Housekeeping Tenders
Housekeeping Tenders
DEPT OF THE ARMY USA Tender
Others
United States
Details: This Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Small Business Firms For A Potential Government Requirement. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources.
the Purpose Of This Notice Is To Obtain A Snapshot Of Current Market Capabilities And Gain Knowledge Of Potential Small Business Sources To Include Small Business In The Following Socioeconomic Categories: Certified Hub Zone; Woman-owned Small Business {wosb) And Serviced-disabled Veteran-owned Small Business {sdvosb); Veteran Owned Small Business {voss) And 8(a) Small Business Concerns To Perform Land Mitigation And Vegetation Clearing Efforts. Other Than Small Business Is Encouraged To Express Interest And Submit Capability Statements As Well.
contractors' Capabilities Will Be Reviewed Solely For The Purpose Of Determining An Appropriate Acquisition Strategy To Include Whether This Prospective Action Is Appropriate To Be Set-aside For The Small Business Community Or Should Proceed As An Unrestricted Full And Open Acquisition. Other Than Small Businesses Are Encouraged To Respond To This Notice To Provide A Greater Context Of Current Market Capabilities. However, Per The Federal Acquisition Regulations, Preference Will Be Given To The Small Business Categories As Listed Above. In Determining The Acquisition Strategy, The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Available Contractors.
general Scope:
the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement And Acquisition Strategy To Establish A Firm Fixed Price (ffp) Five (5) Year Multiple Award Task Order Contract (matoc) To Provide Mitigation And Vegetation Services Within The California Sacramento District Area Of Responsibility To Include But Not Limited To: Sagebrush-scrub Upland, Pine-oak Woodland, Valley Oak, Woodland, Elderberry, Savannah, Grasslands, Valley Creep And Riparian/upland.
the Potential Requirement May Result In A Solicitation Issued Approximately In January 2025. If Solicited, The Government Intends To Award A Five (5) Year Firm Fixed Price Multiple Award Idiq Contract. Delivery Orders May Range In Value From $2,000.00 To $14,000,000.00. The Total Individual Task Orders Placed Against A Matoc Shall Not Exceed $99,000,000.00 To Any One Contractor. The Total Capacity Of The Matoc Would Be Shared Amongst All Contractors.
the North American Industrial Classification System (naics) Code For The Potential Requirement Is Anticipated To Be 561730 Small Business Size Standard For The Naics, 9.5m As Established By The U.s. Small Business Administration, The Product Service Code For The Potential Requirement Is Anticipated To Be S208 Housekeeping- Landscaping/groundskeeping
the Potential Task List Includes But Is Not Limited To Tree Removal And Trimming, Arborist Services, Tree Diagnosis/assessment Report Preparation, Tree Surgery, Bark Scribing, Vegetation Clearing, Chipping, And/or Masticating; Orchard Removal And Disposal; Elderberry Transplanting, Maintenance, And Abatement Services; Native Plant Propagating Services: Seed Collection, Container Plant Growing, Seedling Transport And Installation; Irrigation: Water Well Drilling And Pump Installation, Temporary Irrigation System Installation And Maintenance, And Irrigation System Removal; Earth Grading/shaping, Drainage System Installation; Creation Of Wetlands, Retention Ponds, And Creek Restoration/improvement Features; Mitigation Site Preparation: Clearing/grubbing, Ripping, Grading, And Rototilling/amendment Incorporation; Creation Of Wetlands And Other Central Valley California Native Plant Communities For Mitigation Purposes; Container Plant Installation, Maintenance, And Browse/gopher Protection Device Installation; Perform Vegetation Maintenance Duties Including Mowing, Spraying, Weeding, Pruning; Perform Invasive Species Management And Abatement; Achieve Survival Rates Set Forth In Task Orders For Vegetation Establishment; Replacement Of Dead And Dying Plants; Vegetation Survival Studies; Prepare Monthly And Yearly Reports And Site As-built Records; Fire Break Creation And Maintenance; Storm Water Prevention Plan (swppp) Permit And Application Processing, Swppp On Site Bmp Installation And Removal; Coordination And Processing Of Required Work And Right Of Entry Permits Where Applicable.
work Elements:
acquire Permits
maintain Seedling Health
provide Water
browse Guards
mitigation Sites
removing Infrastructure
clean-up
monitoring Plant Survival Rates
replace Dead Plants
clearing
mowing
site Layout
container Plants/
multi-year Establishments
sites Clean And Organized
deer-friendly Livestock Fence
npdes Stormwater Compliance
soil Preparation
document/documentation
orchard Removal
storm Water Sampling
field Leveling
performing Weed Control
temporary Deer Fences
foster Proper Development
plant Delivery
testing And Reporting
grass Seeding For Erosion Control
planting Mitigation Sites
transplanting Elderberry Shrubs
grass Seeding For Habitat Restoration
preparing Mitigation Sites For Planting
watering
herbivore Browse
prep-work Submittals
weeding
irrigation Systems
propagating Seedlings
wetlands
maintain Features
propagule Collection
maintain Plants
provide Container Plants
the Above Description Of Work Is For The Purpose Of General Information Only And Is Not Intended To Include And Describe Every Feature Or Item Of Work Or The Define The Scope Of Work.
disclaimer
this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal (rfp) To Be Submitted. 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 Technical Description Is Strictly Voluntary.
capability Statement:
the Following Requests Are Designed To Inform The Us Army Corps Of Engineers, Sacramento District, Of Current Service Contractor Market Capabilities. The Submission Is Limited To 10, 8.5 X 11 Inch Pages With A Minimum Font Size Of Point 12.
1) A Statement Of Positive Intent To Submit A Proposal For A Matoc
2)offerors’ Name, System For Award Management Unique Entity Identification Number (sam Ueid) Or Employer Identification Number(ein), Address, Point Of Contact Name, Contact Phone Number, Contact E-mail Address, And Statement Identifying Whether The Company Employs Union Or Non-union Workers.
3) Offerors’ Experience And Capability (either Through Self-performance In Excess Of 50% Or The Managing Of One Or More Subcontracts As A Prime) Contracts Of Similar Magnitude And Complexity To The Potential Requirement, Comparable Work Performed Within The Past Six (6) Years. Describe The Primes’ Self-performed Effort, And/or Subcontractor Management), Brief Description Of The Project, Customer Name, Customer Satisfaction, Timeliness Of Performance, Dollar Value Of The Project- Provide At Least Three (3) Examples.
4) Offerors’ Business Size And Socioeconomic Type For The Applicable Naics (ex: Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Certified Historically Underutilized Business Zone (hubzone), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)).
please Provide Responses And/or Questions By E-mail To The Contract Specialist, Ines Corbett, A, At (ines.d.corbett@usace.army.mil And Cc Contracting Officer Amelia Bryant At Amelia.k.bryant@usace.army.mil ) By 10:00 A.m. Pacific Time, On Tuesday, 12 Dec 2024.
please Include The Sources Sought Notice Number, ‘w9123825s0003’ In The E-mail Subject Line.
Closing Date6 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Amendment 2
this Amendment Is To Provide Responses To Two (2) Vendor Questions. The Attachment Has Been Revised As Result Of Question #1. All Other Terms Remain Unchanged.
question 1: I Wanted To Confirm That Question #2 Of The Attachment "construction+sources+sought+contractor+information+form" Is In Fact A Requirement:
government Response: Question #2 Of The Of The Original Attachment (construction+sources+sought+contractor+information+form) Was Addressed On Amendment 1. The Attachment Was Revised To Remove The Bonding Question On The Attachment. The New Attachment Is "construction Sources Sought Contractor Information Form_v2".
question 2: The Sources Sought Notice N0017425sn0008 On Sam.gov States 'contractor Employees Shall Be Vetted Before Access To Stump Neck Annex And Indian Head Sites.' May You Elaborate On The Vetting Process For Access To Stump Neck Annex And Indian Head Sites?
government Response: All Contractors Will Require Dbids Enrollment Via Dbids Link (https://dbids-global.dmdc.mil/home/).
*****************************************************************************************************************************************************
amendment 1
this Amendment Is To Provide Responses To Three (3) Vendor Questions. The Statment Of Work (sow) Has Been Revised As Result Of Question #2. All Other Terms Remain Unchanged.
question 1: The Form Provided To Be Filled In For The Sources Sought Notification Appears To Be For A Construction Contract (file Name “construction+sources+sought+contractor+information+form) Instead Of A Service Contract, Which Of Course Have Very Different Requirements.
government Response: The Bonding Portion Of The Attached Form “construction+sources+sought+contractor+information+form” Is Not Required, Please Complete And Submit The Rest Of The Form Is.
question 2: Based On The Bonding Capability Section Of The Form (typically For Construction) As Well As The Experience Reference Contract Size Of Between $5,000,000 And $10,000,000, The Sources Sought Response Requirements Are Quite Different Than Would Be Expected For A Service Contract With The Scope Required For The Indian Head And Stump Neck Annex Locations. Would The Government Please Clarify?
government Response: The Sow Is Revised From “the Experience Information Provided Shall Support That You Have Completed A Contract Of The Magnitude Between $5 Million And $10 Million.” To "the Experience Information Provided Shall Support That You Have Completed A Multi-year Contract Of The Minimum Magnitude Of $5 Million."
question 3: Is There An Incumbent For This Effort Or Is This A New Requirement?
government Response: No. This Is A New Requirement.
*****************************************************************************************************************************************************
description
naval Surface Warfare Center Indian Head Division (nswc Ihd) Contracting Office Sources Sought Notice. This Is A Sources Sought Notice Only. This Sources Sought Is Not A Request For Quote, Proposal, Or Invitation For Bid. This Notice Is Not A Solicitation As Defined By Far 2.101, Therefore It Shall Not Be Construed As A Commitment By The Government To Enter Into A Contract, Nor Does It Restrict The Government To An Acquisition Approach. All Information Contained In This Sources Sought Notice Is Preliminary As Well As Subject To Amendment And Is In No Way Binding On The Government. Information Submitted In Response To This Notice Is Voluntary; The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. The Government Is Requesting That Restrictive Or Proprietary Markings Not Be Used In Response To This Notice. If A Solicitation Is Released, It Will Be Synopsized In Sam.gov. It Is The Responsibility Of The Interested Parties To Monitor These Sites For Additional Information Pertaining To This Sources Sought Notice. No Site Visit Will Be Conducted During A Sources Sought Period.
the North American Industrial Classification System (naics) Code For This Procurement Is 561730 - Landscaping Services, Which Has A Small Business Size Standard Of $9.5m. The Product Service Code (psc) Is S208 – Housekeeping – Landscaping/groundskeeping.
statement Of Work
locations:
nswc Indian Head, Maryland
stump Neck Annex, Maryland
the Nswc Ihd Contracts Department 026 Is Seeking Companies With Technical Expertise, Experience, Capability, And Resources To Provide Ground Maintenance And Landscaping Services.
the Scope Of This Effort Includes The Following Major Aspects That Are Part Of The Overall Service: The Contractor Shall Provide, But Not Limited To, Maintain Approximately 500 Acres Of Grounds Maintenance- Grass Cutting, Trimming, Vegetation Removal Per Service Tickets, Shrub Planting Or Removal Per Service Ticket, Hedge Planting Or Removal Per Service Ticket, Tree Maintenance, 13,000 Square Feet Of Flower Bed Maintenance, Emptying Of Outdoor Waste Containers, Cleaning Of Swales Per Service Ticket, 50’ Buffers Around All Explosive Bldgs., 6‘ Buffer Around All Lightning Masts And Debris Removal To All Properties On Board And Supported By Nswc Ihd (approximately 600 Buildings).
contractor Employees Shall Be Vetted Before Access To Stump Neck Annex And Indian Head Sites.
these Grounds And Landscaping Services Are Normally Performed During Government Regular Working Hours While The Facility Is Open For The Nswc Ihd Command And The Departments Within Nswc Ihd. The Contractor Must At All Times Maintain An Adequate Workforce Of At Least A Separate Crew For Mowers And Edgers At Both Stump Neck Annex And Indian Head Sites, For The Uninterrupted Performance Of All Tasks. Contractor Shall Provide And Maintain All Licenses, Certifications, And Permits Required By Federal And State Laws/regulations To Accomplish Services. The Contractor Shall Provide A Certified Arborist And All Personnel Applying Pesticides/herbicides Shall Be Certified By The State Of Maryland. Contractor Personnel Shall Work In A Safe Manner And Comply With All Applicable Safety Regulations. The Contractor Shall Be Subject To Safety Inspections Of Its Work Sites By The Government. All Work Performed Shall Be In Accordance With Federal, Dod, State, And Local Laws, And Installation Policies And Regulations. Proof Of Local/state Licensing Shall Be Submitted.
the Period Of Performance Shall Be For A Five (5) Year, One Base Year Of 12 Months And Four (4) 12-month Option Years, With The Mowing / Edging / Recurring Work Season Being April 1st To November 30th Of Each Year. Vegetation / Non-recurring Work Season Shall Be Year Round.
responses Should Include Specific Experience Of Grounds And Landscaping Services; Appropriate References Should Be Provided. The Experience Information Provided Shall Support That You Have Completed A Multi-year Contract Of The Minimum Magnitude Of $5 Million.
submission Requirements:
interested Contractors Should Submit A Brief Capabilities Statement Package (no More Than Three (3) Single-sided Pages Or One-and-a-half (1.5) Double-sided Pages, Including Attachments, Single Spaced, 12-point Font Minimum) Demonstrating Ability To Perform The Requested Services. As Part Of Your Three (3) Page Capabilities Statement Package, Please Include The Attached Sources Sought Contractor Information Form. The Email Subject Line Shall Include Your Company Name. The Capabilities Package Must Be Complete And Sufficiently Detailed To Allow The Government To Determine The Contractor’s Qualifications To Perform The Defined Work. Please Note Businesses Must Be Registered In The Sam.gov Database Prior To Submission Of An Offer To Be Eligible For Award Of Government Contracts (see Far 4.11).
respondents Will Not Be Notified Of The Results Of The Navy’s Market Research. Nswc Ihd Will Utilize The Information For Acquisition Planning Purposes. All Data Received In Response To This Sources Sought Notice Marked Or Designated, As Corporate Or Proprietary Information Will Be Fully Protected From Release Outside The Government. Your Response To This Notice Is Greatly Appreciated.
please Respond To This Sources Sought Notice Electronically To Russell Dobson Via Email To Russell.k.dobson.civ@us.navy.mil, No Later Than 02:00 Pm (est) On Monday, 13 January 2025.
no Telephone Calls, Hardcopies, Or Facsimiles Will Be Accepted.
responses Received After The Deadline Or Without The Required Information Will Not Be Considered. Since This Is A Sources Sought Notice Only, Evaluation Letters Will Not Be Issued To Any Respondent.
Closing Date13 Jan 2025
Tender AmountRefer Documents
Department Of Human Settlements And Urban Development - DHSUD Tender
Manpower Supply
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation Doc Control No. : Form-as-pd-002 Revision No: 0 Effectivity Date : 1 September 2023 The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 2025-01-001 Procurement Activity Procurement Of Janitorial Services For Fy 2025 (10 Months) March 2025 To December 2025 Mode Of Procurement Small Value Procurement Approved Budget For The Contract (abc) Eight Hundred Thirty-one Thousand Fifty Seven Pesos & 42/100 (php 831,057.42), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before February 18, 2025, 10:00 Am. Delivery Schedule Start Of Contract Is On March 01, 2025. The Minimum Technical Specifications Are As Follows: Description And Minimum Specifications 1 Services To Be Provided The Agency Shall Provide Housekeeping/janitorial Services For Ten (10) Months At The Dhsud Ro-4a Office Located At Dencris Business Center, National Highway, Brgy. Halang, City Of Calamba, Laguna. _compliant _non-compliant 2 Area Of Responsibility (aor) And Manpower Requirements A. The Agency Shall Provide A Total Of Four (4) Janitorial Attendants To Be Deployed At The Dhsud Ro-4a Offices Including Its Storage Room. B. The Janitorial Attendants Who Shall Work Eight (8) Hours A Day, Six (6) Days A Week, In Accordance With The Pertinent Provisions Of The Labor Code, Shall Be Deployed In The Area Of Responsibility, As Scheduled. C. The Agency Shall Provide Reliever/s In Case Of Absence Of Janitorial Attendant/s. D. Should There Be A Need For Additional Janitorial Attendant/s, The Agency Shall Deploy Janitorial Attendant/s Upon Receipt Of The Written Request/instruction Of The Dhsud Ro-4a. _compliant _non-compliant 3 Scope Of Services The Agency Shall Provide Housekeeping/janitorial Services For Dhsud Ro-4a Which Shall Have The Responsibility Of Maintaining Cleanliness, Sanitation And Orderliness Within The Areas Of Responsibility (aor) And Shall Perform The Following Activities Which Shall Include, But Not Limited To: A. Sweeping, Scrubbing, Mopping, Waxing And/or Polishing Building Floors Including Corridors, Walls, Doors, Partitions, Stairways And Other Common Areas; B. Sanitizing Of Door Knobs, Telephone Kits, C. Dusting, Cleaning And Disinfection Of All Glass Panes, Windows, Doors And Windowsills And Frames, Blinds, Furniture And Fixtures And Other Office Equipment And Facilities Which Requires Maintenance; D. Spraying Of Air Fresheners And Disinfectants In All Offices; E. Refiling Soap Dispensers And Soap Dishes, Toilet Paper, Wipes Down Stalls, And Replace Air Fresheners; F. Cleaning, Sanitizing And Disinfecting Of Washrooms/toilets, Which Includes The Use Of Special Sanitizing And Disinfecting Agents In Wash Basins, Urinals And Toilet Bowls; G. Collecting, Segregating And Proper Disposal Of Trash, Rubbish And/or Garbage And Such Other Services Necessary For Sanitation; H. If Necessary, Hauling And Moving Of Materials Such As But Not Limited To Furniture And Fixtures, Equipment, Supplies And/or Records In And Around The Covered Areas; I. Maintaining Indoor And Outdoor Plants Within The Premises Or Area Of The Dhsud Ro-4a; J. Errand Services As Required By Dhsud Ro-4a; And, K. Such Other Functions As May Be Necessary For The Cleanliness And Orderliness Of The Office. _compliant _non-compliant 4 Additional Set Of Technical Parameters A. The Agency Must Submit Proof That It Has Been Engaged In Continuous Business Operations As A Legitimate Janitorial Agency For At Least Five (5) Years At The Time Of The Submission And Receipt Of Its Bid; B. The Agency Must Show Proof That It Has Completed Similar Contracts With At Least Two (2) Companies Within Two (2) Years From The Submission And Receipt Of Its Bid, Together With Certificates Of Satisfactory Service From Said Clients; C. The Agency Must Submit Its Organizational Set-up; D. The Agency Must Submit Proof Of Remittances For Sss, Pag-ibig And Philhealth For The Period Covering March 01, 2024 To December 31, 2024 With The Requisite Attachments, Such As, The List Of Personnel Covered By The Payment, Summary Of Periodic Remittances, Among Others; _compliant _non-compliant 5 Minimum Qualifications Of Janitorial Attendants The Agency Shall Provide Dhsud Region 4a Janitorial Attendants Who Shall Possess The Following Minimum Qualifications: A. Must Possess Good Moral Character And Reputation; B. Must Not Have Any Criminal Or Police Record; C. Duly Trained And Skilled To Function As Janitorial Personnel; And D. Must Be Physically And Mentally Fit As Evidenced By The Medical Certificate; And, _compliant _non-compliant 6 Issuance Of Payslips To Assigned Janitorial Personnel Issuance Of Payslip To Janitorial Personnel Assigned Shall Be One Basis Of Dhsud Ro-4a To Ensure Conformance Of Janitorial Agency To Existing Labor Laws (minimum Wage And Mandatory Contributions To Sss, Philhealth, And Pag-ibig) _compliant _non-compliant 7 Receipt Of Billing Statement And Official Receipt (or) The Issuance Of Janitorial Agency Of Monthly Billing Statement Should Be Received By Dhsud Ro-4a Not Later Than 15th Day Of The Following Month And Its Corresponding Payment’s Official Receipt (or) Not Later Than 25th Day Of The Month _compliant _non-compliant 8 Posting Of Performance Security A. To Guarantee Payment For Losses And/or Damages To Property, The Winning Agency Shall Post A Performance Security In Favor Of Dhsud Ro-4a,. Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) . Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank 2% B. Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. C. Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. 5% D. Any Combination Of The Foregoing Proportionate To Share Of Form With Respect To Total Amount Of Security Your Failure To Post The Required Performance Security Within Ten (10) Days From Notice Of Award Shall Hereof Constitute A Sufficient Ground For Cancellation Of The Award B. The Performance Security Shall Be Callable On Demand And Shall Have A Validity Period Equivalent To The Duration Of The Contract Including Its Renewal Or Extensions, If Any. _compliant _non-compliant 9 Standards The Agency Shall Maintain A Very Satisfactory Level Of Performance Throughout The Term Of The Contract Based On The Following Criteria And Using The Following Scale - 5 (excellent); 4 (very Satisfactory); 3 (satisfactory); 2 (fair); And, 1 (unsatisfactory): 1. Quality Of Service Delivered 2. Time Management 3. Management And Suitability Of Personnel 4. Contract Administration And Management 5. Provision Of Regular Progress Reports The Dhsud Ro-4a Shall Conduct An Assessment Or Evaluation Of The Performance Of The Agency Based On The Above Criteria On A Regular Basis. Based On Its Assessment, The Dhsud Ro-4a May, At Any Time: 1. Request In Writing The Withdrawal Or Replacement Of Any Personnel Of The Agency Assigned To Perform Services Under The Contract. The Agency Shall At Its Own Expense, Withdraw Or Replace Such Personnel Forthwith And Shall Furnish The Dhsud Ro-4a The List Of Substitute Janitors Prior To Deployment; And/or, 2. Pre-terminate The Contract For Failure By The Agency To Perform Its Obligations Thereon Following The Procedure Prescribed Under The Annex “i,” The Guidelines On Termination Of Contracts, Of The 2016 Revised Implementing Rules And Regulations Of Ra 9184. _compliant _non-compliant 10 Period Of The Contract The Contract For Janitorial Services Shall Be For A Period Of Ten (10) Months Commencing From March 2025 To December 2025 _compliant _non-compliant Terms And Conditions: 1. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 2. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 3. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) 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. 4. 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. Signed Omnibus Sworn Statement (oss); 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. D. 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 (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 General Services Section At The Dhsud Ro-4a Office Located At Dencris Business Center, Brgy. Halang Calamba City. The Dhsud Ro-4a 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 (scrq/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 Ro-4a 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 And The Property Officer Of The General Services Section At Mobile Numbers 0956-5764503 And 0918-5640074, Respectively. Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Reply Slip Procurement: Request For Quotation No.: _______________ Date Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Department Of Human Settlements And Urban Development Ro-4a Dencris Business Center, National Highway, Halang Calamba City, Province Of Laguna Dear Ms. Medina: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development Ro-4a, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company: ____________________________________________ Name Of Authorized Representative: _______________________________ Designation/position: ____________________________________________ Address: _____________________________________________________ Telephone No./mobile No.: _______________________________________ Email Address: ________________________________________________ Philgeps Registration No. : ______________________________________ Landbank Account No.: _________________________________________ If With Ada, Kindly Indicate The Landbank Account Name And Account Number; If None, Please Indicate To Whom Checks Should Be Made Payable To : _____________________________________ Tin: __________________________ Vat-registered: Vat󠄀 ( ) Non-vat ( ) Signature: ___________________________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] [kindly Fill Out This Template Accordingly By Completing The Needed Information And Deleting The Non-applicable Provisions That May Be Deleted.] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date18 Feb 2025
Tender AmountPHP 825.7 K (USD 14.2 K)
HUMAN SETTLEMENTS ADJUDICATION COMMISSION REGIONAL ADJUDIC Tender
Housekeeping Services
Philippines
Details: Description Request For Quotation Date: 16 January 2025 Rfq No.: Rab13-2025-01-004 The Human Settlements Adjudication Commission Regional Adjudication Branch No. Xiii (hsac-rabxiii), Through Its Bids And Awards Committee (bac), Will Undertake Procurement For The Provision Of Janitorial Services Of One (1) Janitor For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 In The Sum Of One Hundred Sixty Thousand Pesos And 0/100 Only (php 160,000.00). It Will Be Undertaken In Accordance With Section 53.9 (small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Details Of The Project/ Activity/ Program Are As Follows: Project Name: Provision Janitorial Services Of One (1) Janitor For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 Description: One (1) Janitorial Service Personnel** Approved Budget Of Contract (abc): One Hundred Sixty Thousand Pesos (php 160,000.00)* Location: Hsac-rab Xiii Office, Arellano Real Estate Lessor Building, Doongan, Butuan City, Agusan Del Norte Specification: See Attached “annex A” Deadline Of Submission: 23 January 2025 *inclusive Of Tax ** Please Refer To The Items Indicated In “annex A” As Such, You Are Invited To Submit Your Establishment’s Sealed Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than 23 January 2025, At Exactly 10:00am At Hsac-rab Xiii Office, Arellano Real Estate Lessor Building, Doongan, Butuan City, Agusan Del Norte Or Through E-mail Address At Rab13@hsac.gov.ph. Copies Of The Following Eligibility Requirements Are Also Required To Be Submitted Along With Your Quotation/proposal: 1. Updated Mayor’s/business Permit; 2. Dti/ Sec Registration; 3. Income/business Tax Return; 4. Philgeps Registration; And, 5. Omnibus Sworn Statement Hsac-rabxiii Assumes No Responsibility Whatsoever To Compensate Or Indemnify Provider/s For Any Expenses Incurred In The Preparation Of Submission Of Proposals. The Hsac-rabxiii, Likewise, Reserves The Right To Reject Any Or All Proposals Proposal Found To Be Disadvantageous To The Government. For Any Clarification, You May Contact Mr. Gabby Rey M. Concepcion Of The Administrative And Finance Division Procurement Officer At Contact Nos. 09178350746/ (085) 817 4415 Or E-mail Address At Rab13@hsac.gov.ph. Atty. Michael P. Bajao, Cpa Chairperson, Bac Annex “a” Price Proposal/quotation Sheet Date: ______________________ The Bids And Awards Committee Human Settlements Adjudication Commission Regional Adjudication Branch No. Xiii Sir: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is The Proposal For Provision Of Janitorial Services Of One (1) Janitor For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 For The Hsac Rab Xiii, With The Following Details: Procurement Project: Provision Janitorial Services Of One (1) Janitor For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 Items/description Qty./ Unit Approved Budget For The Contract (abc)* Proposal/quotation* Janitorial Service Personnel Eight (8) Hour Day Shift Ranging From 6:00am To 6:00 Pm Monday To Friday, Who Shall Perform Janitorial Services To The Office For The Period Of Eleven Months. 1 Pax Php 160,000.00 Scope Of Work I- Scope Of Service/requirements The Manning Agency/ Service Provider Shall Provide Housekeeping/ Janitorial Services For The Hsac Rab Xiii Within The Office Premises And Shall Perform Activities To Maintain Cleanliness, Sanitation, And Orderliness Of The Office Premises, Including But Not Limited To: A. Sweeping, Scrubbing, Moping, Waxing And/or Polishing Doors, Partitions, Stairways And Other Common Areas; B. Dusting And Cleaning All Glass Panes, Windows, Doors And Windowsills And Frames, Blinds, Furniture And Fixtures And Other Office Equipment Which Requires Maintenance; C. Spraying Of Air Fresheners And Disinfectants In All Offices Including Comfort Rooms; D. Refilling Soap Dispensers, Alcohol Dispensers And Soap Dishes, Wipes Down Stalls Replace Air Fresheners; E. Cleaning, Sanitizing And Disinfecting Of Washroom/ Toilets, Which Includes The Use Of Special Sanitization And Disinfecting Agents In Wash Basins, Urinals And Toilet Bowls; F. Collecting, Segregating And Proper Disposal Of Trash, Rubbish And/or Garbage And Such Other Necessary For Sanitization; G. If Necessary, Hauling And Moving Of Materials Such As But Not Limited To Furniture And Fixtures, Equipment, Supplies And/or Records In And Around The Office Premises; H. Maintaining Indoor And Outdoor Plants Within The Building Premises; I. Cleaning Grease Trap For At Least Two (2) Times Per Year; J. Errand Services As Required By Hsac Rab Xiii; K. Perform Other Functions As May Be Necessary For The Cleanliness And Orderliness Of The Office. Recruitment And Selection Requirement: Upon Receipt Of The Notice Of Award, The Agency Shall Submit The Brief Profile Of The Janitorial Personnel To Be Deployed To The Hsac Rab Xiii Who Shall Meet The Following Minimum Requirements: A. Filipino Citizen B. High School Graduate Or Any Of Its Equivalent Thereof; C. Physically And Mentally Fit; D. Not Less Than Twenty-one (21) Years Old Nor More Than Forty (40) Years Of Age; E. They Must Pass The Neuro-psychiatric Test Issued By A Government Accredited Psychometricians; F. Has Passed A Drug Test To Be Given By The Government Accredited Drug Testing Center; G. Has Been Cleared By The Concerned Law Enforcement Agencies, With No Previous Record Of Any Conviction Of A Criminal Offense Involving Moral Turpitude; H. Of Good Moral Character; And I. Must Be Willing To Undergo Drug Test Also When Deemed Necessary By The Agency. Ii- Janitorial Service Plan And Quotation The Quotation Shall Contain A Breakdown Of All Cost, Including Cost Of Supplies And Equipment, Necessary For The Execution Of The Contract. It Shall Be Submitted Together With A Janitorial Service Plan. Iii- Payment Terms Payment Shall Be Made Not Later Than Fifteen (15) Calendar Days Upon Complete Submission Of Security Agency The Following Requirements: 1. Dtr Duly Signed By The Office’s Chief Regional Adjudicator/ Supervisor/ Oic Or His Duly Authorized Representative; 2. Proof Of Previous Months’ Remittances To Sss, Philhealth And Pag-ibig, Together With Transmittal Sheet Stamped Received By The Foregoing, Certified True Copy Of A Duly Accomplished Previous Months Payroll Sheet, As Well As Such Other Relevant Documents As May Be Required By The Ps-dbm; 3. Invoice Of Billing Or Statement Of Account For The Period Covered. Iv- Period Of Contract The Period Of The Contract Will Be From February 1, 2025 To December 31, 2025 (11 Months). *total Bid/quotation Price For The Project: (inclusive Of All Taxes And Bank Charges) Terms And Conditions 1. Bidders/ Shall Submit Their Proposal Through Their Authorized Representative Using The Provided Official Forms (annex “a”). 2. Any Modifications In The Item(s) Specifications During Delivery Of Materials/equipment Is Strictly Prohibited. 3. Bidders Shall Provide Correct And Accurate Information Required In This Form. 4. All Fields With Asterisks (*) Are Mandatory And Must Be Filled Up. Failure To Provide Information On Mandatory Fields Will Disqualify Your Quotation. 5. Price Quotation(s) Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 6. Price Quotation(s), To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. 7. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 8. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 9. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative(s). 10. The Hsac Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Hsac Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reached Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Conforme: Signature: Name/designation Of The Authorized Representative Name Of Company/supplier: Office Address: Contact No. & Email: Date & Time:
Closing Date23 Jan 2025
Tender AmountPHP 160 K (USD 2.7 K)
Department Of Education Region Xi Tender
Machinery and Tools
Philippines
Details: Description Invitation To Bid No. 001-02-2025 Invitation To Bid For Procurement Of Supply And Delivery Of Technical-vocational - Livelihood (tvl) Equipment Packages To Public Senior High Schools. 1. The Department Of Education, Regional Office Xi, Through The Sub Allotment Release Order No. Osec-11-24-3299 Intends To Apply The Sum Of Sixty-five Million Nine Hundred Thirty-one Thousand Five Hundred Ninety-eight Pesos (₱65,931,598.00) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For Itb 001-02-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education, Regional Office Xi, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is 90 Days. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Unit Item Description Qty Unit Cost Total Cost Specialization: Bread And Pastry Production Nc Ii Set Air Compressor With Airbrush Cake Decorating Set 63 2,250.00 141,750.00 Piece Beater (manual Hand Beater) 378 210.00 79,380.00 Set Chopping Board, 6 Colors 378 835.00 315,630.00 Set Boiler (double) 63 850.00 53,550.00 Set Mixing Bowl (6 Pcs/set) 756 783.00 591,948.00 Set Cake Pans, Round #6,#8,#10,#12,#14,#16 378 490.00 185,220.00 Set Cake Stand, With Tier 378 748.00 282,744.00 Piece Cake Turn Table 189 1,080.00 204,120.00 Piece Coupler 819 134.00 109,746.00 Set Measuring Cup (for Solid) 756 334.00 252,504.00 Piece Measuring Cup, 250 Ml (for Liquid) 756 117.00 88,452.00 Piece Measuring Cup, 500ml (for Liquid) 756 142.00 107,352.00 Piece Dough Cutter 63 98.00 6,174.00 Piece Pie Cutter 378 101.00 38,178.00 Piece Flour Sifter, Hand Cranked 378 503.00 190,134.00 Piece Grater 378 512.00 193,536.00 Piece Kitchen Knife 378 631.00 238,518.00 Piece Pallet Knife 378 156.00 58,968.00 Piece Ladle, 3 0z 378 204.00 77,112.00 Piece Loaf Pan (big) 378 224.00 84,672.00 Piece Loaf Pan (medium) 378 366.00 138,348.00 Piece Loaf Pan (small) 378 309.00 116,802.00 6 Cups In A Tray/set Muffin Pan (big) 378 178.00 67,284.00 Unit Item Description Qty Unit Cost Total Cost 24cups In A Tray/set Muffin Pan (small) 378 114.00 43,092.00 Piece Pie Pan (10 Inches Diameter) 378 121.00 45,738.00 Piece Pie Pan # 6, #8,#10 378 454.00 171,612.00 Set Cake Pillars 378 45.00 17,010.00 Piece Piping Bag 1575 44.00 69,300.00 Piece Rectangular Pan, 1 X 8 252 210.00 52,920.00 Piece Rolling Pins 378 241.00 91,098.00 Piece Rubber Scraper 378 182.00 68,796.00 Piece Sauce Pan 378 1,592.00 601,776.00 Piece Sheet Pan 378 504.00 190,512.00 Set Measuring Spoon 1575 242.00 381,150.00 Piece Spoon (wooden) 378 201.00 75,978.00 Piece Strainer 378 279.00 105,462.00 Set Piping Tips (for Cake Decorating) 1260 209.00 263,340.00 Unit Weighing Scale, 10 Kgs 378 1,549.00 585,522.00 Unit Weighing Scale,5 Kgs, Digital 378 1,398.00 528,444.00 Set Wire Whisk (medium) 378 404.00 152,712.00 Bread And Pastry Production Nc Ii - Sub- Total ₱7,124,796.00 Specialization: Caregiving Nc Ii Piece Airpot 6 2,553.00 15,318.00 Piece Apron 6 429.00 2,574.00 Piece Baby Bathtub 3 1,117.00 3,351.00 Piece Baby Blanket 15 201.00 3,015.00 Piece Basin (small) 36 89.00 3,204.00 Piece Bath Towel/towelette 36 352.00 12,672.00 Piece Bedpan 6 214.00 1,284.00 Piece Blanket 12 529.00 6,348.00 Piece Bottle Sterilizer (electric) 3 2,655.00 7,965.00 Piece Bread Toaster 3 2,121.00 6,363.00 Piece Burping Cloth 6 208.00 1,248.00 Piece Cane 3 996.00 2,988.00 Piece Carpet 4 Ft. X 8 Ft. 3 4,407.00 13,221.00 Set China Ware (1 Pc Dinner Plate, 1 Pc Salad Plate, 1 Pc Bowl, 1 Pc Mug) 3 736.00 2,208.00 Piece Clothes Brush 3 204.00 612.00 Piece Clothes Hamper 3 598.00 1,794.00 Piece Clothes Rack 3 751.00 2,253.00 Piece Comforter 12 2,855.00 34,260.00 Piece Commode 3 2,724.00 8,172.00 Set Cooking Utensils 3 1,379.00 4,137.00 Set Crutches (adjustable) 3 514.00 1,542.00 Set Cutlery 3 376.00 1,128.00 Unit Item Description Qty Unit Cost Total Cost Piece Cutting Board, Plastic 15 682.00 10,230.00 Piece Digital Thermometer 3 361.00 1,083.00 Piece Dressing Trolley 3 8,925.00 26,775.00 Piece Electric Knife 3 1,024.00 3,072.00 Piece Face Towel/towelette 3 72.00 216.00 Piece Feeding Bottle Brush (cleaning Feeding Bottles) 6 597.00 3,582.00 Set Feeding Utensils (child) 3 1,497.00 4,491.00 Set First Aid Kit 3 3,216.00 9,648.00 Piece Flat Sheet 36 641.00 23,076.00 Piece Garbage Bin 3 366.00 1,098.00 Piece Gloves, Rubber (15 Mils) 36 365.00 13,140.00 Piece Gloves, Surgical (disposable) 3 654.00 1,962.00 Piece Gown (hospital) 30 304.00 9,120.00 Set Grooming Kit (hairbrush Comb, Nail Cutter, Nail Brush) 3 1,904.00 5,712.00 Piece Hand Towel 15 151.00 2,265.00 Piece Highchair/ Booster Seat/ Portable Seat 3 2,042.00 6,126.00 Piece Hot Water Bag 3 221.00 663.00 Piece Kettle 3 836.00 2,508.00 Set Measuring Cups, 1/4, 1/3, 1/2, 1 Cup 3 716.00 2,148.00 Piece Medical Tray 3 251.00 753.00 Set Mixing Bowl, Stainless Steel, 6-piece Set 3 2,044.00 6,132.00 Piece Pail, Plastic 10 Liters 12 254.00 3,048.00 Piece Pans 3 326.00 978.00 Piece Peeler 15 204.00 3,060.00 Piece Pick Up Forceps 3 256.00 768.00 Piece Pillow 24 754.00 18,096.00 Piece Pillowcase 36 304.00 10,944.00 Piece Portable Mixer 3 504.00 1,512.00 Piece Potato Masher 3 174.00 522.00 Set Pots 3 694.00 2,082.00 Piece Skillet 3 1,001.00 3,003.00 Piece Sphygmomanometer 3 1,022.00 3,066.00 Piece Stethoscope 3 601.00 1,803.00 Piece Urinal 6 327.00 1,962.00 Unit Vacuum Cleaner - Heavy Duty 3 10,501.00 31,503.00 Unit Wheelchair 6 7,504.00 45,024.00 Specialization: Caregiving Nc Ii - Sub-total ₱396,828.00 Specialization: Computer System Servicing (nc Ii) Set Allen Wrench 230 111.00 25,530.00 Piece Anti-static Device (anti-static Wrist Strap) 230 361.00 83,030.00 Unit Item Description Qty Unit Cost Total Cost Piece Combination Pliers, 8" 230 427.00 98,210.00 Set Crimping Tool (rj 11/45) 230 974.00 224,020.00 Piece Desoldering Pump 230 214.00 49,220.00 Set Electric Drill, Portable 23 2,126.00 48,898.00 Pack External Optical Drive 46 1,154.00 53,084.00 Piece Flash Drive 253 451.00 114,103.00 Piece Flashlight, Head-mounted 115 504.00 57,960.00 Pack Hub / Switch 230 1,432.00 329,360.00 Piece Lan Cable Tester 115 310.00 35,650.00 Piece Long Nose Pliers, 8" 230 619.00 142,370.00 Pack Multimeter, Digital 230 883.00 203,090.00 Piece Patch Panel (48 Ports) 460 1,654.00 760,840.00 Piece Pc Video Camera 23 726.00 16,698.00 Piece Phillip’s Screwdriver, 8" Insulated 230 224.00 51,520.00 Set Precision Screwdriver Set 115 254.00 29,210.00 Piece Soldering Iron, 60w 230 494.00 113,620.00 Piece Standard Screwdriver (flat), 8” Insulated 230 341.00 78,430.00 Piece Uninterruptible Power Supply (ups) 230 4,254.00 978,420.00 Piece Usb External Hd 23 4,004.00 92,092.00 Piece Wire Stripper 115 454.00 52,210.00 Piece Wireless Access Point 230 2,441.00 561,430.00 Computer System Servicing (nc Ii) - Sub Total ₱4,198,995.00 Specialization: Cookery Nc Ii Piece Apple Corer 200 501.00 100,200.00 Piece Bain Marie, Table 50 9,802.02 490,101.00 Piece Blender (electric) 50 1,677.00 83,850.00 Piece Chopping/cutting Board (plastic) 800 327.00 261,600.00 Set Boiler (double) 50 848.00 42,400.00 Piece Braising Pan (medium) 400 2,254.00 901,600.00 Piece Can Opener 50 149.00 7,450.00 Piece Utility Cart 50 6,222.00 311,100.00 Piece Casserole (medium) 200 1,989.00 397,800.00 Piece Casserole (small) 600 1,249.00 749,400.00 Piece Colander (medium) 100 352.00 35,200.00 Piece Colander (small) 200 292.00 58,400.00 Set Measuring Cup (for Solid) 400 332.00 132,800.00 Piece Paper Towel Dispenser 200 301.00 60,200.00 Piece Electric Fan (stand Fan) 50 4,122.00 206,100.00 Piece Fire Extinguisher (with Contents) 50 1,908.00 95,400.00 Piece Fish Poacher (medium) 50 2,249.00 112,450.00 Piece Carving Fork 150 287.00 43,050.00 Piece Kitchen Fork 400 136.00 54,400.00 Piece Frying Pan (large) 100 2,212.00 221,200.00 Piece Frying Pan (medium) 400 1,757.00 702,800.00 Piece Frying Pan (small) 600 616.00 369,600.00 Unit Item Description Qty Unit Cost Total Cost Piece Funnel (stainless Steel), Medium 200 241.00 48,200.00 Piece Funnel (stainless, Steel) Small 200 129.00 25,800.00 Piece Garbage Bin 200 366.00 73,200.00 Piece Glass Rack 600 489.00 293,400.00 Piece Boning Knife 400 1,499.00 599,600.00 Piece Chef’s Knife 500 224.00 112,000.00 Piece Cleaver Knife 100 1,489.00 148,900.00 Piece Oyster Knife 200 107.61 21,522.00 Piece Emergency Light 50 3,503.00 175,150.00 Piece Meat Slicer (small) 50 8,502.00 425,100.00 Piece Roasting Pan 200 734.00 146,800.00 Piece Peeler (y-type) 400 254.00 101,600.00 Set Pepper And Salt Mill 400 452.00 180,800.00 Piece Piping Bag 400 42.00 16,800.00 Piece Plate Rack 600 3,404.00 2,042,400.00 Piece Preparation Table With Sink 250 13,604.00 3,401,000.00 Piece Pressure Cooker 50 4,129.00 206,450.00 Piece Kitchen Scissor 400 411.00 164,400.00 Piece Ice Cream Scooper 100 226.00 22,600.00 Piece Siever (small) 400 149.00 59,600.00 Piece Skimmer (fine) 400 189.00 75,600.00 Piece Skimmer (spider) 400 224.00 89,600.00 Piece Soup Cup Rack 600 301.00 180,600.00 Piece Soup Ladle (3 Oz) 400 214.00 85,600.00 Piece Soup Ladle (6 Oz) 400 301.00 120,400.00 Piece Soup Ladle (8 Oz 150 274.00 41,100.00 Piece Soup Ladle (12 Oz) 100 401.00 40,100.00 Piece Spatula 400 151.00 60,400.00 Piece Kitchen Spoon 400 42.00 16,800.00 Piece Kitchen Spoon (slotted) 400 179.00 71,600.00 Set Measuring Spoon 400 242.00 96,800.00 Piece Parisienne Spoon 400 251.00 100,400.00 Piece Serving Spoon 1200 91.00 109,200.00 Piece Wooden Spoon 400 251.00 100,400.00 Piece Stock Pot (large) 100 1,954.00 195,400.00 Piece Strainer Chinois (medium) 100 954.00 95,400.00 Piece Strainer Chinois (small) 150 654.00 98,100.00 Piece Strainer Medium, Fine 400 154.00 61,600.00 Piece Strainer Small, Fine 400 124.00 49,600.00 Piece Working Table 100 8,474.00 847,400.00 Piece Tenderizer (medium) 400 151.00 60,400.00 Piece Pocket/pen Thermometer 150 191.00 28,650.00 Piece Tong, 12 Inches 400 329.00 131,600.00 Piece Tong, 8 Inches 500 402.00 201,000.00 Piece Baking Tray (small) 400 319.00 127,600.00 Unit Item Description Qty Unit Cost Total Cost Piece Utility Tray 600 424.00 254,400.00 Set Pastry Tube 400 237.00 94,800.00 Piece Turner 3" X 6" 400 282.00 112,800.00 Piece Digital Weighing Scale, 1 Kg 200 1,252.00 250,400.00 Piece Mechanical Weighing Scale, 5 Kilograms 100 1,579.00 157,900.00 Piece Wire Skimmer (small) 400 247.00 98,800.00 Set Wire Whisk (heavy Duty) 100 597.00 59,700.00 Set Wire Whisk (medium) 400 402.00 160,800.00 Set Wire Whisk (small) 400 164.00 65,600.00 Piece Wok (medium) 50 939.00 46,950.00 Piece Wok (small) 200 572.00 114,400.00 Piece Zester 400 153.00 61,200.00 Cookery Nc Ii – Sub - Total ₱18,265,523.00 Specialization: Food And Beverage Services Nc Ii Piece Dining Chair 2124 2,999.00 6,369,876.00 Piece Coffee Pot, 2 Pints 118 914.00 107,852.00 Piece Creamer Container 295 597.00 176,115.00 Set Cups And Saucers 5-6 Oz. (2pcs) 1416 377.00 533,832.00 Piece Menu Folder 118 252.00 29,736.00 Piece Cocktail Fork 1416 252.00 356,832.00 Piece Dessert Fork 1416 264.00 373,824.00 Piece Dinner Fork 1416 341.00 482,856.00 Piece Fish Fork 1416 249.00 352,584.00 Piece Oyster Fork 1416 149.00 210,984.00 Piece Salad Fork 1416 127.00 179,832.00 Piece Champagne Flute Glass 1416 352.00 498,432.00 Piece Collins Glass 1416 252.00 356,832.00 Piece Highball Glass 1416 252.00 356,832.00 Piece Pilsner Glass (ice Tea Glass) 1416 302.00 427,632.00 Piece Red Wine Glass 1416 252.00 356,832.00 Piece White Wine Glass 1416 252.00 356,832.00 Piece Gravy Boats 236 302.00 71,272.00 Set Ice Bucket ,2 Liters With Tongs 118 552.00 65,136.00 Piece Butter Knife 1416 492.00 696,672.00 Piece Dinner Knife 1416 377.00 533,832.00 Piece Fish Knife 1416 792.00 1,121,472.00 Piece Salad Knife 1416 212.00 300,192.00 Piece Steak Knife 1416 275.00 389,400.00 Piece Napkin Holder 354 142.00 50,268.00 Pad Order Pads 118 152.00 17,936.00 Set Pepper And Salt Mill 118 452.00 53,336.00 Piece Plate Covers 472 424.00 200,128.00 Piece Plate For Dessert, 7”to 8” 1416 139.00 196,824.00 Piece Dinner Plate, 10” 1416 177.00 250,632.00 Unit Item Description Qty Unit Cost Total Cost Set Fish Plate, 8” To 9” 1416 227.00 321,432.00 Set Salad Plates 7” To 8” 1416 319.00 451,704.00 Set Salt And Pepper Shakers 236 427.00 100,772.00 Piece Sauce Ladles 118 202.00 23,836.00 Piece Cake Server 118 177.00 20,886.00 Piece Service Forks 354 222.00 78,588.00 Piece Service Tray 354 177.00 62,658.00 Set Show/service/ Base Plates 11” To 14” 354 952.00 337,008.00 Piece Side Plates Or Bread Plates 6” 1416 352.00 498,432.00 Piece Side Towels 236 352.00 83,072.00 Piece Silver Platter 472 352.00 166,144.00 Piece Soup Bowl 1416 302.00 427,632.00 Piece Soup Ladle 118 212.00 25,016.00 Piece Soup Tureen 236 1,002.00 236,472.00 Piece Dessert Spoon 1416 752.00 1,064,832.00 Piece Service Spoons 354 127.00 44,958.00 Piece Soup Spoons (cream And Consume) 1416 252.00 356,832.00 Piece Sugar Container 295 252.00 74,340.00 Meter Table Cloth, 54 X 54 Inches 236 302.00 71,272.00 Meter Table Cloth, Rectangular 118 302.00 35,636.00 Meter Table Napkins, Cloth, 16” X 16” 1770 302.00 534,540.00 Meter Table Skirting Cloth 90”x90” 118 302.00 35,636.00 Piece Round Table (8's) 118 2,000.00 236,000.00 Piece Square/rectangular Table (4's Or 6's) 236 1,500.00 354,000.00 Piece Tea Pot, 2 Pints 118 852.00 100,536.00 Piece Teaspoon 1416 377.00 533,832.00 Piece Tong, 8 Inches 118 402.00 47,436.00 Piece Tooth Pick Holder 236 257.00 60,652.00 Piece Tray Stand 118 2,749.00 324,382.00 Piece Tray, Bill Folders/ Change 118 252.00 29,736.00 Piece Tray, Round (bar) 472 374.00 176,528.00 Piece Water Goblet 1416 252.00 356,832.00 Piece Water Pitcher 354 372.00 131,688.00 Food And Beverage Services Nc Ii - Sub- Total ₱22,878,135.00 Specialization: Front Office Services Nc Ii Piece Calculator 105 357.00 37,485.00 Unit Bell Boy Cart (hotel Luggage Trolley) 42 6,499.00 272,958.00 Unit Cash Register With Drawer 21 3,074.00 64,554.00 Unit Credit Card Imprinter 21 3,502.00 73,542.00 Piece Credit Card Voucher Holder 21 352.00 7,392.00 Unit Fake Bills Detector 21 862.00 18,102.00 Piece Guest Folio Rack 21 299.00 6,279.00 Unit Hypercom 21 2,902.00 60,942.00 Unit Key Card Marker With Verifier 21 4,714.00 98,994.00 Unit Item Description Qty Unit Cost Total Cost Piece Key Rack 21 287.00 6,027.00 Unit Safety Deposit Box/ Drop Vault 21 1,952.00 40,992.00 Unit Lapel Speaker 84 1,602.00 134,568.00 Front Office Services Nc Ii - Sub- Total ₱821,835.00 Specialization: Hairdressing Nc Ii Piece Body Brush, Prosthetic 20 353.00 7,060.00 Piece Mixing Bowl, Plastic 20 87.00 1,740.00 Piece Shampoo Bowl 40 4,502.00 180,080.00 Piece Applicator Brush 20 64.00 1,280.00 Piece Hair Brush 20 252.00 5,040.00 Piece Frosting Cap With Hook 20 252.00 5,040.00 Piece Heating Cap 20 982.00 19,640.00 Piece Cape 20 239.00 4,780.00 Piece High Chair (bar) 60 2,972.00 178,320.00 Piece Hydraulic Chair 120 7,994.00 959,280.00 Piece Clamp 20 121.00 2,420.00 Piece Duck Bill Clamp 20 92.00 1,840.00 Piece Hair Clipper 20 2,601.00 52,020.00 Piece Comb, Afro 20 179.00 3,580.00 Piece Comb, All Purpose 20 224.00 4,480.00 Piece Comb, Haircutting 20 184.00 3,680.00 Piece Comb, Large Toothed 20 89.00 1,780.00 Piece Comb, Tail 20 122.00 2,440.00 Piece Comb, Teasing 20 152.00 3,040.00 Piece Comb, Wide Tooth 20 87.00 1,740.00 Piece Crimpers 120 749.00 89,880.00 Piece Curling Iron 120 952.00 114,240.00 Piece Drip Pan 20 292.00 5,840.00 Piece Hair Dryer 120 1,302.00 156,240.00 Piece Gloves, Disposable 20 274.00 5,480.00 Piece Gloves, Rubber 20 707.00 14,140.00 Piece Smock Gown 20 282.00 5,640.00 Piece Hairclips 20 52.00 1,040.00 Piece Hairnet, Invisible 20 32.00 640.00 Box Hairpin 20 119.00 2,380.00 Piece Headband 20 102.00 2,040.00 Piece Headband, Flannel 20 92.00 1,840.00 Piece Infrared Iron 20 2,902.00 58,040.00 Piece Mirror, Hand 200 222.00 44,400.00 Piece Mirror, Modular 20 1,222.00 24,440.00 Piece Prong Clip, Double 20 152.00 3,040.00 Piece Prong Clip, Single 20 152.00 3,040.00 Box Razor, Straight 20 552.00 11,040.00 Pack Roller Pins 20 352.00 7,040.00 Unit Item Description Qty Unit Cost Total Cost Piece Rollers, Large Sized 20 392.00 7,840.00 Piece Rollers, Medium Sized 20 382.00 7,640.00 Piece Rollers, Jumbo 20 452.00 9,040.00 Piece Cutting Scissors 20 852.00 17,040.00 Piece Thinning Scissor 20 752.00 15,040.00 Piece Scoop 20 62.00 1,240.00 Piece Shower Cap 40 152.00 6,080.00 Piece Spatula 20 152.00 3,040.00 Piece Spray Bottle 20 92.00 1,840.00 Piece Hair Steamer 20 6,502.00 130,040.00 Piece Stool 120 6,252.00 750,240.00 Hairdressing Nc Ii - Sub- Total ₱2,938,800.00 Specialization: Housekeeping Nc Ii Piece Apron, Polyester-cotton 800 392.00 313,600.00 Piece Laundry Baskets 160 4,558.00 729,280.00 Piece Alarm Clock 32 349.00 11,168.00 Set Bed, Queen Size 32 22,499.00 719,968.00 Set Bed, Single 32 12,752.00 408,064.00 Piece Ironing Board 32 3,202.00 102,464.00 Pair/ Set Boots, Safety, Plastic 320 652.00 208,640.00 Piece Housekeeping Brush 160 202.00 32,320.00 Piece Water Buckets 160 152.00 24,320.00 Piece Caddy, Toilet 32 187.00 5,984.00 Piece Carpet Sweeper 32 2,202.00 70,464.00 Unit Housekeeping Cart (nc Ii) 32 4,502.00 144,064.00 Piece Caution Sign 160 1,039.00 166,240.00 Piece Cleaning Cloths, Lint-free 320 352.00 112,640.00 Unit Coffee Maker 32 3,502.00 112,064.00 Piece Dust Pan 160 302.00 48,320.00 Piece Duster, Anti-static 160 272.00 43,520.00 Unit Electric Fan (stand Fan) 64 4,122.00 263,808.00 Unit Fire Extinguisher (with Contents) 96 1,908.00 183,168.00 Piece Flashlight 160 792.00 126,720.00 Unit Flat Iron 32 349.00 11,168.00 Piece Scrubbing Foam 320 144.00 46,080.00 Piece Garbage Receptacles 64 714.00 45,696.00 Piece Gloves, Rubber 800 707.00 565,600.00 Piece Goggles, Safety 480 362.00 173,760.00 Unit Hairdryer 32 952.00 30,464.00 Unit Water Hose 64 1,442.00 92,288.00 Unit Electric Kettle 32 1,902.00 60,864.00 Piece Laundry Sorter 160 1,762.00 281,920.00 Unit Emergency Light 64 3,502.00 224,128.00 Piece Mirror 32 1,502.00 48,064.00 Unit Item Description Qty Unit Cost Total Cost Piece Mop 160 1,302.00 208,320.00 Unit Electric Floor Polisher With Accessories 32 10,502.00 336,064.00 5 Shelves /piece Shelving 32 2,627.00 84,064.00 Piece Sponges, Dish 320 97.00 31,040.00 Piece Spray Gun, Water 160 152.00 24,320.00 Piece Squeegee 64 252.00 16,128.00 Piece Squeezer, Mop 64 1,540.00 98,560.00 Piece Step Ladder 32 2,601.00 83,232.00 Unit Vacuum Cleaner, Dry And Wet 32 10,502.00 336,064.00 Unit Washer, Laundry 32 22,377.00 716,064.00 Piece White Board 64 11,300.00 723,200.00 Housekeeping Nc Ii - Sub- Total ₱8,063,904.00 Specialization: Local Guiding Services Nc Ii Set First Aid Kit 8 3,214.00 25,712.00 Unit Megaphone 8 2,108.00 16,864.00 Piece Whistle 8 152.00 1,216.00 Piece White Board 8 11,300.00 90,400.00 Local Guiding Services Nc Ii - Sub- Total ₱134,192.00 Specialization: Wellness Massage Nc Ii Set Dummy, Anatomical 15 2,635.00 39,525.00 Unit Massage Bed / Table 75 6,249.00 468,675.00 Piece Massage Chair 15 13,002.00 195,030.00 Unit Sphygmomanometer 75 1,020.00 76,500.00 Unit Stethoscope 75 599.00 44,925.00 Unit Talking Sphygmomanometer 15 3,722.00 55,830.00 Piece Talking Thermometer 15 2,112.00 31,680.00 Piece Thermometer, Digital 75 359.00 26,925.00 Piece White Board 15 11,300.00 169,500.00 Wellness Massage Nc Ii - Sub- Total ₱1,108,590.00 Grand Total ₱65,931,598.00 Please See Attached Annex A For Detailed Specifications For Each Item. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Deped Regional Office Xi, F. Torres St., Davao City And Inspect The Bidding Documents During Monday – Friday, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 To March 3, 2025, Monday – Friday, 8:00 A.m. To 5:00 P.m. At Procurement Unit, Department Of Education Regional Office Xi, F. Torres St., Davao City, Upon Payment In Cash Of A Non-refundable Fee Of Fifty Thousand Pesos (₱50,000.00) To Deped Cashier. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person To The Procurement Unit. 6. The Department Of Education, Regional Office Xi, Will Hold A Pre-bid Conference On February 17, 2025 @ 9:00 A.m. (monday) At The Procurement Unit, Deped Regional Office Xi, F. Torres St., Davao City And/or Via Microsoft Teams Platform Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Stamped Received By The Procurement Unit Staff Through Manual Submission At The Office Address Indicated Below On Or Before March 3, 2025, (monday) Before 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 3, 2025, (monday) Before 9:00 A.m At Deped Regional Office Xi, F. Torres St., Davao City And/or Via Microsoft Teams Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Deped Regional Office Xi, F. Torres St., Davao City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joy L. Sibonga Ao Iv, Ad-procurement Unit Department Of Education Region Xi F. Torres St., Davao City Procurementunit.regionxi@deped.gov.ph (082) 291-0051 Loc. 1119 +63 9453349262 Rebonfamil R. Baguio Bac Chairperson
Closing Date3 Mar 2025
Tender AmountPHP 65.9 Million (USD 1.1 Million)
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Others
United States
Details: Sources Sought Number: Fd-2025-071
notice Type: Sources Sought Synopsis
title: Coastal Virginia Offshore Wind (cvow) Survey Mitigation Research Survey
response Date: January 10, 2025
this Is A Sources Sought Synopsis And Is Not A Pre-solicitation Announcement. The Purpose Of This Market Research And Sources Sought Notice Is To Gain Knowledge Of Potential Qualified U.s. Domestic Businesses, Which Could Include Small Business, Hubzone, 8(a), Service Disabled Veteran Owned, Women Owned Small Business Firms And Even Large Businesses. Responses To This Sources Sought Synopsis Will Be Used By The Government In Making Appropriate Acquisition Decisions.
background:
noaa Fisheries Performs Standardized, Scientific Surveys To Assess Changes In Abundance And Population Metrics Of Fish, Invertebrates, And Protected Species Over Space And Time. In Response To The Potential Disruption Of Long-running (some More Than 30 Years) Survey Missions, The Southeast Fisheries Science Center Has Developed A Survey Mitigation Plan Intended To Guide The Development And Implementation Of A Program To Mitigate Impacts Of Wind Energy Development On Fisheries Surveys In The Southeast Region. Construction Of Wind Turbines Along The U.s. East Coast Allows For Some Feasibility Testing Of Survey Methodologies Adapted For Data Collection Within And Around Wind Farms. This Project Aims To Identify And Develop New Survey Approaches And Will Require The Contracting Of Vessel(s) That Can Support Several Scientists And Deploy And Recover Multiple Types Of Survey Gear Near The Offshore Wind Turbines Located At The Cvow Pilot Area Over The Course Of 7 Days.
intended Use/purpose:
we Will Test The Feasibility Of Using The Following Methodologies Within And Around Wind Farms: Diver Surveys, Video Trap Surveys, Passive Acoustic Monitoring, Echosounder, Multibeam, Ctd, Uncrewed Aerial Systems, Water Collection, Benthic Sample Collection, Uncrewed Underwater Systems. Although A Single Vessel Is Preferred, Noaa Will Also Consider Multiple Vessels Working Together As An Alternative.
special Requirements/essential Salient Features:
vessel Must Have, In Proper Working Order, All Required United States Coast Guard (uscg) Approved Safety, Navigation, And Communication Devices And Equipment.
vessel Shall Have Sufficient Fuel Capacity To Support Operations For Seven Full Days At Sea Without Refueling.
vessel Shall Have A Rear Deck Area Clear Of Obstructions For Setting Up, Stowing, Rinsing, And Dismantling Survey Gear.
vessel Will Be Able To Maintain Station Using Dynamic Positioning
vessel Must Have An Indoor Dry Counter Area Suitable For Project Scientists To Use Government Provided Laptops And Other Small Electronic Equipment. The Workspace Shall Include Access To Adjacent Electrical Outlets (120 Vac, 60 Hz).
the Contractor Must Provide Clean And Sanitary Berthing Accommodations For Up To 8 Male And Female Government Personnel. Personnel May Share Berthing Arrangements, But Must Allow For Separate Rooms For Male And Female Personnel. Berthing Spaces Must Contain At Least One Drawer Or Closet Per Occupant For Stowage Of Clothing And Personal Gear, Lighting, Ventilation, Emergency Exit, And Separated From Machinery Or Fuel Tanks. Quarters And Furnishings Shall Contain Fireproof Installations And Co Monitors Where Applicable.
berthing Requirements, Including The Number And Gender Of Government Personnel, Will Be Provided By The Project Lead Approximately Two Weeks Prior To Departure. The Project Lead And Captain Will Work Together On A Detailed Berthing Plan To Accommodate The Gender Mix Of The Government Personnel, Taking Into Consideration The Current Complement Of The Vessel.
vessel Must Have A Potable Fresh Water Supply For Vessel And Personal Use (including Showers And Laundry) For All Personnel Aboard For The Duration Of The Charter. The Potable Water System Shall Have Dedicated Tanks (treated And Coated), Ventilated With Insect Screens Installed (if Appropriate), And A Dedicated Potable Water Hose With Filters That Remove Particulates Including Rust.
vessel Must Provide Clean Linens Including Mattresses, Clean Fitted Sheets, Pillows, And Towels For Government Personnel.
the Vessel Must Have A Minimum Of Two Heads And Two Freshwater Showers Available To Government Personnel. Additional Heads/showers Are Desired But Not Required And May Be Given Additional Consideration During Technical Evaluation. The Vessel Shall Provide Sufficient Soap, Toilet Paper, And Paper Towels For The Number Of Personnel On-board And The Duration Of The Charter.
all Indoor Vessel Workspaces, Berthing, And Galley Spaces Must Be Adequately Ventilated And Free From Tobacco Smoke, Excessive Engine Noise, And Hydrocarbon Fumes.
the Vessel Must Be Able To Maintain Underway Status, Including All Engine-room Functionality, For The Entire Duration Of The Charter. The Vessel Must Be Able To Maintain All Housekeeping, Deck, And Other Necessary Services While Underway Or While On-station (at Anchor Or Otherwise).
vessel Captain And Crew Shall Comply With Waste Management, In An Effort To Reduce Marine Debris Pollution, Vessel Regulations As Described In Section V Of The Marpol Convention. The Vessel Is Required To Have A Storage Facility, With Or Without A Trash Compactor, To Retain All Refuse, Or A Means To Incinerate This Refuse So That It Is Not Disposed Of At Sea.
the Contractor Must Provide A Captain, Appropriately Licensed By The Uscg For The Gross Tonnage Of The Vessel, For The Duration Of The Charter. The Captain Shall Be Competent In The Use Of Navigation And Safety Equipment. The Captain Shall Have Experience Launching And Recovering Scientific Equipment, Navigating Busy Waterways, And Operating In The Offshore Environment. The Captain Will Work Directly With The Chief Scientists For Matters Pertaining To Deck Layout, Berthing Arrangements, Trip Itinerary, Planning, And Operations. The Captain Will Be Familiar With All Contract And Statement Of Work Requirements.
the Contractor Must Provide Adequate Crew To Meet Uscg Safe Manning Levels And Provide Appropriate Crew To Safely Conduct The Required Operations. The Contractor Must Provide Skilled Individuals On The Vessel Capable Of Crane Operations And Line Handling For Launch And Recovery Of All Small Boats And Cargo.
captain And Crew Must Have All Required And Necessary Qualifications, Licenses, And Certifications Appropriate To Their Position. All Contractor Crew Will Be Physically Capable Of Performing All Required Tasks During The Charter. The Contractor Will Provide The Tpoc With The Captain And Crew Qualifications For Those Individuals That Will Be Sailing On The Charter At The Pre-charter Meeting Or No Less Than 14 Days Prior To Departure.
all Contractor And Government Personnel Must Comply With Noaa And Sefsc Personnel Conduct Policies Including: Eeo, Workplace Harassment, Substance Abuse, Safety, And Environmental Awareness. A Zero Tolerance Policy For Any Type Of Harassment Will Be Enforced. The Contractor Must Provide Safe, Efficient Working Conditions And Accommodations To The Government Personnel Free From Violence, Threats Of Violence, Harassment (including Sexual Harassment), Intimidation, And Other Disruptive Behavior. The Contractor, Its Agents, Subcontractors, And Employees, Including The Captain And Crew Of The Vessel Must Not Harass, Assault, Oppose, Impede, Intimidate, Threaten, Interfere With Or Make Unwelcome Advances Toward Any Member Of Government Personnel. Violation Under This Clause May Result In Termination Of The Contract, At The Discretion Of The Government Under The Default Clause, And Consequent Liability Of The Contractor To The Government For Any Costs Incurred, As Well As Debarment, Suspension Or Similar Action From Future Participation In Government Contracts. Violation Of The Contractor’s Obligations Under This Clause May Result In Criminal And/or Civil Prosecution Of The Person(s) Involved By Either The Government Or Affected Government Personnel, As Provided By Applicable Law, As Well As Adverse Performance Evaluation Under The Terms And Conditions Of This Contract.
during The Charter Period, The Possession Or Use Of Intoxicating Substances And/or Illegal Drugs, By Any Person, Is Not Permitted And May Be Grounds For Termination Of This Contract By The Government.
delivery Schedule:
the Cruise Must Be Completed Between April 1, 2025 And April 16, 2025.
the North American Industry Classification Code (naics) Is 483114 With A Size Standard Of 550 Employees.
interested Firms Shall Provide, In Writing, A Brief Narrative (no More Than 3 Pages In Length) And Documentation To Support Your Firm’s Capability And Experience Specific To Meeting This Requirement Herein And Include Your Firm’s Name, Address, Point Of Contact, Telephone Number, Sam Ueid Number, Ccr Cage Number, Business Type And Size (i.e., Small, Large, Non-profit, Educational, Etc.). Any Response That Does Not Include This Information Will Not Be Considered. The Government Will Review Your Response To Determine If Your Firm Has The Experience, Knowledge And Capability To Provide The Items As Specified Above. Do Not Provide A Generic Capabilities Statement. Only Respond With A Detailed Capabilities That Clearly Shows Capabilities To Meet The Above Specific Requirements.
this Request For Information Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued. Nor Does This Request For Information Constitute A Commitment, Implied Or Otherwise, That Any Procurement Action May Be Issued For The Government’s Requirements.
no Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of The Submission Of Contractor’s Information. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Proprietary Information Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With The Applicable Government Regulations.
all Contractors Doing Business With The Government Are Required To Be Registered And Active With The System For Award Management (sam) Website.
note: This Sources Sought Is Not Considered A Request For Proposal But A Request For Information Only. No Solicitation Document Is Available. No Contract Will Be Awarded Based On Responses Received To This Notice.
responses Shall Reference Sources Sought Fd-2025-071 And Be Sent To Amy.gilliland@noaa.gov
Closing Date10 Jan 2025
Tender AmountRefer Documents
NATIONAL PARK SERVICE USA Tender
Others
United States
Details: Site Visits At All Locations (sports And Events Center, Driving Range, Pitchand Putt) Are Now Scheduled For Tuesday, January 28th, And Wednesday, February 12, From 10am To 3 Pm. Prospective Applicants Should Ensure They Visit All Three Locations On The Same Day. Please Be Sure To Register In Advance By Emailinggateway_bmd@nps.govand Providing The Name Of Your Company And The Names/emails Of Attendees.
summary Of Leasing Opportunity:
this Request For Proposals (rfp) Provides The Opportunity For Any Interested Individual Or Organization, Hereinafter Referred To As “offeror” (offeror, ‘you’, ‘your’) To Submit Proposals To The National Park Service (nps, ‘lessor’) To Lease Nps Property At Gateway National Recreation Area Under The Following General Terms And Conditions.
this Lease Opportunity Is Open On A Competitive Basis And The Facility Will Be Delivered To Lessee, “as-is, With All Faults. The Selected Offeror Negotiate A Lease Based On The Attached Sample Lease (see Attachment A). Elements Of Your Proposal May Be Incorporated Into The Lease At Lessor’s Discretion.
overview Of Property Offered For Lease:
this Rfp Includes Lands And Facilities At Two (2) Locations:
location 1 - Jacob Riis Park Golf Course, Queens, Ny: Across From The Atlantic Ocean Via A Path That Diverges From The Boardwalk Lies The Jacob Riis Park “pitch And Putt” Golf Course In Rockaway, Queens. The Facilities At Jacob Riis Park Are Part Of A Historic District And Include A Par 3 18-hole Pitch And Putt Golf Course, Practice Area, A Service Building, And A Gazebo. The Course Area Is Approximately 21.6 Acres And Includes Irrigation And Electric Infrastructure. The Golf Course Is Minutes From The Marine Park Bridge, Breezy Point, And Belle Harbor. Seasonal Operations Typically Run From The End Of March Until Mid-november. Offerors Are Not Limited To Seasonal Operation. Offerors May Propose Additional Activities Which Nps May Authorize So Long As Nps Determines Per Its Sole Discretion That Such Activities Are Consistent With The Purposes Established By Law For The Park Area.
location 2 - Flatbush Avenue Driving Range, Brooklyn: Located At 3200 Flatbush Avenue, Brooklyn, Ny, Approximately 1 Mile From Exit 11s On The Belt Parkway Is Brooklyn’s Only Full-size Driving Range. The Driving Range Is Located On The Southbound Side Of Flatbush Avenue, Next To The Gateway Marina. The Driving Range Facilities Include 71 Tees (20 Covered And Heated Tees), Pro Shop Facility, Maintenance Building, Putting Area, Miniature Golf Course, And A Few Small Buildings Used For Related Services. Seasonal Operations Typically Run From The End Of March Until Mid-november. Offerors Are Not Limited To Seasonal Operation. Offerors May Propose Additional Activities Which Nps May Authorize So Long As Nps Determines, At Its Sole Discretion, That Such Activities Are Consistent The Purposes Established By Law For The Park Area.
the Driving Range May Be Subject To Future Environmental Investigations That Could Impact Operations For A Period Of Time. Offerors Should Consider The Following Prior To Submitting Proposals:
whether The Offeror Is Able To Limit Any Proposed Improvements To The Driving Range And Related Facilities To Slab Or Above Grade. Ground Penetration Will Not Be Authorized As Part Of Any Proposals To Improve Or Repair.
whether This Opportunity As A Whole Remains Viable For The Offeror In The Event Use Of The Driving Range Is Discontinued (additional Information Below).
this Location Also Includes A Miniature Golf Course. The Miniature Golf Course Has Been Out Of Service For An Extended Period Of Time. The Dimensions Are: Northern Boundary 1,239'; Southern Boundary 1,200'; Eastern Boundary 1,200'; Western Boundary 1,200' Subject To The Reservation By Nps Of An Area Approximately 100' Wide, Adjacent To The Mini-golf Facilities And The Boundary Adjacent To The Marina, Depicted In The Map Below Which The Lessee May Utilize At Nps Discretion, Until Such Time As Nps Determines At Its Sole Discretion The Reserved Area Must Be Utilized For Park Purposes. The Bridges Within The Mini Golf Course Are Personal Property Of The Current Operator.
a Site Visit Of Both Locations For Prospective Offerors Is Expected To Take Place In Mid To Late January Of 2025. More Information Will Be Posted Here: Do Business With Us - Gateway National Recreation Area (u.s. National Park Service)
use Of The Lease Premises:
the Proposed Lease Will Authorize The Continued Operation Of The Existing Driving Range, Practice Green And Mini Golf Complex Located On Flatbush Avenue And Pitch And Putt Golf Course At Jacob Riis Park. The Proposed Lease May Also Authorize Incidental Activities Related To The Primary Use, Subject To Nps Review And Approval At Nps’s Sole Discretion, Of Any Additionally Proposed Activity. The Premises Shall Be Subject To The General Supervision And Inspection Of The Nps And To Such Rules And Regulations Regarding Ingress, Egress, Safety, Sanitation, And Security, As May Be Prescribed By The Park Superintendent From Time To Time. The Lessee Shall Be Responsible For The Maintenance And Repair Of The Premises And Any Improvements To The Premises That May Be Necessary During The Term Of The Offered Lease.
key Information About The Authorized Use:
term Of The Lease: The Term Of The Lease Shall Not Exceed 10 Years. The Lease Term Will Commence As Soon As Possible Following Selection Of The Best Offer Pending Completion Of Any Required Compliance Review And Rent Determination Required By The Department Of The Interior’s (doi) Appraisal Valuation Services Office (avso) Or Its Designee.
offerors Should Note That Nps Will Reserve The Right To Modify The Lease And Restrict Or Exclude Use Of The Flatbush Avenue Driving Range And Related Facilities Based On The Results Of Environmental Surveys Or Assessments That Nps Intends To Conduct In The Area At Some Point During The Lease Term. In The Event The Nps Determines Use Of The Driving Range And Related Facilities Must Be Restricted Or Entirely Prohibited, The Lease Will Be Amended To Account For The Corresponding Change. Offerors Should Account For This Possibility When Preparing Submissions.
rent: The Lessee Is Required By Law To Pay, At Minimum, A Fair Market Value Rent (fmvr) To Nps. Offerors Should Identify The Amount Of Rent They Proposed To Pay In Connection With This Opportunity. The Final Rent Payment Schedule Will Be Negotiated With The Selected Offeror.
lessee’s Responsibilities:
insurance: During The Term Of This Lease, The Lessee Shall Maintain General Liability, Property, Worker’s Compensation And Employer’s Liability, And Business Interruption And Extra Expense Insurance In Amounts Set By The Lessor. Lessee’s Insurance Coverage Amounts Will Be Periodically Reviewed By The Lessor. These Reviews Will Ensure The Lessee Has Appropriate Coverage In Light Of Any Changing Circumstances. At Lease Commencement, Lessee Must Provide Proof Of Property Insurance In The Amount Sufficient To Provide Loss, Damage, And Destruction Coverage For A Facility Of This Size, Scope, And Use, As Well As Proof Of Commercial General Liability Insurance In The Amount Of Not Less Than $3,000,000 Single/$5,000,000 Aggregate, With Additional Excess Liability Insurance [umbrella] Necessary To Provide Adequate Coverage Or Protection Consistent With Industry Standards.
maintenance - Lessee’s Responsibilities:
lessee Will Be Responsible For Scheduled And Cyclical Repair And Maintenance Of The Assigned Lands And Facilities.
lessee Will Be Responsible For Any Unscheduled Or Emergency Work (e.g. After-hours Drain Clearing, Plumbing Or Electrical Work) Necessary To Ensure The Successful Operation Of The Lease Premises.
lessee Will Be Responsible For Establishing And Funding A Reserve Account Dedicated To Facility Maintenance And Facility Improvements.
lessee Will Be Responsible For Routine Housekeeping.
lessee Will Be Responsible For Grounds Maintenance Within The Lease Premises. This Includes Maintaining The Grass And The Grounds In Good Condition, Including, Without Limitation, Regular Grass Mowing, Care Of Ornamental Plantings, Snow Removal, And Trash Management And Removal.
potential Improvement Projects: Lessor May, But Is Not Obligated To, Undertake Projects Intended To Improve The Premises Or Utilities Serving The Premises During The Lease Term. In Such Cases, Lessor Will Coordinate With Lessee To Minimize Impacts On Lessee’s Operations.
utilities: The Lessee Is Solely Responsible For All Utilities Including Telephone, Cable, And Internet Access. Subject To Advance Written Approval By The Lessor Of Any Utility Service, The Lessee At Its Sole Expense Shall Make All Arrangements With Appropriate Utility Providers (including The Lessor Where Applicable), For All Utilities Not Provided By The Lessor And Furnished To The Premises. Any Utility Service Provided By Lessor Will Be Subject To The Lessor’s Established Policies And Procedures For Provision Of Utility Services To Third Parties.
key Personnel: Lessee Shall Be Required To Maintain And Provide To Nps An Updated List Of Its Qualified And Experienced Personnel, Including A List Of All Contractors And Subcontractors Utilized In Connection With The Authorized Activity.
sustainability: The Park Manages Its Sustainability Program Under An Environmental Management System, Which Sets Forth Goals Ranging From Solid Waste And Energy Conservation To Renewable Energy And Climate Change Education.
lessee Shall Require That Hazardous And Universal Waste Generated From The Site Is Disposed Of In Accordance With State And Local Laws.
lessee Shall Ensure That All Trash, Recycling, And Composting Meet Applicable Federal, State, And Local Requirements And Goals.
lessee Shall Make Every Effort To Reduce, Reuse, And Recycle Solid Waste.
lessee Shall Make Every Effort To Utilize Efficient Energy And Develop And Implement A Comprehensive Plan For Energy And Water Conservation.
a Link To The Rfp And Corresponding Attachments, As Well As Information About Other Opportunities At Gateway National Recreation Area, Can Found Here: Do Business With Us - Gateway National Recreation Area (u.s. National Park Service)
Closing Date10 Mar 2025
Tender AmountRefer Documents
Cebu Technological University Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Philippines
Details: Description 1. Agriculture & Fisheryy Arts 2023 1 Piece 2. Readings In The Philippine History (latest Edition) 3 Pieces 3. Mathematics In The Modern World (latest Edition) 3 Pieces 4. Teaching Mathematics In Primary Grade (latest Edition) 3 Pieces 5. Teaching Mathematics In Intermediate Grade (latest Edition) 3 Pieces 6. Teaching Science In The Elementary Grades 2024 1 Piece 7. Understanding The Self (go-monilla,a. Et Al) 2023 1 Piece 8. Understanding The Self (luna, A. Ph. L) 2023 1 Piece 9. Entrepreneurship 2022 1 Piece 10. Field Study 2 (latest Edition) 1 Piece 11. Field Study 2 (2023) 1 Piece 12. Purposive Communication (latest Edition) 2 Pieces 13. Essentials Of Purposive Communication 2023 1 Piece 14. Field Study 1 (latest Edition) 1 Piece 15. Field Study 1 2023 1 Piece 16. Fundamentals Of Programming 1st Edition 1 Piece 17. Computer Programming For Beginners And Cyber Security 1,2,3,4 (2023) 1 Piece 18. Architectural Drafting & Design (latest Edition) 2 Pieces 19. Architectural Graphics Standards (latest Edition) 1 Piece 20. Drafting Fundamentals For Entertainment Classroom 2023 1 Piece 21. Engineering Graphics Essentials W/ Autocad 2023 1 Piece 22. Architecture-form,space And Order (latest Edition) 1 Piece 23. Architectural Detailing (3rd Edition) 2023 2 Pieces 24. National Building Code Of The Philippines (2023) 1 Piece 25. Architecture 101 (latest Edition) 1 Piece 26. Visual Dictionary Of Architecture (latest Edition) 1 Piece 27. Architectural Terms (latest Edition) 1 Piece 28. Carpentry: The Complete Guide To Woodworking (latest Edition 1 Piece 29. Interior Design Masters (latest Edition) 1 Piece 30. Residential Interior Design (latest Edition) 1 Piece 31. Ultimate Electronics Practical Circuit Design & Analysis (latest Edition) 1 Piece 32. Computer Networking (latest Edition) 1 Piece 33. Modern Electronics Devices & Communication System 2023 1 Piece 34. Master's Mastery A Comprehensive Plumbing Visual Dictionary (latest Edition) 2 Pieces 35. Practical Methods On Construction Management (latest Edition) 1 Piece 36. Fundamental Of Building Construction Materials & Methods 2023 1 Piece 37. Tile Setting (latest Edition) 1 Piece 38. Fola 1 & 2 (advance Korean) 2023 2 Pieces 39. Fola 1 & 2 (korean For Beginners 3rd Edition) 2023 2 Pieces 40. Fola 1 & 2 (korean For Beginners Mastering Conversation Korean) Latest Edition 2 Pieces 41. Fundamentals Of Food Service Operation 2023 1 Piece 42. Management Of Food & Beverage Operations 2023 1 Piece 43. Organization & Management (latest Edition) 1 Piece 44. Business Finance (latest Edition) 1 Piece 45. Multicultural Diversity In Workplace For The Tourism Professional (latest Edition) 1 Piece 46. Cultural Diversity In Organization 2023 1 Piece 47. Micro Perspective Of Tourism & Hospitality 1st Edition 2023 1 Piece 48. Micro Perspective Of Tourism & Hospitality (maria Arlene Et Al) 2023 1 Piece 49. Fundamental In Food Services Operations 2023 1 Piece 50. The Bar & Beverage Handbook (latest Edition) 1 Piece 51. Bartending (the Basic Of Mixology) 2023 1 Piece 52. Cocktail Making & Bartending (latest Edition) 1 Piece 53. Tourism & Hospitality Research 2022 Edition 1 Piece 54. Research In Tourism 2023 Edition 1 Piece 55. Practical Research 1 On Quality Research (latest Edition) 1 Piece 56. Hotel Housekeeping Advance 2024 1 Piece 57. Risk Management As Applied To Safety Sanitation 2023 2 Pieces 58. Kitchen Essentials & Basic Food Preparation 2023 2 Pieces 59. Kitchen Essentials & Basic Food Preparation 2nd Edition (book W/ Dvd) 2023 1 Piece 60. Macro Perspective Of Tourism 7 Hospitality 1st Edition 2023 2 Pieces 61. Hilot: The Science Of The Anciest Filipino Healing Arts (latest Edition) 1 Piece 62. Massage Therapy, 7th Edition 2023 1 Piece 63. The Therapeutic Beauty Hilot (latest Edition) 1 Piece 64. Strategic Management In Tourism & Hospitality Industry (latest Edition) 1 Piece 65. Bread & Pastry Production (1st Edition) 2023 2 Pieces 66. Bread & Pastry Production (2nd Edition) 2023 2 Pieces 67. Foundation Of Operations Management 2024 1 Piece 68. Strategic Operations Management 2nd Edition 2024 1 Piece 69. Advanced Production & Operations Management 2024 1 Piece 70. Operations Management In Hospitality & Tourism Business 2023 1 Piece 71. Fundamentals In Lodging Operations 1st Edition 2023 1 Piece 72. Fundamentals In Lodging Operations 1st Edition 2023 1 Piece 73. Operations Management (latest Edition) 1 Piece 74. Operations Management & Total Quality Management 2023 1 Piece 75. Industrial/organizational Psychology & Applied Approach 8th Edition 2023 1 Piece 76. Industrial/organizational Psychology 6th Edition 2023 1 Piece 77. Entrepreneurial Mind (latest Edition) 1 Piece 78. Entrepreneurial Mindset (latest Edition) 1 Piece 79. Industrial Management (latest Edition) 1 Piece 80. Gender & Society W/ Peace Education Towards An Inclusive Higher Education Perspective 2023 1 Piece 81. Gender & Society (latest Edition) 1 Piece 82. Environmental Science (latest Edition) 1 Piece 83. Fundamentals Of Environmental Science 2023 1 Piece 84. Environmental Science Protect Our Planet 2nd Edition 2023 1 Piece 85. The Contemporary World 2nd Edition 2023 1 Piece 86. The Contemporary World Obe Based (latest Edition) 1 Piece 87. The Contemporary World 2024 1 Piece 88. The Child & Adolescent Learners & Learning Principles, Obe & Ppst Based-prof. Ed 2023 1 Piece 89. A Course Module For Child & Adolescent Learners & Learning Principles 2023 1 Piece 90. Teaching Profession 1st Edition 2023 2 Pieces 91. The Teaching Profession 4th Edition 2023 2 Pieces 92. Teaching Profession Passion & Mission 2nd Edition 2023 1 Piece 93. The Life & Work Of Jose Rizal-obe Based (latest Edition) 1 Piece 94. Jose Rizal; Social Reformer Patriot A Study Of His Life & Times 1 Piece 95. Kontekstwalisadong Komunikas Sa Filipino 2nd Edition 2023 1 Piece 96. Kontekstwalisadong Komunikas Sa Filipino 2023 1 Piece 97. Living In The Information Technology Era (latest Edition) 1 Piece 98. Living In The Information Technology Era (jr.romina,r.caoili-tayuan) 2023 1 Piece 99. Teaching Arts In Elementary Grade 2023 1 Piece 100. Masonry Design Principles & Practices 2023 1 Piece 101. Complete Book Of Carpentry 2023 1 Piece 102. Physical Activity Towards Health & Fitness 1 (latest Edition) 2 Pieces 103. Path-fit 2 (combative Sports & Outdoor Recreational Act) Latest Edition 3 Pieces 104. Path-fit Dance 2023 3 Pieces 105. Path-fit 4 (menu Of Sports) 2023 3 Pieces 106. Physical Education & Health Aquatic (basic Swimming & Mountaineering) 2023 2 Pieces 107. Physical Education 1 Introduction To Gymnastics (latest Edition) 2 Pieces 108. Teaching P.e & Health In Elementary Grades 2023 2 Pieces 109. Food Service Management 2023 3 Pieces 110. Cookery (home Economics) 2023 3 Pieces 111. Fundamental In Food Service Operations (latest Edition) 3 Pieces 112. Technology For Teaching & Learning 1 2023 3 Pieces 113. Fundamentals Of Carpentry Work (latest Edition) 3 Pieces 114. Cookery (exploratory Course) 2023 2 Pieces 115. Practical Research 1 2023 3 Pieces 116. The Teacher & The School Curriculum 2023 3 Pieces 117. Curriculum Development 2023 3 Pieces 118. Curriculum Development A Guide For Teachers & Students (latest Edition) 3 Pieces 119. Home Economics Literacy (latest Edition) 3 Pieces 120. National Service Training Program 2023 2 Pieces 121. Advance Electrical Plumbing With Cad (latest Edition) 1 Piece
Closing Date6 Feb 2025
Tender AmountPHP 117.1 K (USD 2 K)
ILOILO STATE UNIVERSITY OF FISHERIES SCIENCE AND TECHNOLOGY Tender
Others
Philippines
Details: Description Republic Of The Philippines Iloilo State University Of Fisheries Science And Technology Office Of Bids And Awards Committee-procurement Office Dingle, Iloilo | Email: Iscofdingle@yahoo.com/annalynsoubiron@yahoo.com Website: Iscof.edu.ph | Contact No: 09488865995 Request For Quotation (rfq No. 25-003) - Lot 1 The Iloilo State University Of Fisheries Science And Technology -dingle Campus, Dingle, Iloilo Through Its Bids And Awards Committee, Intends To Procure For The Project Supply And Delivery Of Various Reference Books With The Approved Budget For The Contract (abc) In The Amount Of Two Hundred Twenty Thousand Pesos Only (php 220,000.00) Chargeable Against Fund 164 And Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of The Ra 9184. Submit Your Quotation Duly Signed By The Authorized Representative Not Later Than February 11, 2025 At Exactly 9:00am At The Office Of Bids And Awards Committee . A Copy Of The Following Are Required To Be Submitted Along With Your Signed Quotation/proposal, To Wit: 1. Mayors Permit/business Permit 2. Philgeps Registration Certificate 3. Dti/sec Registration 4. Bir/tax Clearance Certificate 5. Itr 7. Omnibus Sworn Statement 8. Statement Of On-going And Completed Project 9. Spa For Any Clarification, You May Contact Us At Telephone Nos. (033) 3371591/096120077089/09488865995 Or Email At Iscofdingle@yahoo.com. (sgd) Alma P. Locara, Ed.d. Bac Chairperson Request For Quotation (rfq No. 25-003) - Lot 1 Item No. Qty Unit Articles And Description Offered Brand/description Unit Cost Total Cost 1. 1 Pc Reforming Aricultural: Employment Generation And Poultry Reduction/ Stokes/ 2023 2. 1 Pc Sensor Application In Managing Lu-season Crop Variability/ Uwera/ 2021 3. 1 Pc Urban Horticulture/ Bhanot/ 2021 4. 1 Pc Agriculture Innovation Systems In Asia/ Singh/ 2021 5. 1 Pc Production Technology Of Fruit Crops/ Patil/ 2022 6. 1 Pc Agriculture And Food Technology In Human Life/ Singh/ 2023 7. 1 Pc Agricultural Technology And Land Development Machinery/2022 8. 1 Pc Vegetables Crops Breeding/ Mulge/ 2021 9. 1 Pc Impact Of Globe Climate Change On Agricultural Productivity/ Miller 10. 1 Pc Herbicides And Weed Control/ Jhala/ 2021 11. 1 Pc Biotechnology For Food, Agriculture And Environment 12. 1 Pc Introductory Crop Science/ Ingram/ 2023 13. 1 Pc Crop Diseases Management: Principles And Practices/ James/2023 14. 1 Pc Remote Sensing And Gi's Application In Crop Mapping/ Khosravi/ 2024 15. 1 Pc Crop Production: Techniques And Technology/ Ingram/ 2023 16. 1 Pc Agricultural Implements And Machinery/ 3g E-learning/ 2023 17. 1 Pc Engineering Tolerance In Crop Plants Against Abiotic Stress/ 2022 18. 1 Pc The Latest Technologies In Agriculture And Plant Sciences: Improved Techniques, Methods, And Yields/ Fouda/ 2023 19. 1 Pc Role Of Biotechnology In Exploring And Protecting Agricultural Genetic Resources/ Ferry/ 2023 20. 1 Pc Integrated Farm Management For Sustainable Agriculture/ Recus/ 2024 21. 1 Pc Shelf-life Studiesin Food Science/ Marotirao/ 2023 22. 1 Pc Effects Of Food Processing On Bioactive Compounds/ Sharma/ 2023 23. 1 Pc Food Production And Processing/ Prakash/ 2020 24. 1 Pc Food Flavors: Generation, Analysis And Process Influence/ Kele/ 2022 25. 1 Pc Food Containing Genetically Modified Material/ Prakash/ 2023 26. 1 Pc Land Policy And Farm Management In Agriculture/ Brown/ 2023 27. 1 Pc Agriculture Trade And Marketing/ Wafullah/ 2023 28. 1 Pc Farm Management/ Kay/ 2024 29. 1 Pc Sustainable Use Of Agricultural Biodiversity In Nanotechnology/2023 30. 1 Pc Agriculture: Science And Technology/ Joseph/ 2022 31. 1 Pc Biointensive Integrated Pest Management In Horticultural Ecosystem/ Singh/ 2023 32. 1 Pc Horticulture Farming/ Kumar/ 2023 Republic Of The Philippines Iloilo State University Of Fisheries Science And Technology Office Of Bids And Awards Committee-procurement Office Dingle, Iloilo | Email: Iscofdingle@yahoo.com/annalynsoubiron@yahoo.com Website: Iscof.edu.ph | Contact No: 09488865995 Request For Quotation (rfq No. 25-003)-lot 2 The Iloilo State University Of Fisheries Science And Technology -dingle Campus, Dingle, Iloilo Through Its Bids And Awards Committee, Intends To Procure For The Project Supply And Delivery Of Various Reference Books With The Approved Budget For The Contract (abc) In The Amount Of One Hundred Forty Thousand Pesos Only (php 140,000.00) Chargeable Against Fund 164 And Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of The Ra 9184. Submit Your Quotation Duly Signed By The Authorized Representative Not Later Than February 10, 2025 At Exactly 9:00am At The Office Of Bids And Awards Committee . A Copy Of The Following Are Required To Be Submitted Along With Your Signed Quotation/proposal, To Wit: 1. Mayors Permit/business Permit 2. Philgeps Registration Certificate 3. Dti/sec Registration 4. Bir/tax Clearance Certificate 5. Itr 7. Omnibus Sworn Statement 8. Statement Of On-going And Completed Project 9. Spa For Any Clarification, You May Contact Us At Telephone Nos. (033) 3371591/096120077089/09488865995 Or Email At Iscofdingle@yahoo.com. (sgd) Alma P. Locara, Ed.d. Bac Chairperson Request For Quotation (rfq No. 25-003)-lot 2 Item No. Qty Unit Articles And Description Offered Brand/description Unit Cost Total Cost 1. 1 Pc Introduction To Molecular Biology Of Cell, Miller Bennett, 1666867241, C2024 2. 1 Pc Molecular Biology, Melton Vanessa, 1647403359, C2023 3. 1 Pc Psychology Of Human Sexuality, The \3ed., Lehmiller, 1119883954, C2024 4. 1 Pc Genetics: Analysis And Principles \8ed., Brooker, Robert 1266135170, C2024 5. 1 Pc Chemistry \10ed., Silbergberg, 1266222839, C2024 6. 1 Pc Biochemistry \10ed., Berg Jeremy, 1319498507, C2023 7. 1 Pc Events Management \4ed. Bowdin Glenn, 0367491842, C2024 8. 1 Pc Basic Knowledge Of Bartending, 3g, 1984685473, C2024 9. 1 Pc Basic Knowledge Of Front Office Management, 3g 1984685538, C2024 10. 1 Pc Basic Knowledge Of Housekeeping, 3g, 1984685503, C2024 11. 1 Pc Basic Knowledge Of Restaurant Service, 3g, 198468549x, C2024 12. 1 Pc Basic Knowledge Of Room Service, 3g 1984685481, C2024 13. 1 Pc Managing Operations Across The Supply Chain \5ed., Swink Morgan, 1266229779, C2024 14. 1 Pc Essentials Of Marketing \18ed., Cannon Joseph 1266124985, C2024 15. 1 Pc Biological Engineering For Pest Manangement, Anderson,1666867675, C2024 16. 1 Pc Biotechnology: Protection And Agricultural Genetic, Ferry Shad, 1666868868, C2024 17. 1 Pc Computer-based Study For Plant Pathology And Pannell, Chris 1666867667, C2024 18. 1 Pc Tissue Culture Techniques In Horticulture Crops, Turcotte, 1666869015, C2024 19. 1 Pc Mechanism Of Abiotic Stress Tolerance In Crop Plants, Jonathan, 1666869015, C2024 20. 1 Pc Management Of Pest And Soil In Horticulture Crops, Casper Raoul, 1666870773, C2024 21. 1 Pc Principles Of Marketing For A Digital Age \2ed. , Tuten Tracy L., 1529779790, C2024 22. 1 Pc Textbook Of Pest Control In Vegetable Crops, Wunsch Jake, 1666868531, C2024 23. 1 Pc Transgenic Technological Advances In Farmed Animals, Turner Taylor, 1666868663, C2024 24. 1 Pc Role Of Genetic Engineering In Insect Pest Management, Hatfield Henry, 1666867179, C2024 25. 1 Pc Agriculture Genetic Engineering For Crop Improvement , Avery Mark, 1666867217, C2024 26. 1 Pc Green Manuring: Approach For Soil Fertility Improvement, Treutel, Blaze, 1666870749, C2024 27. 1 Pc Plant Anatomy And Characteristics Of Soil & Water, Schamberger, 1666870838, C2024
Closing Date11 Feb 2025
Tender AmountPHP 360 K (USD 6.2 K)
Corazon Locsin Montelibano Memorial Regional Hospital doh R6 Tender
Electrical and Electronics...+1Electrical Works
Philippines
Details: Description Item Description Abc Unit Quantity Lot Bid 1 Outsource Preventive And Corrective Maintenance Of Airconditioning Units (please See Attached File For Reference) 7,423,360.00 Lot 1.00 Terms Of Reference Project Name : Outsource Preventive And Corrective Maintenance Of Airconditioning Units Project Location : Refer To The Attached General Cleaning Schedule Of Various Areas Estimated Project Cost : Php 7,423,360.00 Total Project Duration : Within 12 Months Period Estimated Starting Date : Upon Issuance Of Ntp General Objectives "to Ensure The Reliable And Efficient Operation Of Air Conditioning Units Through Comprehensive Preventive And Corrective Maintenance Practices. This Includes Minimizing Downtime, Enhancing System Performance, Extending Equipment Lifespan, And Improving Energy Efficiency By Systematically Addressing Potential Issues Before They Lead To Failure (preventive Maintenance) And Promptly Resolving Any Operational Problems That Arise (corrective Maintenance)." Key Components: 1.0 Preventive Maintenance: 1.01: Regularly Scheduled Inspections And Servicing To Identify And Address Potential Issues Before They Impact System Performance. 1.02: Routine Cleaning, Lubrication, And Adjustment Of Components To Maintain Efficiency And Prevent Breakdowns. 1.03: Monitoring And Optimizing System Settings To Ensure Peak Performance And Energy Efficiency. 1-04: Documentation Of Maintenance Activities And System Performance To Track Trends And Plan Future Interventions. 2.0 Corrective Maintenance: 2.01: Swift And Effective Response To Unexpected Equipment Failures Or Performance Issues. 2.02: Troubleshooting And Diagnosing Root Causes Of Problems To Apply Appropriate Repairs. 2.03: Ensuring Minimal Disruption To Operations And Reducing Downtime Through Timely Repair And Replacement Of Faulty Components. 2.04: Implementing Corrective Actions And Improvements Based On Maintenance Outcomes To Prevent Recurrence Of Similar Issues. General Conditions And Technical Specifications 1. The Bidder Shall Submit In Its Bidding Documents A Mechanical Pcab License. 2. The Procuring Entity Will Have The Option To Renew The Contract In Line With Appendix 37 Of The Revised Implementing Rules And Regulations Of Ra 9184. 3. The Prospective Contractors Shall Perform General Cleaning Of All Air-conditioning Units 6-times Within One Year Contract To Be Performed Every Other Month. 4. The Prospective Contractors Shall Perform Corrective Maintenance/emergency Repair Of All Air-conditioning Units Once It Is Found To Be Defective Or Non-functional. 5. The Prospective Contractors Shall Perform Troubleshooting To See To It That All Aircon Units Will Always Be Maintained To Its Normal Function. 6. The Prospective Contractors Shall Supply For Minor And Major Consumable Parts For The Emergency Repair Of Acu (capacitor, Freon Gas, Contactor, Compressor, Outdoor/indoor Boards And Others) However, If The Parts Needed For The Immediate Repair Of The Units Are Not Available In The Market (phaseout) Or The Repair Cost Reaches More Than Half The Price Of The Unit, Replacement Of New Unit Is Recommended. The Repair, Supply Of Consumable Parts And New Units Will Be Quoted At Reasonable Price To Be Approved By The Efm Head And Will Automatically Deducted From The Corrective Maintenance Budget. 7. If The Budget Set Aside For Parts And Repairs Isn't Fully Used, It Will Be Considered To Reallocate Those Funds To Purchase Of New Units. This Approach Ensures That Any Surplus Funds Are Effectively Used And That The Budget Remains Flexible To Meet Evolving Needs. 8. The Prospective Contractors Must Records And Submit Reports Either General Cleaning Of Aircon Units Or Emergency Repairs For The Sake Of Documentation. 9. The Prospective Contractors Are Liable To Any Damage Of Equipment That Was Proven In The Event Of General Cleaning Due To Mishandling, Repair Cost Will Be Charged To The Contractor. 10. The Prospective Contractors Shall Also Perform The Water Leaks Repair And Re-insulation Of Dilapidated Pipe Lines Of Aircon Units, Repair Cost And Consumable Parts Will Be Quoted At Reasonable Price To Be Approved By The Efm Head And Will Automatically Deducted From The Corrective Maintenance Budget. 11. The Prospective Contractors Shall Thoroughly Evaluate The Status Of Aircon Units Due To Wear And Tear, Submit A Proposal If The Units Are Subject For Repair Or Subject For Condemn And For Replacement Of New Units. 12. The Prospective Contractors Shall Submit To Efm Office Of General Cleaning And Corrective Maintenance Accomplishment Every Now And Then With Detailed Location, Specs And Capacity Of The Aircon Units. 13. The Prospective Contractors Shall Assign Qualified Technicians With Experience At Least 2 Years In Handling General Cleaning And Are Able To Perform Troubleshooting Of Acu And Always Available 24/7 In Case Of Emergency. 14. The Prospective Contractors Shall Observe Good Housekeeping Always Before And After The Job. 15. The Prospective Contractors Working Personnel Shall Always Wear Id's And Uniform At All Time For Easy Identification. 16. The Prospective Contractors Shall Clean All Aircon Units On-time According To Schedule. 17. The Prospective Contractors Shall Provide An Envelope With General Cleaning Monitoring Sheet And Always Record/update The Date After The Job Done. 18. The Prospective Contractors Shall Pull Out The Indoor Evaporator Coil Of Split Type Air-conditioning Unit And Thoroughly Clean If It Is Notice That The Cooling System Is Not Normal Due To Accumulated Dirt Inside The Evaporator-coil Cooling System. 19. The Prospective Contractors Shall Request Staggard Billing Of Any Accomplishment For General Cleaning And Corrective Maintenance Of Air-conditioning Units. However, If Incase The Jobs Stipulated In The Contract Will No Longer Be Completely Consumed During The End Of Contract Due To Limited Occurrence Of Equipment Failure, The Amount Left Will Stay At The Institution As Savings. 20. The Prospective Contractors Must Conduct Site Inspection And Secure Inspection Certificate From Efm Before The Submission Of Bid. 21. The Prospective Contractor Shall Comply The Following Requirements By The Commission On Audit: The Detailed Description Of The Maintenance Services To Be Rendered Or Activities To Be Performed, Approved Detailed Breakdown Of The Contract Cost Showing In Sufficient Detail The Derivation Of The Direct And Indirect Costs, Number Of Personnel Per Visit, Salary And Position Of Personnel Involved, Number Of Hours Per Visit, The Type And Number Of Equipment To Be Serviced, The Group Classification Of Personnel To Determine The Monthly Statutory Minimum Wage Rate In Accordance With The Applicable Rules Implementing Republic Act No. 6727. Project Name: Outsource Preventive And Corrective Maintenance Of Airconditioning Units Project Location: Refer To The Attached Preventive And Corrective Maintenance Schedule For Various Areas Estimated Project Cost: Total Project Duration: Within 2 Months Period Estimated Starting Date: 1. Preventive Maintenance Of Airconditioning Units 12 Months Preventive Maintenance Of Airconditioning Units General Cleaning Cost For 12 Months Period Aircon Type/ Equipment Description Capacity Qty Frequency Of Cleaning Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12 No. Of Units To Be Cleaned For 12 Months Period Cleaning Cost Per Unit Estimated Direct Cost Vat, 12% Total Indirect Cost Cleaning For 12 Months Period Wac (inv./non-inv.) 0.65 Hp 14 Every 2 Months 14 14 14 14 14 14 84 Wac (inv./non-inv.) 1.0 Hp 28 Every 2 Months 28 28 28 28 28 28 168 Wac (inv./non-inv.) 1.5 Hp 35 Every 2 Months 35 35 35 35 35 35 210 Wac (inv./non-inv.) 2.0 Hp 76 Every 2 Months 76 76 76 76 76 76 456 Wac (inv./non-inv.) 2.5 Hp 19 Every 2 Months 19 19 19 19 19 19 114 Wm (inv./non-inv.) 1.0 Hp 51 Every 2 Months 51 51 51 51 51 51 306 Wm (inv./non-inv.) 1.5 Hp 54 Every 2 Months 54 54 54 54 54 54 324 Wm (inv./non-inv.) 2.0 Hp 69 Every 2 Months 69 69 69 69 69 69 414 Wm (inv./non-inv.) 2.5 Hp 57 Every 2 Months 57 57 57 57 57 57 342 Wm (inv./non-inv.) 3.0 Hp 5 Every 2 Months 5 5 5 5 5 5 30 Fm(inv./non-inv.) 3 Tons 34 Every 2 Months 34 34 34 34 34 34 204 Fm(inv./non-inv.) 5 Tons 17 Every 2 Months 17 17 17 17 17 17 102 Cc (inv., Non Inv.) 2.0 Hp 8 Every 2 Months 8 8 8 8 8 8 48 Cc (inv., Non Inv.) 2.5 Hp 14 Every 2 Months 14 14 14 14 14 14 84 Cc (non-inv.) 3 Tons 7 Every 2 Months 7 7 7 7 7 7 42 Cc (non-inv.) 4 Hp 3 Every 2 Months 3 3 3 3 3 3 18 Cm(inv./non-inv.) 3 Tons 8 Every 2 Months 8 8 8 8 8 8 48 Cm(inv./non-inv.) 5tons 6 Every 2 Months 6 6 6 6 6 6 36 Cconceled 3 Tons 1 Every 2 Months 1 1 1 1 1 1 6 C-suspended 2.0 Hp 1 Every 2 Months 1 1 1 1 1 1 6 C-suspended 2.5 Hp 2 Every 2 Months 2 2 2 2 2 2 12 Ducted (non-inv.) 10 Hp 5 Every 2 Months 5 5 5 5 5 5 30 514 514 514 514 514 514 514 3,084.00 2. Corrective Maintenance Of Airconditioning Units: Corrective/repair And Maintenance Description 12 Months Corrective Maintenance Of Airconditioning Corrective/repair Cost For 12 Months Period Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12 No. Of Corrective/ Repair To Be Performed For Within 12 Months Period Corrective/ Repair Cost Estimated Direct Cost Vat, 12% Total Indirect Cost Total Cost Of Corrective/ Repair For 12 Months Period 1. Supply Labor And Materials For The Installation/replacement Of New Airconditioning Units (note: The Price Of Aircon Units Will Vary Depending On The Size And The Distance Of Indoor And Outdoor Of Split Type Units And The Size Of Window Type Units To Be Supplied) 2 2 2 2 8 2. Supply Labor And Materials For The Repair, Re-insulation Of Dilapidated Piping System, And It Includes Repair Of Damage Ceiling After The Job Done. 2 2 2 2 2 2 12 3. Supply Labor And Materials For The Emergency Replacement Of Outdoor/indoor Pc Board, Motor Compressors And Other Major Repair Of Airconditioning Units. 2 2 2 2 2 2 12 4. Supply Labor And Consumable Materials For The Emergency Repair Of Airconditioning Units. 2 2 2 2 2 2 12 General Cleaning And Corrective/repair Maintenance Cost: Please Refer To Public Bidding Documents For Preventive Maintenance Schedule
Closing Date19 Feb 2025
Tender AmountPHP 7.4 Million (USD 128.3 K)
1381-1390 of 1401 archived Tenders