Housekeeping Tenders
Housekeeping Tenders
Philippine National Oil Company - PNOC Tender
Civil And Construction...+1Civil Works Others
Philippines
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.
Closing Date10 Feb 2025
Tender AmountPHP 11 Million (USD 190.7 K)
DEPARTMENT OF TOURISM REGION I Tender
Others
Philippines
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.
Closing Date10 Feb 2025
Tender AmountPHP 230 K (USD 3.9 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Housekeeping Services
United States
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.
Closing Date3 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
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.
Closing Date21 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Housekeeping Services
United States
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.
Closing Date3 Mar 2025
Tender AmountRefer Documents
Department Of Human Settlement And Urban Development Quezo Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description The Minimum Technical Specifications For The Following Lots Are As Follows: Qty. Unit Item, Description, & Minimum Specifications 1 Lot “supply Of Labor, Materials, And Technical Supervision For The Renovation Of Elupdb Urban Lab” I. Purpose The Department Of Human Settlements And Urban Development (dhsud), Through The Environmental Land Use And Urban Planning And Development Bureau (elupdb), Plans To Establish An Urban Laboratory That Will Facilitate The Exchange Of Ideas And Technologies Intended For The Formulation And Implementation Of Land Use And Urban Development Plans And Policies. Such A Facility Serves As An Avenue For Ideas, Where Planning Workshops Can Catalyze The Translation Of Theoretical Knowledge Into Practical Solutions Meant To Address Urban Issues And Challenges. This Project Intends To Renovate The Existing Vacant Room Of Elupdb Into An Urban Laboratory That Will Serve As A Venue For The Bureau In Conducting Technical Assistance, Workshop/writeshop Sessions, Mentoring Activities, Consultations, Galleries, Forums, And Such, For Its Clientele. This Will Also Serve As A Space To Develop Ideas And Innovations In Addressing Challenges Related To Land Use And Urban Development. Ii. Scope Of Works The Following Scope Of Works Shall Be Delivered By The Contractor Within One (1) Month Project Duration, In Accordance With The Design And Specifications From The Architect: 1. General Requirements: A. Mobilization/demobilization B. Installation Of Protective Sheet At Adjacent Room/office C. Submission Of Sample Materials For Approval Prior To Installation D. Construction Work Plan E. Housekeeping At Work Area At The End Of Every Workday F. Disposal Of Debris 2. Floor: A. Procurement And Installation Of 600 X 600 Mm Carpet Tiles (verify Finish). 3. Wall: A. Wall Preparation B. Procurement And Application Of Primer C. Procurement And Application Of Semi-gloss Acoustic Paint Finish (verify Finish) D. Procurement And Installation Of Overhead Wall Cabinet With 2 Doors, White/sinarp Brown (800 Mm (w) X 386 Mm (d) X 400 Mm (h)) E. Installation Of Wall-mounted Television F. Installation Of Wall-mounted Whiteboard (3 M (w) X 1.5 Mm (h) 4. Ceiling: A. Procurement And Installation Of Painted Suspended Acoustic Cove Ceiling System (verify Details And Finish) B. Procurement And Installation Of Double Downlight C. Procurement And Installation Of Recessed Downlight D. Rechanneling Of Fire Suppression System E. Replacement Of Existing Fire Sprinkler Into Downright Sprinkler System F. Procurement And Installation Of Cove Lighting G. Procurement And Installation Of Wi-fi Router H. Procurement And Installation Of Ceiling Speakers 5. Power And Lighting: A. Procurement And Installation Of Light Switches B. Procurement And Installation Of Dimmer Light Switches C. Procurement And Assembly Of Extension Power Cable 6. Furniture: A. Procurement And Installation Of Swing Cabinet Door With Fluted Panels And Hardware (verify Finish) B. Procurement And Installation Of Laminate Finish (verify Finish) 7. Door: A. Procurement And Installation Of Acoustic Swing Glass Door With Hardware And Frosted Sticker (verify Finish) Iii. Bill Of Quantities Project: Urban Laboratory Location: 7th Floor Dhsud Building, Kalayaan Ave., Cor., Mayaman St., Diliman, Quezon City Abc: Php 980,000.00 Scope Of Works Qty Unit Unit Price Total 1. General Requirements: A. Mobilization/demobilization 1 Lot B. Installation Of Protective Sheet At Adjacent Room/office 1 Lot C. Submission Of Sample Materials For Approval Prior To Installation 1 Lot D. Housekeeping At Work Area At The End Of Every Workday 1 Lot E. Disposal Of Debris 1 Lot 2. Floor: A. Procurement And Installation Of 600 X 600 Mm Carpet Tiles (verify Finish). 58.31 Sq. M. 3. Wall: A. Wall Preparation 91.98 Sq. M. B. Procurement And Application Of Primer 91.98 Sq. M. C. Procurement And Application Of Semi-gloss Acoustic Paint Finish (verify Finish) 91.98 Sq. M. D. Procurement And Installation Of Overhead Wall Cabinet With 2 Doors, White/sinarp Brown (800 Mm (w) X 386 Mm (d) X 400 Mm (h)) 6 Pc. E. Installation Of Wall-mounted Television 1 Pc. F. Installation Of Wall-mounted Whiteboard (3 M (w) X 1.5 Mm (h)) 1 Pc. 4. Ceiling: A. Procurement And Installation Of Painted Suspended Acoustic Cove Ceiling System (verify Details And Finish) 58.31 Sq. M. B. Procurement And Installation Of Double Downlight 16 Pc. C. Procurement And Installation Of Recessed Downlight 8 Pc. D. Rechanneling Of Fire Suppression System 1 Lot E. Replacement Of Existing Fire Sprinkler Into Downright Sprinkler System 1 Lot F. Procurement And Installation Of Cove Lighting 12.5 Meter G. Procurement And Installation Of Wi-fi Router (verify Model And Roughing Ins) 1 Lot H. Procurement And Installation Of Ceiling Speakers 10 Pc. 5. Power And Lighting: A. Procurement And Installation Of Light Switches 2 Pc. B. Procurement And Installation Of Dimmer Light Switches 1 Pc. C. Procurement And Assembly Of Extension Power Cable 1 Lot 6. Furniture: A. Procurement And Installation Of Swing Cabinet Door With Fluted Panels And Hardware (verify Finish) 6 Lot B. Procurement And Installation Of Laminate Finish (verify Finish) 6 Lot 7. Door: A. Procurement And Installation Of Acoustic Swing Glass Door With Hardware And Frosted Sticker (verify Finish) 1 Lot Bid Price: (in Figures, Php) In Words: Name: Legal Capacity: Signature: Duly Authorize To Sign The Bid For And Behalf Of: Date Notes And Instructions: 1. The Bill Of Quantities Must Be Properly Filled Up By The Bidders. 2. Bidders Are Not Allowed To Modify Items/descriptions, Quantity, And Unit Of The Bill Of Quantities. Any Modification In The Bill Of Quantities Will Be In The Form Of Bid Bulletin, Which Will Be Issued Only By The Dhsud Bids And Awards Committee. 3. The Figures Provided In The Quantity Column Of The Bill Of Quantities Represent The Minimum Requirements For The Project. Bids Not Addressing The Minimum Requirements (quantities) Are Considered Non-responsive Pursuant To Section 32.2.1 Of The Irr Of Ra 9184. (please See Attached Annex “a” For The Document File) Iv. Detailed Floor Plan (please See Attached Annex “b” For The Sample Floor Plan And Layout) Terms And Conditions: 1. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 2. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 4. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 5. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit; 6. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Philippine Contractors Accreditation Board License Pursuant To Presidential Decree No. 4566, As Amended. D. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; E. Signed Omnibus Sworn Statement (oss) (annex “c”); Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government-issued Identification Card Of Both Signatories. F. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable Prior To Final Settlement: G. Latest Bir Tax Clearance Note: Failure Of The Supplier/contractor To Secure And Present The Prescribed Bir Tax Clearance Shall Suspend The Final Settlement For The Delivered Goods Or Services, Including Infrastructure Projects. (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph. The Dhsud Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation Slrq/(lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic, Procurement Division
Closing Date10 Feb 2025
Tender AmountPHP 980 K (USD 16.8 K)
DEPT OF THE ARMY USA Tender
Others
United States
Details: Statement Of Work (sow)
lodging-in-kind With Meals
377th Military Police Company
1600 E Seymour Ave, Cincinnati, Oh
general: This Is A Non-inherently Governmental/non-personal Services Contract To Provide Lodging-in-kind With Meals.
the Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Accomplish The Tasks Outlined In This Statement Of Work (sow).
objective/scope: Lodging-in-kind And Meals Are Required To Support Military Service Members Of The 377th Military Police Company Attending Home Station Active Duty For Mobilization As Listed In #4 (place Of Performance) For The Date Of
29 March – 01 April 2025.
period Of Performance: (see Specified Support Tables)
29 March – 01 April 2025 For The 377th Military Police Company
place Of Performance:
lodging
the Lodging Facility Shall Be Within A 30-mile Radius Of The Unit Home Station The Distance Shall Be Calculated By Utilizing Google Maps.
377th Military Police Company- 1600 E Seymour Ave, Cincinnati, Oh 45237
soldiers Who Receive Lodging Will Check In On The Respective Dates Of 29 March 2025. The Soldiers Will Remain To Their Assigned Room. Soldiers Will Not Incur Additional Expenses. If The Solider Does, They Will Be Responsible For The Additional Cost Not Covered By The Contract. All Service Members Will Check Out Of The Respective Hotels By 01 April 2025
meals
meals Shall Be Furnished/supplied At The Chosen Restaurant Or Hotel If Applicable 30-mile Radius Of Locations Listed In #4 (place Of Performance) The Distance Shall Be Calculated By Utilizing Google Maps.
requiring Activity Point Of Contact (poc): The Following Poc Shall Be Utilized For The Performance Of The Requirement. They Shall Not Be Contacted Through The Procurement Process.
name: Danny A. Alcantara
title/rank: Ssg, Logistical Mobilization
email: Danny.a.alcantara.mil@army.mil
phone Number:718.427.5884
dodaac: W90ewt
required Support See Enclosure 01:
a. Lodging: Rooms Shall House Two Military Service Members Per Room Except Those Military Service Members Holding Commander, First Sergeant, E-9, Cw3 Or O-4 And Above Ranking Positions, Which Shall Be Authorized Single Rooms.
rooms Shall Be Provided At Or Below The Prevailing Per-diem Rates In Accordance With The Per-diem Threshold Found At: Https://www.gsa.gov/travel/plan-book/per-diem-rates
each Room Shall Contain At A Minimum; Television With Cable Access, Internet Access, Iron And Iron Board, And Alarm Clock. Double Occupancy Rooms Shall Have Two Standalone Beds (roll-away Beds, Pullout Sofas, Cots, Etc. Do Not Constitute A Bed And Cannot Be Considered A Double Occupancy Room).
personal Expenses In Guest Rooms, Such As Ordering Movies, Telephone Fees, Laundry, And Room Service, Etc. Shall Be Paid By The Guest.
the Government Cannot Exceed The Per Diem Rates For Lodging In Accordance With The Joint Travel Regulation.
the Requiring Activity May Conduct A Site Visit Prior To Award Of The Contract To Ensure That The Facility Meets The Criteria Stated Within This
sow.
a Rooming Roster Shall Be Provided To The Contractor No Later Than 7 Calendar Days Before Checking In. The Roster May Include Each Military Service Member’s Name, Rank, Gender, Check-in Date, And Total Number Of Days Authorized.
b. Meals: Military Service Members Shall Have Access To Three Meals Per Day, Breakfast, Lunch And Dinner In Accordance With Army Regulation 30-22.
the Contractor Shall Provide Meals Detailed On Enclosure 01 Throughout The Period Of Performance And At The Locations Listed Above. Special Dietary Restrictions Will Be Identified And Accommodated For On An As Needed Basis. Vegetarian Options Shall Be Available. Food And Beverage Charges Are Based Upon A Total Of Servings Per Meal. Self-service Beverage Stations Are Preferred For Each Meal. Local Government Per Diem Meal Rate For Food Shall Apply. Per-diem Thresholds Can Be Found At: Https://www.gsa.gov/travel/plan-book/per-diem-rates/per-diem-rates
breakfast: Provider Shall Furnish A Healthy Balanced Meal In Accordance With Army Regulation 30-22.
lunch: Provider Shall Furnish A Healthy Balanced Meal In Accordance With Army Regulation 30-22. Box Lunch- Grab And Go Style Is Preferred.
dinner: Provider Shall Furnish A Healthy Balanced Meal In Accordance With Army Regulation 30-22.
the Dining Area Shall Have A Room Capacity That Can Accommodate The Number Of Military Service Members Being Provided Meals At Each Respective Location.
special Dietary Restrictions Will Be Identified And Accommodated On An As Needed Basis. Food And Beverage Charges Are Based Upon A Total Of Servings Per Meal. All Utensils, Plates, Napkins, Etc. Shall Also Be Provided By The Contractor.
the Government Cannot Exceed The Per Diem Rates For Breakfast, Lunch And Dinner In Accordance With The Joint Travel Regulation.
health, Safety And Security:
A. Lodging:
all Rooms Shall Be In The Same Facility, Under The Same Roof.
access To Individual Rooms Shall Have Interior Access. All Entrance Doors To Rooms Shall Have Interior Security Locks, Either Deadbolt Or Double Locking Locks. Each Room Occupant Shall Be Provided With A Room Key.
the Lodging Facility Shall Have Accessible Parking Area And The Location Shall Be In A Low Crime Area, With Security Cameras Or A Security Guard On Property For After Hour Protection At The Facility. The Government May Utilize Information Obtained, To Include, But Not Limited To, Local, State Or Federal Law Enforcement Reports And/or Https://www.areavibes.com To Assess Crime Within The Area Of The Facility.
daily Custodial Services Shall Include, But Not Limited To; Room Cleaning, Bed Making, Linen Change (as Required), Quantities Of Soap, Bath Towels, Hand Towels, Sanitized Drinking Glasses, Facial Tissues, And A Cloth Bathmat.
bathrooms Shall Be In A Sanitary Condition. Bathrooms Shall Contain A Shower And/or Tub Combination With A Wash Basin, A Properly Functioning Toilet, And A Mirror. Additionally, Bathrooms Shall Have Adequate Lighting And Grounded Electrical Outlets For Use Of Electrical Razors, Hair Dryers Etc. The Shower Or Shower/tub Combination Shall Have Shower Doors Or Curtains.
all Rooms Shall Be Non-smoking And Free Of Bed Bugs, Lice, Rodents, Mold Or Anything That Will Make The Living Conditions Unsafe And/or Unhealthy.
rooms Shall Be Cooled By Refrigerated Air Conditioning, And Adequately Heated With Individual Temperature Controls In Each Room.
the Lodging Facility Shall Have Efficient Procedures And Operating Instructions For The Effective Handling And Return Of Lost-and-found Items To Their Rightful Owners. Any/all Found Items Shall Be Stored In A Secure Area. The Housekeeping Staff Shall Maintain A Log Annotating All Found Property By Building, Room, Date Found, By Whom, And Disposition Of The Property. This Log Shall Be Transferred To The Front Desk When Housekeeping Is Not Available. Attempts Shall Be Made To Contact Departed Guests As Soon As Possible Regarding Their Forgotten Belongings.
the Lodging Facility Shall Comply With All Applicable Fire And Safety Codes And Regulations. Electrical Outlets Shall Be Available And In Good Working Condition. The Lodging Facility Presented To The Government Shall Be Federal Emergency Management Agency Approved.
the Lodging Facility Shall Have At Least An American Automobile Association (aaa) Three Diamond Rating Or Equivalent.
b. Meals:
the Contractor Shall Be Responsible For All Aspects Of Food Preparation For Each Meal Delivered, Including But Not Limited To Acquisition, Menu/food Preparation, And Transportation.
the Contractor Shall Follow All Local, State And Federal Health And Safety Guidelines For Food Preparation And Transportation.
electronic Invoicing: The Government Will Only Pay For Actual Rooms Occupied, Unless The Advance Notification Period Below Is Not Provided By The Government. If The Advance Notification Period Is Not Provided, The Prime Contractor May Invoice For All Rooms Indicated For That Date In The Sow. The Wide Area Workflow System In The Method To Electronically Process Vendor Payment Request And Receiving Reports, As Authorized By Defense Federal Acquisition Regulation 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports.
advance Notification Period: The Government Reserves The Right To Cancel
any Or All Portions Of A Reservation 48 Hours Prior To The Start Date. The Cancellation Notice Shall Be Issued By The Contracting Officer. The Contractor Shall Waive Any Charges Against The Government Due To The Cancellation And Release It From All Obligations Under The Contract Resulting From Mission Changes.
roles And Responsibilities:
contractor: A Supplier, Vendor Or Third Party Awarded A Contract To Provide Specific Supplies Or Service To The Government. The Term Used In This Contract Refers To The Prime Contractor.
contracting Officer: The Contracting Officer Is The Only Official With The Expressed Authority To Obligate The Government Or Make Changes To The Contract/agreement. Under No Circumstances Shall Changes To The
contract/agreement, Be Made Without The Written Consent Of The Contracting
Officer.
lodging Facility: A Hotel, Motel Or Other Establishment In Which Are Used On A Transient Basis, And Includes Customary Amenities And Facilities Operated As Part Of, Or Associated With, The Lodging Facility. May Also Be Known As The Subcontractor To The Prime Contractor.
meal Provider: A Supplier Or Vendor Responsible For All Aspects Of Food Preparation For Each Meal Delivered, Including But Not Limited To Acquisition, Menu/food Preparation, And Transportation. May Also Be Known As The Subcontractor To The Prime Contractor.
requiring Activity (poc): This Individual Has Authority To Provide
technical Direction To The Contractor As Long As That Direction Is Within The Scope Of The Contract, Does Not Constitute A Change, And Has No Funding Implications. This Individual Does Not Have Authority To Change The Terms And Conditions Of The Contract.
subcontractor: One That Enters Into A Contract With A Prime Contractor. The Government Does Not Have Privity Of Contract With The Subcontractor; Therefore, The Government Will Communicate With The Prime Contractor Who In Turn Communicates With The Subcontractor.
11. References:
joint Travel Regulation, Https://www.defensetravel.dod.mil/docs/perdiem/jtr.pdf
army Food Program, Army Regulation 30-22, Https://armypubs.army.mil/epubs/dr_pubs/dr_a/pdf/web/arn7458_r30_22_fi
nal.pdf
army Food Program, Pamphlet 30-22, Https://armypubs.army.mil/epubs/dr_pubs/dr_a/pdf/web/arn7458_r30_22_final.pdf
Closing Date3 Mar 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Housekeeping Services...+1Textile, Apparel and Footwear
United States
Details: This Is A Sources Sought Notice Only.
the Mission And Installation Contracting Command (micc) – Fort Moore Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support The Requirement For Laundry And Dry Cleaning (l&dc) Services.the Intention Is To Procure These Services On A Competitive Basis. A Firm Fixed-priced Indefinite Delivery/indefinite Quantity (id/iq) Contract Is Anticipated And Will Have A 5 Year Ordering Period, With Five12-month Task Orders.
requirement: The Fort Moore Department Of Public Works, Is Designated To Provide Contracted Laundry And Dry Cleaning (l&dc) Services In Accordance With (iaw) Army Regulation (ar) 210-130 To Launder And Press Fabrics, Textiles, Garments, Linens, And Specified Organizational Clothing And Individual Equipment (ocie) For Active And Reserve Components For Fort Moore, Georgia. The L&dc Program Provides The Laundry And Dry Cleaning Of Government Owned Items Iaw Environmental Occupational Safety And Health Administration (osha)/host Nation, And Other Applicable Regulations And Policies. This Process Includes: Drop-off, Pick-up, And Direct Exchange At Designated Locations. The Laundry Services Include Accountability, Wash, Dry, And Package Specified Items (blankets, Pillows, Sheets, Pillowcases, Mattress Covers, Bedspreads, Tablecloths, Cook And Medical Non-reimbursable Whites; Confinement Uniforms And Ocie) To Meet Organizational Health And Sanitation Requirements. Dry Cleaning Services Include Accountability And Cleaning, Packaging Of Items (flags; Bunting; Draperies; Ceremonial Uniforms; Funeral Detail Clothing; And Special Categories). Please Ensure To Read The Pws Entirely. *see Attachment 1 - Pws
place Of Performance
fort Moore, Georgia
muscogee & Chattachoochee Counties
based On The Responses To This Sources Sought, This Requirement May Be Set Aside For Small Businesses (in Full Or In Part) Or Procured Throught Full And Open Competition. All Small Business Set-aside Categories Will Be Considered. All Interested Businesses (large And Small) Are Highly Encouraged To Respond To This Notice. In Addition, Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), Must Describe Their Identifying Capabilities In Meeting The Requirements At A Fair Market Price, I.e., Information Which May Help Support A Set-aside.telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Capability Submissions.
any Questions Must Be Submitted In Writing To The Contract Specialist Identified Below. The Government Is Not Committed Nor Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise As A Result Of A Response To This Sources Sought.
eligibility
the Applicable Naics Code For This Requirement Is 812320, Drycleaning And Laundry Services (except Coin Operated) With A Small Business Size Standard Of $8.0 M. The Product Service Code Is S209, Housekeeping-laundry/drycleaning. Businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly And Identify Their Business Size In Their Capabilities Statement.
additional Information And Submission Details (capabilities Statement)
a Draft Performance Work Statement (pws) Is Attached For Review. (attachment 1)
interested Parties Are Requested To Submit A Capabilities Statement Of No More Than Ten (10) Pages In Length In Times New Roman Of No Less Than 11 Font Size. The Deadline For Response To This Request Is No Later Than 12 P.m., Est, 14 February 2025. All Responses Under This Sources Sought Notice Must Be E-mailed To Usarmy.moore.acc-micc.mbx.micc-proposals@army.mil At The Attention Of The Contract Specialist, Ms. Maleah Owen.
all Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government.
in Response To This Sources Sought, Please Provide:
name Of The Firm, Point Of Contact, Phone Number, Email Address, Uie Number, Cage Code, Identify Business Size (large Business Or A Small Business), And If Applicable, A Statement Regarding Small Business Status (including Small Business Type(s)/certifications(s) Such As Sdb, 8(a), Hubzone, Sdvosb, Wosb, Etc.) And The Corresponding Naics Code.
information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination.
recommendations To Improve The Army's Approach/specifications/draftpws/prs To Acquiring The Identified Services.
disclaimer
“this Sources Sought Is For Informational Purposes Only. This Is Not A “request For Proposal (rfp) Or Request For Quote (rfq)” It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Notice Is Strictly Voluntary. Responses Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfp Or Rfq, If Any Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government-wide Point Of Entry (gpe). It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Information Pertaining To This Requirement.”
Closing Date14 Feb 2025
Tender AmountRefer Documents
COUNCIL FOR THE WELFARE OF CHILDREN, DSWD Tender
Others
Philippines
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 Performance Measurement Framework (pmf) Consultation Workshop On 17-21 March 2025 In Tagaytay City, Cavite "location: Tagaytay City, Cavite, Calabarzon Region Date: 17-21 March 2025 No. Of Pax: 40 No. Of Days: 4 Budget: P486,000.00 [p3,600 Per Pax]" "check In: Day 1 On 17 March 2025; 2:00pm (standard Check-in Time) For 15 Pax Abc: ₱54,000.00" "check In: Day 2 On 18 March 2025; 2:00pm (standard Check-in Time) For 40 Pax Abc: ₱432,000.00" "check Out: Day 4 On 21 March 2025; 12:00pm (standard Check-out Time) For 40 Pax" Specifications From End-user "room Accommodation: Airconditioned Twin Sharing And Separate Single Beds And Good Ventilation (windows And/or Exhaust)" "type Of Food Serving For Live-in Pax: Managed Buffet With Buffet Serving For 5 Pax At Most Day 1 On 17 March: Lunch, Pm Snack, & Dinner For 15 Pax Day 2 On 18 March: Full Board For 15 Pax; Lunch, Pm Snack, & Dinner For 25 Pax Day 3 On 19 March: Full Board For 40 Pax Day 4 On 20 March: Full Board For 40 Pax Day 5 On 21 March: Breakfast & Am Snack For 40 Pax" "schedule Of Serving: Breakfast: 6:00am - 8:00am Am Snack: 9:30am Lunch: 12:00n - 1:30pm Pm Snack: 3:30pm Dinner: 6:00pm - 8:00pm" "other Specifications: 1. Must Have Halal And Vegan Food Options, And Menu List Shall Be Provided To And Approved By The End-user Atleast (5) Days Before Arrival. 2. Bidder Shall Be Amenable To An Ocular Visit (room Accomodation And Conference Room) Including A Food Tasting (atleast Two (2) Sample Viands Good For One (1) Person. 3. Bidder Shall Ensure Availability Of Room Accomodation For 15 Pax (atleast 8 Rooms) For 17 March 2025 And For 40 Pax (atleast 22 Rooms) For 18-21 March 2025" "other Inclusions: 1. Free Use Of Conference Room Or Venue Until 9:00 Pm 2. Provision Of: 2.1. Podium 2.2. Whiteboard With Markers And Erasers 2.3. Sound System With Wireless Microphones And Extension Cords 2.4. Atleast Four (4) Digital Lens Projector Or Smart/ Android Tv With Hdmi Or Vga Cables, Lcd Screen 2.5. Pens And Notepads 2.6. Tarpaulin For Workshop/ Activity Banner (design To Be Provided By End-user) 3. Free And Secure Internet Access In The Conference Room Or Venue And Room Accommodation With At Least 30mbps 4. Arranged Secretariat's Table Inside The Conference Room 5. Classroom-type Arrangement Of Tables And Chairs With A Maximum Of 4 Pax Per Table 6. Complementary Provision Of Coffee Or Tea, Water, And Candies During Workshop Hours 7. Allowed Early Check-in, Subject To Room Availability 8. Daily Housekeeping Services And Amenities (bath Soap, Tissue, Dental Kits Etc.) 9. Hotel Management To Present Safety And Hotel Rules 10. Parking Space For Atleast (3) Service/office Vehicles" *************nothing Follows************* Approved Budget Ceiling: ₱486,000.00 Charged To: Med Continuing Funds
Closing Date5 Mar 2025
Tender AmountPHP 486 K (USD 8.3 K)
Las Pi as General Hospital And Satellite Trauma Center Tender
Solid Waste Management
Philippines
Details: Description Terms Of Reference For The Collection, Transport And Disposal Of Biodegradable With General Waste Objective To Provide For All Necessary Labor, Hauling Vehicle, Crew, Equipment, Tools, Chemicals, Supplies And Materials, Sanitary Landfill And Permits Needed For An Efficient Garbage Collection And Disposal Service. Approved Budget For The Contract The Term Of This Contract Shall Be Effective Starting January 01, 2025 Until December 31, 2025, With A Total Approved Budget For The Contract (abc) Amounting To One Million Five Hundred Thousand Pesos (p1,500,000.00) Which Corresponds To 150,000 Kilograms Of Waste. Project Scope The Contractor Shall Provide Collection, Hauling And Disposal Services To Cover All Administrative Waste Materials And Debris Deposited In Designated Areas Within The Lpgh&stc Premises At Least Two (2) Times Per Week. The Contractor Shall Clean The Garbage Disposal Area After Collection Of Waste. Specification Of Services To Be Procured The Contractor Shall Furnish All Materials, Supplies, Chemicals, Equipment (including Hauling Vehicle) And Tools Necessary To Properly Perform The Task Specified In The Contract. Manpower Requirement The Contractor Shall, At All Times, Provide Supervisory And Working Personnel According To The Collection Schedule. A Driver With A Minimum Of Two (2) Crew Members / Laborers For Every Vehicle Shall Be Deployed. Standards The Hauling Vehicle Shall Comply With The Garbage Collection Truck Standards Or Other Requirements That May Be Set By The Metro Manila Development Authority And / Or Concerned Local Government Unit. Other Information 1. The Contractor Shall Be Under Obligation To Adhere To The Following Requirements, While Carrying Out His Functions And Responsibilities During The Implementation Of This Contract: 1.1 Collection And Disposal. The Contractor Shall Collect All Wastes From Designated Areas Of Lpgh&stc. Collection Shall Be Done At Least Two (2) Times Per Week. The Contractor Shall Provide For A Suitable Dumping Site Outside Of The Lpgh&stc Premises. 1.2 Vehicle Requirements One (1) Truck With A Capacity Of At Least 10 Cubic Meters. There Must Also Be A Back-up Truck Available In Case The Other Truck Is Temporarily Out Of Commission. 1.3 Damaged Facilities. The Contractor Shall Be Held Responsible And Liable For Damage To Lpgh&stc Facilities And Utilities During The Performance Of The Contracted Services. The Lpgh&stc Shall Be Compensated Based On The Cost Of Repair Or, If Not Possible, Replacement, As May Be Determined By The Lpgh&stc. 2. The Contractor Shall Secure And Pay All The Necessary Fees, Permits, Tipping Fee And Other Fees, And/or Licenses Incidental To Or Connected With The Disposal Of The Garbage From The Lpgh&stc To The Designated Disposal Facility. The Contractor Shall Be Responsible For Securing The Permit To Dump And Ensuring That The Same Has Validity And/or Approval To Cover The Duration Of The Contract. 3. The Contractor Undertakes That Hauling, Transportation And Proper Disposal Of The Lpgh&stc’s Waste Shall Be In Accordance With The Requirements And Regulations Of The City Environment And Natural Resources Office (cenro), Sanitation Code Of The Philippines, And Ecological Solid Waste Management Act Of 2000 As Well As All Pertinent Local Ordinances And Other Relevant Law, Rules And Regulations On Waste Disposal. 4. The Contractor Must Have Updated Official Receipt (or) Of The Truck And Certificate Of Registration (cr). 5. The Contractor Must Have Authorized Driver With Updated Driver’s License To Drive The Designated Truck To Be Used In The Collection, Transportation And Disposal. 6. The Contractor’s Authorized Driver Must Have Latest Drug Test. 7. Subcontracting For The Hauling, Transport, And Disposal Of The General Wastes Is Not Allowed. 8. The Contractor Shall Issue General Waste Manifest Form For Every Collection That Shall Be Witnessed And Signed By Both Party Representatives. During The Collection, Housekeeping Personnel Will Witness The Total Kgs. Of Waste Thru Signing The Manifest. The Weight Of The Drum Will Be Deducted To The Total Of Kgs. Of The Waste. 9. The Contractor Shall Provide Empty Drums/bins With Lid For Collected Waste That Are Ready For Transport. 10. Any Violation By The Contractor Of The Terms Of Reference Shall Be Sufficient Ground For Termination Of The Contract. The Lpgh&stc Shall Have The Option To Terminate The Contract Anytime During Its Effective Term Should Lpgh&stc Not Be Satisfied With The Contractor’s Services. Schedule Of Collection And Hauling Garbage Collection And Hauling Shall Be Conducted Two (2) Times Per Week To Be Determined By Lpgh&stc. Loading Of Garbage Into The Truck Shall Be Made In The Presence Of And With The Consent / Knowledge Of The Lpgh&stc Authorized Representative And Who Shall Certify For Each Hauling Undertaken And Compliance With. The Lpgh&stc Shall Have The Option To Amend The Schedule Of The Waste Materials Collection And Disposal. If For Any Reason The Contractor Would Be Unable To Haul The Waste Material / Garbage On Any Of The Agreed Scheduled Day Of Collection, The Waste Material/garbage Shall Be Collected Immediately And An Additional Day Shall Be Added To The Monthly Schedule. Terms Of Payment 1. Payment Shall Be Based On The Actual Weight Of The Collected Garbage. 2. The Monthly Billing Statement Shall Be Submitted To The Lpgh&stc Within The First Week Of The Month Following The Billing Month, With All Complete Supporting Documents Attached. 3. Lpgh&stc Shall Pay The Contractor A Service Fee Of Php 15.00 Per Kilogram. 4. All Payment Shall Be Subject To The Applicable Taxes, And Existing Accounting And Auditing Rules And Regulations Applicable To Lpgh&stc.
Closing Date19 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.9 K)
1261-1270 of 1297 archived Tenders