Housekeeping Tenders

Housekeeping Tenders

DEPT OF THE ARMY USA Tender

Housekeeping Services...+1Textile, Apparel and Footwear
United States
Details: This Is A Sources Sought Notice Only. the Mission And Installation Contracting Command (micc) – Fort Moore Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support The Requirement For Laundry And Dry Cleaning (l&dc) Services.the Intention Is To Procure These Services On A Competitive Basis. A Firm Fixed-priced Indefinite Delivery/indefinite Quantity (id/iq) Contract Is Anticipated And Will Have A 5 Year Ordering Period, With Five12-month Task Orders. requirement: The Fort Moore Department Of Public Works, Is Designated To Provide Contracted Laundry And Dry Cleaning (l&dc) Services In Accordance With (iaw) Army Regulation (ar) 210-130 To Launder And Press Fabrics, Textiles, Garments, Linens, And Specified Organizational Clothing And Individual Equipment (ocie) For Active And Reserve Components For Fort Moore, Georgia. The L&dc Program Provides The Laundry And Dry Cleaning Of Government Owned Items Iaw Environmental Occupational Safety And Health Administration (osha)/host Nation, And Other Applicable Regulations And Policies. This Process Includes: Drop-off, Pick-up, And Direct Exchange At Designated Locations. The Laundry Services Include Accountability, Wash, Dry, And Package Specified Items (blankets, Pillows, Sheets, Pillowcases, Mattress Covers, Bedspreads, Tablecloths, Cook And Medical Non-reimbursable Whites; Confinement Uniforms And Ocie) To Meet Organizational Health And Sanitation Requirements. Dry Cleaning Services Include Accountability And Cleaning, Packaging Of Items (flags; Bunting; Draperies; Ceremonial Uniforms; Funeral Detail Clothing; And Special Categories). Please Ensure To Read The Pws Entirely. *see Attachment 1 - Pws place Of Performance fort Moore, Georgia muscogee & Chattachoochee Counties based On The Responses To This Sources Sought, This Requirement May Be Set Aside For Small Businesses (in Full Or In Part) Or Procured Throught Full And Open Competition. All Small Business Set-aside Categories Will Be Considered. All Interested Businesses (large And Small) Are Highly Encouraged To Respond To This Notice. In Addition, Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), Must Describe Their Identifying Capabilities In Meeting The Requirements At A Fair Market Price, I.e., Information Which May Help Support A Set-aside.telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Capability Submissions. any Questions Must Be Submitted In Writing To The Contract Specialist Identified Below. The Government Is Not Committed Nor Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise As A Result Of A Response To This Sources Sought. eligibility the Applicable Naics Code For This Requirement Is 812320, Drycleaning And Laundry Services (except Coin Operated) With A Small Business Size Standard Of $8.0 M. The Product Service Code Is S209, Housekeeping-laundry/drycleaning. Businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly And Identify Their Business Size In Their Capabilities Statement. additional Information And Submission Details (capabilities Statement) a Draft Performance Work Statement (pws) Is Attached For Review. (attachment 1) interested Parties Are Requested To Submit A Capabilities Statement Of No More Than Ten (10) Pages In Length In Times New Roman Of No Less Than 11 Font Size. The Deadline For Response To This Request Is No Later Than 12 P.m., Est, 14 February 2025. All Responses Under This Sources Sought Notice Must Be E-mailed To Usarmy.moore.acc-micc.mbx.micc-proposals@army.mil At The Attention Of The Contract Specialist, Ms. Maleah Owen. all Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. in Response To This Sources Sought, Please Provide: name Of The Firm, Point Of Contact, Phone Number, Email Address, Uie Number, Cage Code, Identify Business Size (large Business Or A Small Business), And If Applicable, A Statement Regarding Small Business Status (including Small Business Type(s)/certifications(s) Such As Sdb, 8(a), Hubzone, Sdvosb, Wosb, Etc.) And The Corresponding Naics Code. information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination. recommendations To Improve The Army's Approach/specifications/draftpws/prs To Acquiring The Identified Services. disclaimer “this Sources Sought Is For Informational Purposes Only. This Is Not A “request For Proposal (rfp) Or Request For Quote (rfq)” It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Notice Is Strictly Voluntary. Responses Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfp Or Rfq, If Any Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government-wide Point Of Entry (gpe). It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Information Pertaining To This Requirement.”
Closing Date14 Feb 2025
Tender AmountRefer Documents 

DEPARTMENT OF TOURISM REGION I Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Project: 2024 Wsl World Junior Championships And 2025 La Union International Pro Qualifying Series Requirement: Procurement For Ground Handling Services I. Background And Objective The World Surf League (wsl) Is Once Again Bringing To La Union One Of Its Most Prestigious International Single Events, The 2024 Wsl World Junior Championships On January 13- 19, 2025 In Partnership With The Tourism Promotions Board, The Department Of Tourism Region 1 And The Provincial Government Of La Union. The 2024 Wsl World Junior Championships Will Feature 24 Men And 24 Women, Aged 20-years And Under, The Best Of The Best From Seven Different Regions Around The World, Including Australia / Oceania, Asia, Africa, Europe, Hawaii / Tahiti Nui, North America, And South America, On Their Quest To Become The 2024 Wsl World Junior Champions. In Addition, The 2025 Wsl La Union International Pro Longboard Qualifying Series Will Also Be Happening In The Same Venue On January 20-22, 2025. As The Host Venue, These Competitions Reinforce La Union’s Status As A Premiere Surfing Destination And The Philippines’ Position On Global Surfing Map. It Will Also Provide Our Filipino Surfers The Invaluable Opportunity To Compete Alongside The Best In The World While Giving Economic Opportunity And Benefits To Local Community Stakeholders. With This, Preparations Are Underway To Ensure That The Athletes And Their Companions Are Provided With A Filipino Brand Of Experience During Their Stay In Our Country. As One Of The Main Partners In Staging The Said Events, The Department Of Tourism Is Requested To Provide Assistance In The Following:  Ensure That A Safety And Security Plan Is In Place For The Duration Of The Event  Ensure The Proper Arrival Reception, Registration And Profiling Of All Participants;  Assist In The Installation Of Event Collaterals Within The Venue And Nearby Areas;  Secure Internet Service Provider Partner;  Assists With In-event Logistics And Coordination, Including The Management Of Working Committees' Meals;  Host The Opening And Welcome Ceremonies With Pre-event Press Conference In Relation To This, The Department Of Tourism Region 1 Requires The Services Of An Event Organizer To Assist The Dot Region 1 In The Management And Facilitation Of The Event And Its Various Activities Including Provision Of The Various Logistical Requirements For The Duration Of The Event. Ii. Specifications Requirement Specifications Transportation Land Transportation Service 1 Unit Fully Air-conditioned 24-seater Coaster With Comfortable Seats And Head Rest - Manila – La Union (january 12) - La Union – Manila (january 13)  With Space For Luggage  With Driver In Proper Uniform And Id (supplier Shall Provide For Their Meals And Accommodation) 1 Unit Fully Air-conditioned 24-seater Coaster With Comfortable Seats And Head Rest - Manila – La Union (january 19) - Service Around La Union (january 20-21) - La Union – Manila (january 22)  With Space For Luggage  With Driver In Proper Uniform And Id (supplier Shall Provide For Their Meals And Accommodation) Accommodation Fully Air-conditioned Rooms With Toilet And Bath (hot And Cold Shower), Bathroom Amenities, Strong And Steady Wi-fi Connection, Complimentary Buffet Breakfast  Twin- Sharing Rooms For Twenty (20) Pax For Three (3) Nights On Specified Dates Within January 12-22, 2025 As Provided By The End-user  Single Occupancy Rooms For Five (5) Pax For 2 Nights On Specified Dates Within January 12-22, 2025 As Provided By The End-user  Hotel Location Must Be Within 15-20 Minutes Ride From The Wsl Event Venue In San Juan, La Union And Approved By The End- User  With Spacious Parking Space, Hotel Security, 24-hour Front Desk And Housekeeping Services Meals Meal Provisions For The Following Dates And Activities:  Am Snacks  Buffet Lunch  Pm Snacks  Buffet Dinner January 12  Am Snacks And Lunch For 35 Pax January 13  Am And Pm Snacks, Lunch And Dinner For 35 Pax January 19  Am And Pm Snacks, Lunch And Dinner For 35 Pax January 20  Am And Pm Snacks, Lunch And Dinner For 35 Pax January 21  Am And Pm Snacks, Lunch And Dinner For 35 Pax Location/ Venue Per Meal As Well As Suggested Serving Time And Manner Will Be Based On An Approved Itinerary. Dates Of Activities May Also Vary During The Actual Implementation Menu Option Must Showcase Local Food And Gastronomy Upon The Suggestion Or Approval Of The Project Officer Coordinator At Least One (1) Designated Tour Coordinator To Assist Project Officer In The Facilitation Of The Entire Itinerary The Service Provider Shall Work In Close Coordination With The Dot Region 1 Project Team In The Implementation And Facilitation Of The Said Project. Any Changes In The Logistical Requirements Shall Be Coordinated By Dot R1 To The Service Provider And Vice Versa For Necessary Adjustment Which Shall Be Agreed Upon By Both Parties At No Additional Cost. Approved Budget Of The Contract The Approved Budget Of The Contract Is Six Hundred Fifty- Six Thousand And Seventy- Five Pesos Only (php 656,075.00) – Inclusive Of Tax. Mode Of Payment – (government Procedure) One-time Direct Bank Payment Through List Of Due And Demandable Accounts Payable-advise To Debit Account (lddap-ada) Or Check Upon Completion Of All Deliverables And Receipt Of Statement Of Account Based On Actual Utilization/number Of Pax Utilized Inclusive Of Applicable Taxes. Qualification Of Bidders/ Legal Technical Requirements  Certificate Of Philgeps Registration/number  Current Mayor’s/business Permit  Updated Annual Income Tax Return  Omnibus Sworn Statement  Company Profile  Engaged In The Business For At Least Three (3) Years At The Date And Time Of The Opening Of Bids;  Must Have A Minimum Of 3 Years’ Experience In Providing Logistical Requirements For Small, Medium, Or Largescale Events, And The Activities Reminders To Bidders: 1. Please Note That Projects Will Be Awarded Per Lot. 2. All Bidders Must Submit Their Mayor’s/business Permit, Philgeps Certificate/number, Annual Income Tax Return And Omnibus Sworn Statement With Their Quotations/proposals Per Lot Not Later Than The Indicated Deadline On The Philgeps Website. 3. Shall There Be Any Clarifications Or Questions, You May Contact The Bac Secretariat Through Dot1@tourism.gov.ph Or Cp No. 09171564250.
Closing Date10 Jan 2025
Tender AmountPHP 656 K (USD 11.3 K)

Department Of Education Division Of Zamboanga Del Norte Tender

Others
Philippines
Details: Description Invitation To Bid Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools 1. The Schools Division Of Zamboanga Del Norte, Through Subaro No. Ro-9-zn-24-10-01072, Intends To Apply The Sum Thirty-seven Million Seven Hundred Sixty-seven Thousand Four Hundred Fifty-two Pesos & 00/100, Philippine Currency, (p37,767,452.00) Being The Abc To Payments Under The Contract For Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools, With Project Identification Nos. 2025-004-cbzn; 2025-005-cbzn; 2025-006-cbzn; 2025-007-cbzn; 2025-008-cbzn: Lot Item Description Quantity Cost Per Unit Amount/cost 1 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Computer System Servicing Nc Ii 23 Items Varied Per Item 2,807,707.00 2 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages: Hairdressing Nc Ii 50 Items Varied Per Item 1,292,680.00 Caregiving 9 Items Varied Per Item 1,201,209.00 Wellness Massage Nc Ii 58 Items Varied Per Item 396,676.00 Sub-total For Lot 2 2,890,565.00 3 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Housekeeping Nc Ii 42 Items Varied Per Item 3,590,972.00 Front Office Nc Ii 12 Items Varied Per Item 209,742.00 Sub-total For Lot 3 3,800,714.00 4 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Food And Beverage Services Nc Ii 63 Items Varied Per Item 8,568,675.00 Bread And Pastry Production Nc Ii 41 Items Varied Per Item 4,937,169.00 Sub-total For Lot 4 13,505,844.00 5 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Cookery 79 Items (see Pr For Details) Varied Per Item 14,762,622.00 Total 37,767,452.00 Please See Attached Purchase Request For The Details, Technical Specifications, And Terms Of Reference. Bids Received In Excess Of The Abc Of The Project Shall Be Automatically Rejected At Bid Opening. 2. The Schools Division Of Zamboanga Del Norte, Through The Bids And Awards Committee, Now Invites Bids For The Above Procurement Project. The Delivery Of The Goods Is Required To Be Completed Within The Given Schedule. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Schools Division Of Zamboanga Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 P.m. 5. A Complete Set Of Electronic/soft Copy Of Bidding Documents May Be Acquired By Interested Bidders From January 6, 2025 To January 27, 2025 In The Given Address And Website Below And Pursuant To The Latest Guidelines Issued By The Gppb, And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p5,000.00) Each For Lots 1, 2, And 3; Twenty-five Thousand Pesos (p25,000.00) Each For Lots 4 And 5. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means Before Or Upon Dropping Of Proposal. 6. The Schools Division Of Zamboanga Del Norte Will Hold An On-site Pre-bid Conference On January 14, 2025, At 2:00 P.m. At 3rd Floor Conference Hall, New Sdo Building, Estaka, Dipolog City Which Shall Be Open To All Prospective Bidders. 7. Bids In Three (3) Copies Including The Original Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below Before Or At Exactly 11:00 Am Of January 27, 2025. 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 January 27, 2025, At 1:00 Pm At The 3rd Floor Conference Hall Of The New Sdo Building At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. This Procuring Entity 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: Atty. Christine Joyce S. Paco Bac Secretariat Head Deped- Zamboanga Del Norte 0946-025-6019 12. You May Visit Www.depedzn.net Or E-mail At Depedznbac@gmail.com Zyhrine P. Mayormita Bac Chairperson (goods And Services) Date Of Issue: January 3, 2025
Closing Date27 Jan 2025
Tender AmountPHP 37.7 Million (USD 644 K)

City Government Of Navotas Tender

Others
Philippines
Details: Description Request For Quotations: Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Duly Representative And Copies Of Eligibility Requirements (business Permit, Local/national Tax Clearance And Philgeps Certificate Of Registration) Not Later Than The Deadline For Submission. Items: Procurement Of Other Supplies And Materials For Child Development Centers And Kindergarten On Wheel Trucks Under The Nccpc-cswdo Fund Lot 1- Other Supplies And Materials 25 Gal/s Alcohol – 70% Isoprophyl 1 Gallon @20,000.00 50 Pc/s Other Supplies And Materials – Ballpen Black @600.00 25 Pc/s Broom Stick – Tingting @2,050.00 25 Pack/s Cartolina – Assorted Color 10pcs/pack @3,000.00 25 Pc/s Correction Tape – 5mm @1,700.00 50 Kilo/s Welfare Goods – Laundry Detergent Powder, 1 Kilo @12,500.00 25 Gal/s Bread And Pastry Production – Dishwashing Liquid @15,000.00 25 Can/s Cho Other Medical Supplies – Disinfectant Spray 400gms @12,500.00 25 Pc/s Doormat – Cotton @2,500.00 25 Pc/s Dust Pan – Non-rigid @7,500.00 25 Box/es Fastener – Metal 50 Set/box @2,125.00 25 Pc/s Marker – Highlighter Assorted Color @1,875.00 25 Pc/s Marker – For White Board Assorted Color @2,500.00 25 Pc/s Marker – Permanent Assorted Color @2,000.00 25 Box/es Paper Clip – 33mm 100pcs/box @1,050.00 25 Box/es Paper Clip – 50mm 100pcs/box @2,250.00 25 Kilo/s Masonry Works – Circular Cotton Rags @2,250.00 25 Book/s Record Book – 300pages, 17.5cm X 28.5cm @6,250.00 50 Pc/s Signpen – Black, Blue, Red, Green, Brown @3,500.00 25 Bottle/s Stamp – Pad Ink, Violet50ml @875.00 25 Pc/s Stamp – Pad Felt, 60mm X 100mm @1,700.00 25 Roll/s Tape – Masking 48mm @3,125.00 25 Roll/s Tape – Transparent 48mm @2,125.00 25 Pack/s Paper – Toilet Tissue 2ply 100% Recycled 12pcs/pack @7,250.00 25 Pc/s Waste Basket – Non-rigid Plastic @3,125.00 25 Set/s Mop – Tornado Mop And Spin Dry Bucket Set With 1 Microfiber Mop Head @67,500.00 1,250 Pc/s Folder – With Tab Legal Size @15,000.00 2 Box/es Envelope – Documentary Legal 500pcs/box @2,800.00 250 Pc/s Envelope – Plastic, Expanding With Button Clear Legal Size @25,000.00 125 Pc/s Envelope – Plastic, Expanding With Handle Legal Size @18,750.00 25 Bottle/s Multi Purpose Bleach – 3785ml @10,250.00 25 Jar/s Glue – All Purpose 240 Grams @4,875.00 25 Pack/s Certificate Paper – Colored Assorted Letter Size, 250pcs/pack @17,750.00 25 Pc/s Broom – Tambo Soft @8,500.00 125 Ream/s Paper – Multi-purpose A4 Size, 70gsm @42,500.00 125 Ream/s Paper – Multi-purpose Legal Size, 70gsm @47,500.00 25 Pc/s Stapler – Standard Type @6,250.00 25 Box/es Staple – Wire, Standard @1,825.00 25 Bundle/s Housekeeping – Trash Bag Black, Xl 10’s Bundle Of 10 @17,500.00 Abc:php405,350.00 Delivery Schedule: March 21, 2025 Note: For Other Information, Queries And Specifications Pertaining To The Said Request Please Coordinate With Our Canvasser (please Secure Complete List And/or Rfq Form From Ms. Maricar E. Pablo, At 09676781263 Pauline Anne S. Sioco At 09338100230, And Roxette May P. Poblete At 0936-493-5632 Or Email Address: Procurement@navotas.gov.ph) Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required. 2. Bidders May Quote For All The Items. 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Days Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Delivery Period Expressed Merely In Days Or Working Days Shall Be Rejected. 7. Award Of Contract Shall Be Made To The Lowest Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 8. 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. 9. The Item/s Shall Be Delivered As Indicated In The Approved Bac Resolution/purchase Order. 10. The Procuring Entity Concerned 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 City Government Of Navotas Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. For The Committee Original Signed Atty. Joel Joselito D. Parong Bac Chairperson
Closing Date11 Feb 2025
Tender AmountPHP 405.3 K (USD 6.9 K)

Department Of Education Division Of Cebu City Tender

Others
Philippines
Details: Description Invitation To Bid For Supply And Delivery Of Technical Vocational-livelihood (tvl) Equipment Packages For Public Senior High Schools Of Schools Division Of Cebu City Project No.: Depedccd – 2025 -01 1. The Deped Cebu City Division, Through The Fy 2024 General Appropriation Act (gaa) Intends To Apply The Sum Of Thirteen Million Six Hundred Sixty-five Thousand Nine Hundred Sixty-one Pesos (php 13,665,961.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Technical Vocational – Livelihood (tvl) Equipment Packages For Public Senior High School Of Schools Division Of Cebu City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot Project Description Abc (php) 1 Supply And Delivery Of Technical Vocational – Livelihood (tvl) Equipment Packages For Public Senior High School Of Schools Division Of Cebu City – Bread And Pastry Production Nc Ii Php 2,078,808.00 2 Supply And Delivery Of Technical Vocational – Livelihood (tvl) Equipment Packages For Public Senior High School Of Schools Division Of Cebu City – Cookery Nc Ii Php 3,514,910.00 3 Supply And Delivery Of Technical Vocational – Livelihood (tvl) Equipment Packages For Public Senior High School Of Schools Division Of Cebu City – Food And Beverage Services Nc Ii Php 3,998,715.00 4 Supply And Delivery Of Technical Vocational – Livelihood (tvl) Equipment Packages For Public Senior High School Of Schools Division Of Cebu City – Front Office Services Nc Ii Php 1,048,710.00 5 Supply And Delivery Of Technical Vocational – Livelihood (tvl) Equipment Packages For Public Senior High School Of Schools Division Of Cebu City – Hairdressing Nc Ii Php 646,340.00 6 Supply And Delivery Of Technical Vocational – Livelihood (tvl) Equipment Packages For Public Senior High School Of Schools Division Of Cebu City – Housekeeping Nc Ii Php 1,958,712.00 7 Supply And Delivery Of Technical Vocational – Livelihood (tvl) Equipment Packages For Public Senior High School Of Schools Division Of Cebu City – Local Guiding Services Nc Ii And Wellness Massage Nc Ii Php 419,766.00 2. The Deped Cebu City Division Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required As Stated In Section Vi. Schedule Of Requirements. Bidders Should Have Completed, Within Five (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). 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 Deped Cebu City Division And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 Am 5:00 Pm From January 12, 2025 To February 3, 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 12, 2025 To February 3, 2025 From Mondays To Fridays From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00) For Lots 1, 2, 3, 4 & 6 And Five Hundred Pesos (p500.00) For Lots 5 & 7, Bidding Fee Is Per Lot. 6. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 7. The Deped Cebu City Division Will Hold A Pre-bid Conference On January 21, 2025 At 9:00 Am Phst At 5th Floor Conference Hall, Deped Cebu City Division, Imus Road Brgy. Day-as Cebu City, Which Shall Be Opened To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 3, 2025 At 09:00 Am Phst. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On February 3, 2025 At 9:00 Am Phst At 5th Floor Conference Hall, Deped Cebu City Division, Imus Road Brgy. Day-as Cebu City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. Prospective Bidders Are Strongly Encouraged To Order Or Download The Electronic Copy Of The Bidding Documents From The Philgeps Website: Www.philgeps.gov.ph, For Them To Be Included In The Document Request List Of The Project. The Bidding Documents May Be Viewed Also At The Deped Cebu City Official Website, Www.depedcebucity.com. 12. The Deped Cebu City Division 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. 13. For Further Information, Please Refer To: Mrs. Daryll T. Ybañez Deped Cebu City Division Imus Ave., Day-as, Cebu City Daryll.triumfo@deped.gov.ph Telephone No. 0995-3693124 Agency Website: Www.depedcebucity.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.depedcebucity.com / Philgeps.gov.ph January 10, 2024 Sgd: Lyra L. Illaga, Deved,edd Bac Chairman
Closing Date3 Feb 2025
Tender AmountPHP 13.6 Million (USD 233.7 K)

Department Of Education Division Of Camarines Sur Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – General Services Projects No. 25-02-15 Attention : All Service Provider Subject : Advertisement Date : February 3, 2024 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (small Value Procurement). 2, Description Unit Qty Unit Price Total Abc/cost Food, Venue And Accommodation Of The Regional Special Management Committee Meeting Food (1 Dinner,1 Breakfast,2 Snacks And 1 Lunch) For February 13-14, 2025 100pax X P2,000.00= P200,000.00 Pax 100 2,000.00 200,000.00 Technical Specifications For Food: I. Menu February 13, 2025 Dinner 1 Cup Steamed Rice 1 Regular Serving Oven Roasted Baby Back Ribs With Plum Hoisin Sauce 1 Regular Serving Ginataang Parapagolong 1 Regular Serving Squash Soup With Bacon Bits 1 Regular Serving Buko Pandan Salad(semi-sweet) 1 Glass Of Water February 14, 2025 Breakfast 1 Large Whole Egg 1 Regular Size Fried Dried Fish 1 Regular Serving Beef Tapa 1 Cup Steamed Rice 1 Cup Hot Choco/coffee Am Snacks 1 Regular Serving Baked Macaroni 1 Glass Of Water Lunch 1 Cup Steamed Rice 1 Pc Potcherong Baboy At Saging Na Saba 1 Regular Serving Ampalaya Con Tausi 1 Regular Serving Sinigang Na Hipon Soup 1 Regular Serving Buko Salad W/tapioca 1 Glass Of Water Pm Snacks 1 Snack Plate Pancit Guisado 2 Pcs. Slice Bread 1 Glass Mango Juice Ii. Conditions 1. Meal Coverage:100 Participants. Meals Starts At Dinner Time. 2. With Unlimited Coffee, Creamer And Sugar In A Coffee Nook 3. With Water Dispenser And Purified Water 4. With Sterilized And Properly Cleaned Utensils 6.with 2 Free Meals For Guests 7.with Assigned Waiters And Head Waiters During The Event Proper 8.with Five (5) Extra Free Meals For Guest Technical Specifications For Venue: I. Availability Of Function Rooms: 1.one (1) Big Air-conditioned Session Hall That Can Accommodate 100 Participants As Session Hall. 2. Date: (february 13-14, 2025) Ii. Location And Site Condition 1. Within Naga City With Access To Main Roads And National Highways. 2. With Free Parking Space Within The Venue 3. With One(1) Free Accommodation For Guest. Iii. Neighborhood Data 1.sanitation And Health Conditions – Proper Waste Management System Such As Regular Garbage Collection And Sanitary Permit From Appropriate Authority. 2. Police And Fire Station – Proximity To Police And Fire Stations Iv. Venue: 1. Structural Conditions: The Foundation Is Made Of Concrete And Structural Steel Materials Or Combination Of Both. 2. Functionality Of Function Room 2.1- Session Room - Air Conditioned Hall 2.1.1arrangement Of Tables And Chairs Must Observe Proper Distancing Occupying 8 Guests Per Table. 2.1.2 - With Presidential Table Accommodate 6 Officials/guests. 2.1.3 - With 2 Rectangular Table For Secretariat 2.1.4 - Front Stage Must Be Free From Obstruction From The View Of The Participants. 2.1.5- 1 Lcd Projector And Widescreen, Complete Set Of The Sound System, 2 Microphones Microphones (if Wireless, Provision Of Extra Batteries), Splitter Cable For Additional Projector. 2.1.6 - 1 Podium. Lectern For The Hall 2.1.7 - Hotel It Staff On Stand-by In The Session Hall. 2.1.8- Unlimited Access To Internet. Wifi And At Least 100 Mbps. 2.1.9 - Free Backdrop, Layout Approved By The End-user Care For The Winning Bidder Indicating The Title, Date, Venue And Other Salient Information About The Training. 8x12 Ft. Size. 2.1.10 - Extra Extension Cord That Can Be Used By The Participants. 2.2- Light, Ventilation And Air Conditioning - With Uninterrupted Electrical Supply, Fully Air-conditioned Hall. 2.3 - Space Requirements - One (1) Hall) Session Hall That Can Accommodate 100 Participants. 3. Room Arrangements 3.1 - Air-conditioned Rooms For The Facilitators, Guest Speakers, And Technical Working Group. 3.2 - With Hot And Cold Bath. 3.3 - Provision Of Toothpaste, Soap, And Other Hygiene Materials. 3.4. With Clean Beddings And Towels. 4. Facilities 4.1 Water Supply And Toilet - With Continuous Water Supply, And Accessible And Clean Comfort Rooms And Continuous Supply Of Toilet Paper. 4.2 Lighting System - With Uninterrupted Electrical Supply. 4.3. Elevator - With Functional Elevator If High Storey Building And Standby Wheelchair. 4.4 Fire Escapes - With Fire Escapes, Structure In Compliance With The Standards Provided By The Building Code Of The Philippines. 4.5 Firefighting Equipment - With Accessible Emergency Exit And Alarm, With Standby Fire Extinguishers And Automatic Sprinklers. 4.6 Internet And Telecommunications - Unlimited Access To Internet / Wifi And At Least 100 Mbps. 5. Other Requirements 5.1 Maintenance - Maintained Cleanliness/ Disinfection Of Hall, Restrooms, Sleeping Quarters, Coffee/tea/creamer/sugar Cover And Dining Area. 5.2 Attractiveness - With Ambiance That Promotes Learning. 5.3 Security- With 24-hour Security Service, Front Desk And Housekeeping Services. 5.4 Parking - With Sufficient Parking Area. Total 200,000.00 Source Of Fund: Division Mooe- Gass Fund 2025 Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local : 407 Or 0946-1944-109 For Any Query. Date Of Opening: February 7, 2025 9:00 A.m. Delivery Date: ¬¬¬¬¬¬¬¬7 Cd From The Date Of Receipt Of The Notice To Proceed The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Sgd.arvin R. Sese, Ceso Vi Bac Chairperson – General Services Projects
Closing Date7 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others...+1Electrical and Electronics
United States
Details: This Market Research Notice Is Being Conducted By Network Contracting Office (nco) 17 Vha Regional Procurement Office-west (rpow) 124 E. 5441 Babcock Road Ste 302, San Antonio, Texas 78240 For The Procurement Of The Helmer (trueblue) Preventative Maintenance Service. background And Requirement: Contractor Shall Provide Full Service For North Dallas Va Medical Center For The Helmer Refrigerator And Freezers Require Temperature Probe Calibration And Other Assorted Routine Maintenance. 1.helmer (trueblue) Preventative Maintenance Service. Shall Be In Accordance With The Original Equipment Manufacturer (oem) Specifications. This Will Be Performed At The Following Locations: vamc - Dallas 4500 S Lancaster Rd, Dallas, Tx 75232 vamc - Bonham - Sam Rayburn Memorial 1201 E 9th St, Bonham, Tx 75418 vamc Garland 2300 Marie Curie Boulevard Garland, Tx 75042-5706 fort Worth Va Outpatient Clinic 2201 Se Loop 820 Fort Worth grand Prairie Va Outpatient Clinic 2737 Sherman St, Grand Prairie, Tx 75051 herzog Va Outpatient Clinic 4900 S Lancaster Rd Dallas, Tx 75216 plano Va Outpatient Clinic 3804 W 15th St Suite 175, Plano, Tx 75075 polk Street Va Clinic 4243 South Polk Street Dallas, Tx 75224 tyler Va Outpatient Clinic 7916 S Broadway Ave, Tyler, Tx 75703 this Equipment For Proposed Is The Helmer (true Blue) Preventative Maintenance specific Instrument Required: North Dallas Va Medical Center For The Helmer (true Blue) Preventive Maintenance To Function With The Following: cleaning Of Equipment (not Housekeeping) oversee Installation Of Original Equipment Manufacturer Field Service Updates For Operational And Reliability Engineering Change Notice. aligning, Calibrating, And Lubricating The Equip performing Remedial Maintenance Of Non-emergent Nature testing Faulty And Worn Parts. inspecting Electrical Wiring And Cables For Wear And Fray inspecting All Mechanical Components Including, But Not Limited To, Cables And Mounting Hardware, Chains, Belts, Bearings And Tracks, Interlocks, Clutches, And Motors For Mechanical Integrity, Safety, And Performance To Original Equipment Manufacturer Specifications. Make Recommendations For Repair And Replacement. returning The Equipment To Operating Condition Defined In The Original Equipment Manufacturer Specifications. replacing Any Original Equipment Manufacturer Labels, Decals, And/or Warning Tags That Are Not Legible. make Recommendations For Repair And Replacement. providing Documentation Of Services Performed. returning The Equipment To The Operating Conditions. prior To Leaving The Site, The Contractor Shall Provide Documentation Of Services Performed. Each Equipment Included Shall Have Its Own Service Report, With All Tasks Listed And Checked After The Service Is Done. The Report Shall Also Include Any Reading Required By The Manufacturer. Each Report Shall Also Include Equipment Tag, Model #, Serial # And Information On Any Items Repaired Or Replaced. date Of Service customer Account Number name Of Vendor Service Technician/engineer type Of Service Performed. manufacturer equipment Description/type model serial Number va Barcode (ee) Number Of The Component Of The System If Applicable description Of The Service Completed. list Of Any Parts Replaced. the Contractor Shall Keep A Record Of All Maintenance Scheduled Vs Maintenance Performed. when The Contractor Leaves On-site Location Where Maintenance Services Are Being Performed, The Site Shall Be Left In A Clean, Neat, And Orderly Condition Ensuring The Hospital/clinic Staff And Patients Are Not Subjected To Any Safety Hazards, Including But Not Limited To Expose Wiring, Open Circuit Panels, Or Tripping Hazards. detailed Description Of Services Provided By The Contractor, Helmer (true Blue) inspect All Wiring. inspect Door Alignment, Hinges, Latch. normal Hours Of Operations Are Monday Through Friday From 8:00am To 4:30pm Cst. if This Is An Item Your Business Can Provide, Please Respond To This Sources Sought Notice By 09:00 Am Central Time On Monday, 17 February 2025. the Intent Of This Notice Is To Establish Sources To Define The Procurement Strategy (e.g. Set-aside, Sole Source, Unrestricted) For A Solicitation That Va Intends To Post Soon. Interested Contractors Are Requested To Respond In Accordance With The Following: a. Where Is The Item Manufactured, The Va Is Interested In Procuring Items Manufactured In The United States. if You Have An Existing Gsa Or Va, Federal Supply Schedule Contract, Include The Contract Details In Your Response. please Note That Va Is Particularly Interested In Determining The Availability Of Service Disable Veteran Owned Small Business/veteran Owned Small Business Or Other Small Business Manufacturers Or Authorized Distributors That Can Provide This Item. respond To This Notice If You Can Provide These Products Listed In The Table In The Background And Requirement Section Above. In The Response, Please Cite Your Business Size Status. distributors: You Must Provide Proof That You Are An Authorized Distributor. Va Does Not Accept Gray Market Items. vendors Are Requested To Submit Estimated Market Research Pricing With Their Responses. The Estimated Pricing Will Be Considered When Determining The Procurement Strategy For The Future Solicitation. (e.g. If Co Determines That Capable Small Businesses Cannot Provide Fair And Reasonable Pricing, Then The Solicitation Will Not Be Set-aside). Responses Should Include: (1) Business Name (2) Business Address (3) Point Of Contact - Name - Phone Number - E-mail Address (4) Sam Uid Number (5) Naics Code (6) Business Size: Small Or Large (7) Type Of Business: Service-disabled Veteran Owned (sdvosb), Veteran Owned(vosb), 8a, Hubzone, Woman-owned (wosb), Etc. (8) Letter Stating Oem Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment And/or Services If Applicable (9) Gsa/fss Contract Number If Applicable all Businesses Eligible To Provide This Item Are Encouraged To Reply As This Information May Be Used To Determine Potential Set-asides For The Above-noted Requirement. send Responses To Michelle Cunningham At Michelle.cunningham@va.gov. disclaimer: This Notice Of Intent Is Not A Request For Competitive Quotes. However, Contractors May Submit A Capability Statement, Proposal, Or Quotation Which Shall Be Considered By The Contracting Officer Whether To Continue With The Sole Source Procurement Or To Provide For Competition. Due To Technical Issues, Please Allow Additional Time If You Re Using Electronic Means. responses Received Will Be Evaluated; However, A Determination By The Government Not To Compete The Proposed Procurement Based Upon Responses Received To This Notice Is Solely Within The Discretion Of The Government.
Closing Date17 Feb 2025
Tender AmountRefer Documents 

Department Of Education Region Xi Tender

Others
Philippines
Details: Description Invitation To Bid No. 038-12-2024 Invitation To Bid For Procurement Of Lot 1 – Training Venue With Food And Accommodation For The Conduct Of The Regional Training Of Division Core Team Trainers On Design, Development, And Quality Assurance Of School-based Professional Development (pd) Programs 1. The Department Of Education, Regional Office Xi, Through The Sub Allotment Release Order No. Osec-11-24-1739 Intends To Apply The Sum Of One Million Three Hundred Forty Thousand Pesos (₱1,340,000.00) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For Itb 038-12-2024. 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 Are Indicated Below. Bidders Should Have Completed, Within 2 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 Pax Lot 1 - Venue With Food And Accommodation (january 13-17, 2025) Pax Day 0 - January 12, 2025 (arrival/check-in) Meals To Be Served: Dinner 134 Pax Day 1 - January 13, 2025 (meals To Be Serve: Breakfast, Am And Pm Snacks, Lunch And Dinner) 134 ₱2,000.00 ₱268,000.00 Pax Day 2 - January 14, 2025 (meals To Be Serve: Breakfast, Am And Pm Snacks, Lunch And Dinner) 134 ₱2,000.00 ₱268,000.00 Pax Day 3 - January 15, 2025 (meals To Be Serve: Breakfast, Am And Pm Snacks, Lunch And Dinner) 134 ₱2,000.00 ₱268,000.00 Pax Day 4 - January 16, 2025 (meals To Be Serve: Breakfast, Am And Pm Snacks, Lunch And Dinner) 134 ₱2,000.00 ₱268,000.00 Day 5 - January 17, 2025 (meals To Be Serve: Breakfast, Am And Pm Snacks, Lunch) 134 ₱2,000.00 ₱268,000.00 Total ₱1,340,000.00 Specifications Food Specification: * Free Flowing Coffee And/or Tea * Managed Buffet With Standby Waiters (breakfast, Lunch And Dinner) * For Breakfast: 2 Main Dish, Rice, Bread, Choice Of Hot Tea/chocolate Or Coffee * For Lunch And Dinner: 3 Main Dish(choice Of Meat:chicken, Pork, Fish Or Beef; Vegetables, Soup, Rice Dessert, And Drinks) * Am And Pm Snacks:sandwich/pasta/kakanin; With Drinks * Food Provision For Non-pork-eaters. * Fresh Fruit Juices As Beverage * At Least Two Food Stations Specifications Venue: * Within Davao City * Airconditioned Function Rooms That Can Accommodate 134 Pax/batch For Plenary * Tarpaulin, 8 Feet X 4 Feet * Classroom Type Set Up * Unlimited And Free Access To Strong Wi-fi Connectivity, At Least 50-100mbps * Available Audio-visual Equipment And Stand By Technical Assistant * At Least Two (2) Lcd Projectors With Wide Screen * At Least One (1) Whiteboard With Whiteboard Pen And Eraser * At Least Three Wireless Microphones And A Microphone Stand * At Least Five (5) Extension Cords * Complete Set Of Sound Systems * Two (2) Tables For The Secretariat (registration Area) * Wide Parking Space * Maintaining Cleanliness And Daily Disinfection Of The Following Areas: Function Hall, Restrooms, Sleeping Quarters, Hallway, Coffee/tea Area And Dining Area * Availability Of Medical Staff In The Training Area * Provision Of Alcohol In All Common Areas * 24-hour Security, Front Desk And Housekeeping Services Accommodation: *twin/triple Sharing Rooms (separate Beds) *clean Bedding, Rooms And Restrooms *provision Of Toiletries 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 December 16, 2024 To January 3, 2025, Monday – Friday, 8:00 A.m. To 5:00 P.m. At Deped Regional Office Xi, F. Torres St., Davao City Upon Payment In Cash Of A Non-refundable Fee Of Five Thousand Pesos (₱5,000.00). 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 December 23, 2024 @ 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 January 3, 2025, (friday) 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 January 3, 2025, (friday) 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) 225-0816 +63 9453349262 Sgd Rebonfamil R. Baguio Bac Chairperson
Closing Date3 Jan 2025
Tender AmountPHP 1.3 Million (USD 23.1 K)

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 
931-940 of 955 archived Tenders