of This Notice, Is Considered To Be Any Company Meeting The Following Requirements. Some Of The Below Requirements May Be Modified Prior To Release Of Any Solicitation. 1. The Potential Source Does Not Merely Subcontract The Services And Acts As Prime Contractor To Provide All Services Directly To Its Customers And/or The Veterans Health Administration. The Potential Source Holds All Licenses/certifications And Insurance Required By The State Of North Carolina. The Potential Source Directly Owns And Controls All Equipment, Facilities, Management, Financial Means, And Other Items Necessary To Directly Perform The Required Services. 2. The Potential Source Is Registered In The System For Award Management (sam) Database At Https://www.sam.gov, As Whichever Entity/office That Would Receive Award In The Event Of A Solicitation. 3. The Potential Source Is Registered In The Small Business Administration S Veteran Small Business Certification (vetcert) Database At Https://veterans.certify.sba.gov/, If Applicable. (this Is Only Applicable To Firms Meeting Small Business Administration (sba) And Va Requirements For Service-disabled Veteran-owned Small Business (sdvosb) Or Veteran-owned Small Business (vosb) Programs.) 4. The Potential Source Has Completed Submission Of The Current Cycle, For Calendar Year 2017, Vets-4212 Report At Http://www.dol.gov/vets/programs/fcp/main.htm (only Applicable Where The Potential Source Has Held Federal Contracts In The Amount Of $150,000.00 Or More, Performed During The Current Cycle). 5. The Potential Source Has Favorable (satisfactory) Past Performance Information For Federal Contracts, As Documented In Government Databases, Including The Federal Awardee Performance And Integrity Information System (fapiis) And Contractor Performance Assessment Reporting System (cpars), Where Applicable.
1251-1260 of 1294 archived Tenders