Interior Tenders

Interior Tenders

LWG Lausitzer Wasser GmbH & Co KG Tender

Civil And Construction...+1Others
Germany
Details: Construction of a precast concrete station approx. 6.2 x 3.2 x 3.0 m including interior work, exterior insulation and roof construction as well as foundations Technical system (pipe technology): Design, delivery, construction and commissioning of a pressure boosting system including piping Road penetration Laying of drinking water pipe 225 Pe100rc approx. 50 m Landscaping Civil and earthworks Surveying work
Closing Date31 Jan 2025
Tender AmountRefer Documents 

City Government Iligan Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund-20% / Dev. Fund, Intend To Apply The Sum Of P 1,622,577.91 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City With Project No. Cb(b)-25-002 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City General Requirements • Installation Of Project Billboard • Occupational Safety And Health Program • Mobilization And Demobilization Removal Of Structures And Obstruction • Remove And Replace Ceiling Board At Abtc And Roof Eaves • Demolish Chb Wall Partition At Utility Access And Female Toilet • Remove And Replace Doors And Jambs • Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02 • Demolish Plant Box At Receiving Area For Stairs Earthworks • Excavation Work For Pedestal Footings • Gravel Bedding For Pedestal Footings • Backfilling Of Common Soil Using Excavated Soil Must Be Compacted Layer By Layer Concrete Work, Formwork & Scaffolding • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Sputum Collection At Injection Area And Laboratory Steel Reinforcements • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Masonry Wall Reinforcement • Sputum Collection At Injection Area And Laboratory Steel Works • Rectangular Tube 50 X 75 X 1.2mm For Purlins At Waiting Area And Receiving Area • Rectangular Tube 50 X 100 X 1.2mm For Rafter And Column At Waiting Area And Receiving Area Masonry & Plastering Works • 100mm Thk. Chb Wall Partition For Counseling Room • 100mm Thk. Chb Wall For Additional Pwd Toilet, Female Toilet And Sputum Collection Ceiling Works • Replace Ceiling Board At Tb Dots/ Is Dots With 4.5mm Thk. Fiber Cement Board • Replace Ceiling Board At Roof Eaves With Pvc Ceiling Panel Dry Wall Partition • Install Drywall Partition At: - File/ Stock Room & Medical Supplies Room - Examination/ Treatment Area - Arv & Supplies Storage Area - Consultation Room And Laboratory Roofing Works • Install 3mm Polycarbonate Solid Sheet For Roofing At Waiting Area And Receiving Area Tile Works • Installation Of 300mm X 300mm Ceramic Floor Tiles (non-skid) At Additional Pwd Toilet Floor And Female Toilet • Installation Of 300mm X 300mm Ceramic Wall Tiles (glossy) At Additional Cr Wall, Female Toilet And Sink Electrical Works • Remove Lighting And Wirings In The Two Rooms To Be Renovated • Installation Of Conduits ,junction Box ,utility Box • Installation Of New Electrical Wire ,switches , Aircon Outlet • Installation Of Lighting Fixture In Its New Location According The Electrical Plan (note Use The Old Lighting Fixture) • Lighting Circuits Must Be Connect In Circuit No. 1 And Circuit No. 5 As Refer To The Electrical Plan • Additional Aircon Outlet Installed Must Be Connected To Electrical Panelboard Spare Plumbing Works • Pipes (water, Waste And Soil) For Additional Pwd Toilet, Female Toilet And Sputum Collection • Replace P-trap In Every Sink • Installation Of Water Closet, Lavatory And Faucet • Install Of Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm, Grab Bar,vertical Wall Support 32mmø Ss304 Painting Works • Repaint Existing Interior Ceiling Board • New Paint For Ceiling Board At Abtc (tb Dots/ Is Dots) • New Paint For Interior Chb Wall Partition At Counseling Room And Additional Pwd And Female Toilet • Paint Steel Rafter, Purlins And Steel Columns • Seal Joints At Drywall And Ceiling Using Gypsum Putty Doors And Windows • W1- 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window • D1- 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories • D2- 1300mm X 2100mm Double Swing Flush Door With Vision Glass ,50 X 150 Mm Door Jamb And Complete Accessories • D3- 1000mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D4- 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D5- 1?00mm X 2650mm Analok- Aluminum Framed,6mm Thk. Sliding Glass Door With Complete Accessories • D6- 1600mm X2650mm Accordion Door With Complete Accessories • Dw1- 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw2- 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw3- 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw4- 4850mm X 2650mm Analok- Aluminum Framed,6mm Thk. Swing Glass Door With Transom & Complete Accessories I. General Requirements A. Project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, Rx 3"x 14" Coco Lumber, 2"x 3"x10" Coco Lumber, 2"x 2" X8" Coco Lumber, Assorted Sizes C.w. Nails. B. Occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C. Mobilization / Demobilization (q = 1.00 Lot) Ii. Removal Of Structures And Obstruction (q = 1.00 Lot) Includes Remove And Replace Ceiling Board At Abtc (new Tb Dots/is Dots) And Roof Eaves, Demolish Chb Wall Partition At Utility Access And Female Toilet, Remove And Replace Doors And Jambs, Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02, Demolish Plant Box At Receiving Area For Stairs. Iii. Earthworks (q = 2.88 Cu.m.) Includes Volume To Be Excavated, Volume Of Gravel Bedding. Iv. Concrete Work, Formwork & Scaffolding (q = 3.45 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel, Marine Plywood 12mm Thk. X 4' X 8', 2" X 3" X 8' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. V. Steel Reinforcements (q = 312.42 Kgs.) Includes 10mm Ø Dsb X 6m, 12 Mm Ø Dsb X 6m, No. 16 G.i. Tie Wire. Vi. Steel Works (q = 299.56 Kgs.) Includes Rectangular Tube 50 X 75 X 1.2 X 6000 Mm, Rectangular Tube 50 X 100 X 1.2 X 6000 Mm, Welding Rod (6011), Baseplate 12mm X 8"x16", 1/2" X 4" Expansion Bolt, Stud Anchor M8x75mm, 4" Cutting Disk, 4" Grinding Disk. Vii. Masonry & Plastering Works (q = 43.27 Sq.m.) Includes 4" Chb 700psi, Portland Cement, Washed Sand,injectable Chemical Anchor. Viii. Doors And Windows (q = 37.00 Set) Includes Wl: 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window; Dl: 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories; D2: 1200mm X 2100mm Double Swing Flush Door With Vision Glass , 50 X 150 Mm Door Jamb And Complete Accessories; D3: 900mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; D4: 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; Ds: 1700mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Sliding Glass Door With Complete Accessories; D6: 1600mm X2650mm Accordion Door With Complete Accessories; D7: 900mm X2100mm Wooden Flush Door W/50 X 150 Mm Door Jamb And Ss Lick Plate With Complete Accessories; Dwl: 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw2: 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw3: 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw4: 4850mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Ss Lever Type Lockset, Heavy Duty; Ss Knob Type Lockset, Heavy Duty. Ix. Painting Works (q = 372.77 Sq.m.) Includes Skim Coat (20kg/pack), Pennacoat Rat Latex, Masonry Putty, Red Oxide Primer, Quick Drying Enamel, Paint Thinner, Paint Roller 7" W/ Paint Tray, Paint Brush 2-1/2 ", Sand Paper (assorted Sizes), Tape Fiberglass Mesh (48mm X 30m), Gypsum Putty (5kg/gal). X. Ceiling Works (q = 177.65 Sq.m.) Includes 4.5mm Thk X 4" X 8" Ficem Board, Blind Rivets, 1000pcs/box; Riveter. Xi. Dry Wall Partition (q = 90.09 Sq.m.) Includes 4.5mm Thk X 4' X 8' Ficem Board; Metal Studs, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Metal Tracks, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Hardiflex Screw ( Rat Head) #7x 25mm (500 Pcs); Blind Rivets, 1000pcs/box. Xii.roofing Works ( Q = 27.05 Sq.m.) Includes 4' X 8' X 3mm Polycarbonate Solid Sheet, Analok Flat Bar 1/8" X 1" X 16ft, Tek Screw 12 X 65mm (100pcs). Xiii.tile Works (q = 27.71 Sq.m.) Includes 300mm X 300mm Ceramic Floor Tiles (non-skid), 300mm X 300mm Ceramic Wall Tiles, Tile Grout (2kg), Tile Adhessive 25kg (heavy Duty), Portland Cement, Washed Sand, Diamond Cutter Wheel. Xiv. Electrical Works ( Q = 1.00 Lot) Includes Led Panel Light 20w 30x30cm Daylight Recessed Type 230vac; Single Gang Switch 230v; Three Gang Switch 230v; T8 Led Tube Light,18w,43x1220x31mm,g13,single Ended W/ Fixture; Junction Box; Utility Box; Aircon Outlet 20a 230vac; 3.smm2 Thwn-2 Stranded Copper Wire; 8.0mm 2 Thwn-2 Stranded Copper Wire; Electrical Pvc 20mm Schedule 40; Electrical Tape 0.16mmx19mmx16m; Circuit Breaker 50at Bolt On 10kaic. Xv.plumbing Works (q = 1.00 Lot) Includes Stainless Steel Lavatory Faucet, Heavy Duty; Two Piece Water Closet, 705x400x775mm; Lavatory , 500x655x835mm; Stainless Sink, Heavy Duty; Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm; Grab Bar Vertical Wall Support 32mm0 Ss304; Floor Drain 100x150xx2.7mm; 4" Dia. Pvc Wye; 4" Dia. Pvc Coupling; 4" Dia. Pvc Clean Out; 4" Dia. Pvc Elbow, 1/8 Bend; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. Pvc P-trap; 2" Dia. Pvc Wye; 2" Dia. Pvc Elbow, 1/8 Bend; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. X 10' Pvc Pipe, S-1000; 3 Way Angle Valve; Pvc Cement, 400cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i.tee; 1/2" Dia. G.i. Coupling; 1/ 2" Dia. X 20' G.i. Pipe; Teflon Tape (big). Approved Budget For The Contract (abc): P 1,622,577.91 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Ninety (90) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4 . Opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-002 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.6 K)

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state: Washington city: Port Angeles delineated Area: north: City Limits Of Port Angeles south:city Limits Of Port Angeles east:city Limits Of Port Angeles west:city Limits Of Port Angeles gross Square Feet:1,300 net Square Feet:1,144 space Type: Retail gov Parking Spaces (total): 5 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer Thomas Seymour Will Be Signing The Lease For The Government. electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: 1/31/2025. any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Currently Occupies Retail And Related Space In A Building Under A Lease In The City And State Specified Above, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, Non-productive Agency Downtime, And Costs, Including Rent, Related To Vacating The Current Location Prior To Lease Termination. the Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically Via Email Addressed To Cenwsre-rfp@usace.army.mil. Offerors’ Emails Shall Include The Completed Rental Proposal Worksheet, Attached Hereto As Exhibit “a” As An Attachment To The Email. The Subject Line Of The Email Must Contain The Request For Lease Proposal (rlp) Number (16 Characters Beginning With “dac”) Listed On The First Page Of The Rlp. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet (if A New Build Out Is Required) for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit K – Seismic Offer Forms (where Applicable) evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date1 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state: Oregon city:bend delineated Area: north: Nw Spruce Ave, Redmond, Or south:murphey Rd, Bend, Or east:ne 9th St, Redmond, Or west:nw Mount Washington Dr, Bend, Or gross Square Feet:3,880 - 4,850 net Square Feet: 3,376 - 4,220 space Type: Retail gov Parking Spaces (total): 13 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer:thomas J. Seymour electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: January 31, 2025 any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Currently Occupies Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government Is Considering Relocation To An Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, Non-productive Agency Downtime, And Costs, Including Rent, Related To Vacating The Current Location Prior To Lease Termination. the Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization exhibit J - Agency Agreement please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date1 Feb 2025
Tender AmountRefer Documents 

Public Service Delivery Tender

Automobiles and Auto Parts
Canada
Details: Manitoba Reference Number: Mb-mbpb-15t-00684 Issuing Department: Procurement And Supply Chain Date Issued: 10/01/2025 Issued By: Gurjeet Kharay Telephone: 431-336-6413 The Government Of Manitoba (manitoba) Is Requesting Bid Submissions For The Supply & Delivery Of Utility Terrain Vehicle For Department Of Transportation And Infrastructure For One Time Purchase. Note: For Information Or Item Clarification, If Required<(>,<)> Contact: Gurjeet Kharay Email: Bids@gov.mb.ca (enquiry Only) Please Contact The Individual Noted Above If Additional Information Or Clarification Is Required On The Following Items. Please Include The Rfq Number And Description When Sending Emails For Inquiries. Delivery Address: Manitoba Transportation And Infrastructure 155 Yellow Quill Trail<(>,<)> Portage La Prairie, Manitoba Invoice Address: Manitoba Transportation And Infrastructure Water Operations Box 499 Grosse Isle, Mb R0c 1g0 Finance@gov.mb.ca Delivery In ___ Working Days Or ____weeks From Receipt Of The Order. General Terms & Conditions: This Rfq Is Subject To The Manitoba General Terms And Conditions: Https://www.gov.mb.ca/central/psc/pubs/form/mb_terms_conditions.pdf The Purchase Order To Be Issued To The Top Ranked Vendor(s) Is Subject To The Manitoba Purchase Order Terms And Conditions: Https://www.gov.mb. Ca/central/psc/pubs/form/manitoba_po_terms_conditions.pdf Submission Terms And Conditions: The Bid Must Be Signed By A Representative Of The Bidder With The Authority To Bind The Bidder. The Name And Title Of The Representative Signing The Bid Should Also Be Printed Below Their Signature. Vendor's E-mail Address: (if Available) ____________________ Quantity Clarification: Quantity Listed Contains 2 Or 3 Decimals. _________________________________________________________________________ Item Qty Description Delivery No. Date ======================================================== Item 10 28/02/2025 2.00 Each Gsin: N2320material: 56805 Utv, Utility Terrain Vehicle, As Described Below: Specification Of Utility Terrain Vehicle. Same Or Equivalent To The Following Requirement Specification Engine: Type - 65hp/59lb-ft, 976 Cc, V-twin, Liquid-cooled Fuel Delivery System - Intelligent Throttle Control With Electronic Fuel Injection Transmission - Pro-torq Cvt With Quick Response System, High-airflow Ventilation And Electronic Drive Belt Protection Extra- L/h/n/r/p Drive Train - Selectable Turf Mode / 2wd / 4wd With Visco-lok Auto Locking Front Differential Driving Assistance - Cvt Engine Braking Eco / Eco Off / Work Mode Speed Limiter Power Steering - Dynamic Power Steering Suspensions: Front Suspension - Arched Double A-arm With Sway Bar / 12 In. Suspension Travel Front Shocks - Twin Tube Gas-charged Shocks Rear Suspension - Arched Tta With External Sway Bar /12 In. Suspension Travel Rear Shocks - Twin Tube Gas Charged Shocks Tires & Wheels: Front / Rear Tires - Xps Trail Force 27 X 9/11 X 14 In. Wheels - 14 In. Cast Aluminum Breaks: Front - Dual 220mm Disc Brakes With Hydraulic Twin-piston Calipers Rear - Dual 220mm Disc Brakes With Hydraulic Single-piston Calipers Dimensions & Capacities: Cage - Profiled Cage, Rops Approved Estimated Dry Weight - 1830 Lb (830 Kg) L X W X H - 121 X 65 X 80 In (307 X 165 X 226 Cm) Wheelbase - 83 In. (211 Cm) Ground Clearance - 13 In (30.5 Cm) Cargo Box Dimensions - 38 X 54.5 X 12 In. (96.5 X 138.4 X 30.5 Cm) Cargo Box Capacity - 1000 Lb (454 Kg) Tailgate Load Capacity - 250 Lb (113.4 Kg) Storage Capacity - 10.4 Gal (39.5 L) Towing Capacity - 2500 Lb (1,134 Kg) Payload Capacity - 1200 Lb (544 Kg) Fuel Capacity - 10.6 Gal (40 L) Person Capacity - 3 Other Specification: Gauge - 4.5 In. Wide Digital Display Battery - 12v (30 A H) Magneto - 650 W Instrumentation - Dc Outlet (10 A) Lighting - Front Lighting Output 140 W / Led Taillights Seat - Bench Seat With Passenger Seats Flipping Up, Underside Hooks Steering Wheel - Adjustable Tilt Steering Protection - Integrated Front Steel Bumper Full Hard Roof With Liner And Interior Dome Light Hitch Type - 2 In. Hitch Receiver Additional Options: -track Kit -xt Front & Rear Bumpers -4500lbs Winch ======================================================== Quotation Evaluation: Generally, The Lowest Overall Price Of An Acceptable Item(s) In Accordance With The Terms & Conditions Of The Rfq Will Be Awarded The Order. Quotations Will Also Be Evaluated Based On Suitability Of Unit Offered Compared To The End User#s Needs, Product Specifications, Delivery, Warranty, Price, Quality Of The Bidder's Performance In Past Awards And Any Other Terms & Conditions Indicated On This Rfq. Each Product Offered Will Be Considered Individually, However, The Intent Is To Award This Rfq To One Supplier In Total (if Possible And Economic To Manitoba) Therefore Bidders Should Quote On All Items If Possible. (economic Evaluation To Be At Manitoba#s Sole Discretion) Failure To Provide Adequate Information To Evaluate The Item Offered May Be Cause For Rejection Of Your Quote By The Manitoba Government (manitoba). Suitability Selection To Be At Manitoba's Sole Discretion. Quality / Acceptability All Products Supplied Are Subject To Inspection Prior To Acceptance. Manitoba Reserves The Right To Reject Any Products, After Final Inspection That Does Not Meet The Specification Requested. Product Offered: The Product Offered Must Meet The Requirements And Expectations For Its Intended Use. If It Is Your Intention To Offer An Item, Which Does Not Meet All The Specs/description As Outlined, Then You Must Indicate All Intended Deviations Or Changes On The Return Quote. Please Indicate: Manufacturers Name__________ Brand Name______________ Product / Style Number ________ Bidders Catalogue/reference Number (if Applicable) ___________ Note: If Any Of The Above Items/features Are Accessories That Are To Be Included And Installed Prior To Delivery. It Is The Supplier's Responsibility To Test All Systems To Ensure They Are Functioning Properly Prior To Delivery. Delivery Address: Manitoba Transportation And Infrastructure 155 Yellow Quill Trail<(>,<)> Portage La Prairie, Manitoba Invoice Address: Manitoba Transportation And Infrastructure Water Operations Box 499 Grosse Isle, Mb R0c 1g0 Finance@gov.mb.ca (unit Prices Include All Necessary Charges E.g., Freight, Insurance, Handling Etc.) If Any Charges Are Not Included, Please Explain In Detail Any/all Charges That Will Be Extra To The Unit Prices Quoted And That Will Be Charged On The Invoice. Products/brands: Brand Names, Where Indicated, Are Shown For Reference Purposes Only And Are Not Intended As Endorsement Of A Particular Product. Authorized Vendor: Manitoba Reserves The Right, Prior To Any Contract Award, To Secure Evidence To Manitoba's Satisfaction That Any Bidder Is The Manufacturer, Or An Authorized Distributor, Dealer Or Retailer Of The Goods Offered And Is Authorized To Sell These Goods In Manitoba, Canada And Upon Request Will Provide Manitoba With Written Evidence Thereof. Warranty: Manufacturer's Warranty: State Warranty Of Units Offered (as Applicable To Manitoba's Use). (manitoba's Use Would Usually Be Considered Commercial Application Not Consumer) Product _________ Months Or _______ Years Labor _________ Months Or _______ Years Parts _________ Months Or _______ Years Please Note: During The Period Of The Warranty Offered, All Labor, Transportation, Parts, Surcharges Including Shipping And Brokerage Will Be Included. The Province Of Manitoba "will Not" Pay Additional Charges While The Item(s) Offered Are Under The Above Stated Warranty. Potential Costs Associated With The Location Of Warranty Service Might Be Used In The Evaluation Of This Quote. If The Warranty Offered Is The Vendor's Warranty In Combination With Or In Place Of The Manufacturer's Warranty Then A Complete Explanation Must Be Provided. Warranty Service/location: Is Warranty Service Provided On Site At Our Premises? Yes___ Or No____ If No, Indicate The Location The Unit Must Be Sent To For Manufacturer's Certified And/or Approved Warranty Service. Company Name_______________________ Location (city & Province) ______________ Do You Have A Toll Free Phone Number For Warranty Service? Yes______ Or No______ If Yes Please Provide: ________________________ After Warranty Service: Is After Warranty Service Provider The Same As Above? Yes ___ Or No_____ If No, Please Advice Company Name_______________________ Location (city & Province) ______________ Accounts Receivable Address: Due To Our Computerized Accounts Payable System Please Advise If Your Invoice Address (accounts Receivable) Is The Same As The Address For Orders / Quotes Shown Above Yes ____ Or No ______ If No Provide Complete Details I.e. Box #, Street Address, City, Province, Postal Code, Etc. _________________ Manitoba's Retail Sales Tax License: Are You Licensed By Manitoba Finance To Collect And Remit? Manitoba's Retail Sales Tax Yes_____ Or No_____ If No Disregard The Following Paragraph. Manitoba's Retail Sales Tax Is The Product(s) Offered Subject To Manitoba's Retail Sales Tax? Yes____ Or No _____ If The Quote Consists Of Both Taxable (t) And Non-taxable (nt) Items Please Indicate T Or Nt Opposite Each Item Offered. Payment Terms: Manitoba Will Consider Early Payment Terms. Manitoba's Standard Payment Term Is Net Thirty (30) Days. The Bidder Shall Specify Their Standard Invoice Term: _____________________________ Is There Any Applicable Discounts For Early Payment? Yes _____ No _____ Initial __________ If Yes, Please Specify: _____________________________________________________ Does Your Early Payment Clause Appear On Your Invoice? Yes _____ No _____ Initial __________ Your Quotation Reference # (if Applicable) _________. Proposed Delivery Address: Manitoba Transportation And Infrastructure 155 Yellow Quill Trail<(>,<)> Portage La Prairie, Manitoba Tenders To Be Returned To: Merx Electronic Bid Submission Www.merx.com
Closing Date10 Feb 2025
Tender AmountRefer Documents 

Bureau Of Jail Management And Penology - BJMP Tender

Others
Philippines
Details: Description Republic Of The Philippines Department Of The Interior And Local Government Bureau Of Jail Management And Penology Regional Office Vii 13b M. Veloso St. Guadalupe, Cebu City Tel. No. (032) 254-4747 / 231 7767 E-mail: R7.logistics@bjmp.gov.ph Website: R7.bjmp.gov.ph Request For Quotation The Bureau Of Jail Management And Penology Region - Vii, Through Its Bids And Awards Committee (bac), Will Undertake An Alternative Mode Of Procurement Under Section 53.9 (small Value Procurement) Of Revised Implementing Rules And Regulations Of Republic Act No. 9184 For The Supply And Delivery Of Office Supplies For The First Quarter Cy 2025 With An Approved Budget For The Contract Amounting To Eight Hundred Eighty-two Thousand Seven Hundred Eighty-one Pesos Only (php 882,781.00). Quotation Forms Are Available At The Bjmp Regional Office-vii, 13b. M. Veloso St. Guadalupe, Cebu City. Please Quote Your Lowest Price Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By You Or Your Authorized Representative At The Bjmpro-vii, 13b M Veloso St. Guadalupe, Cebu City Not Later Than 12:00 Noon On February 18, 2025. Stock # Qty Unit Item Description Estimated Unit Cost Estimated Total Cost 1 80 Pack Battery, Size Aa, Alkaline, 2 Pieces Per Blister Pack 2 40 Tube Battery, Size Aaa, Alkaline, 2 Pieces Per Blister Pack 3 120 Box Binder Clip, Backfold, 19mm, 12 Pieces Per Box 4 120 Box Binder Clip, Backfold, 25mm, 12 Pieces Per Box 5 120 Box Binder Clip, Backfold, 32mm, 12 Pieces Per Box 6 120 Box Binder Clip, Backfold, 50mm, 12 Pieces Per Box 7 120 Piece Correction Tape,6meters(min), 1 Piece In Ind. Plastic 8 80 Box Data File Box, Made With Chipboard, With Closed Ends 9 5 Box Envelope, Mailing, 500 Pieces Per Box, 80 Gsm 10 50 Box Index Tab, Self-adhesive, 5 Set/box, Assorted Colors 11 40 Piece Magazine File Box, Large 12 150 Piece Marker, Whiteboard, Bullet Type, Black 13 150 Piece Marker, Whiteboard, Bullet Type, Blue 14 150 Piece Marker, Whiteboard, Bullet Type, Red 15 80 Pad Note Pad, Stick-on, (2"x3"), 100 Sheets Per Pad 16 80 Pad Note Pad, Stick-on, (3"x3"), 100 Sheets Per Pad 17 100 Pad Note Pad, Stick-on, (3"x4"), 100 Sheets Per Pad 18 50 Piece Philippine National Flag 19 80 Book Record Book, 150 Pages, Size: 214mm X 278mm Min 20 8 Box Rubber Band, 70mm Min Lay Flat Length (#18) 21 80 Piece Sign Pen, Black, 0.70m 22 250 Piece Sign Pen, Blue, 0.70m 23 150 Pack Toilet Tissue, 12 Rolls Per Pack 24 50 Piece Pencil Sharpener, 1 Piece In Indiviual Plastic Case 25 80 Pair Scissors, Symmetrical,blade Length:65mm/1pc Individual 26 120 Piece Tape Dispenser, Table Top 27 50 Bottle Cleaner, Toilet Bowl And Urinal, 900-1000ml Cap 28 70 Can Cleanser, Scouring Powder, 750grams/plastic Container 29 80 Pouch Detergent Powder, All Purpose, 1kilo/pouch 30 80 Can Disinfectant Spray, 320ml Cannister 31 30 Roll Trashbag, Plastic, Black Xl, 10pcs/roll 32 20 Unit External Portable Hdd Storage - 1tb 33 12 Unit External Portable Hdd Storage - 2tb 34 62 Piece Flash Drive, 16gb, Usb 2.0, Plug And Play 35 20 Unit Ink Cart, Epson C13t6664100 (t6641), Black 36 6 Cart Ink Cart, Epson C13t664200 (t6642), Cyan 37 6 Cart Ink Cart, Epson C13t664400 (t6644), Yellow 38 6 Cart Ink Cart, Epson C13t664400 (t6644), Magenta 39 15 Cart Ink Cart, Epson 001,black 40 8 Cart Ink Cart, Epson 001,magenta 41 8 Cart Ink Cart, Epson 001, Cyan 42 8 Cart Ink Cart, Epson 001, Yellow 43 12 Bottle Ink Cart, Brother Bt6000bk 44 12 Bottle Ink Cart, Brother Bt5000c 45 12 Bottle Ink Cart, Brother Bt5000m 46 12 Bottle Ink Cart, Brother Bt5000y 47 10 Bottle Ink Cart,epson 003,black 48 8 Bottle Ink Cart, Epson 003,magenta 49 8 Bottle Ink Cart, Epson 003, Cyan 50 8 Bottle Ink Cart, Epson 003, Yellow 51 20 Ream Special Paper, Concorde,90gsm 52 2 Unit Laminator Machine,a4 & A3 Size,, Heavy Duty, W/ Reverse Function 53 20 Pack Laminating Film, A4 Size,100-150 Microns 54 30 Piece Magazine File Holder,legal Size 55 80 Box Ballpen,blue, 12pcs Per Box, 0.5mm 56 500 Piece Expanding Folder 8.5"x13" 57 100 Piece Fastener, For Paper, Plastic, 50 Sets Per Box 58 100 Box Paper Clip, Pvc Type, 48mm, 100 Pieces Per Box 59 20 Ream Paper, Multicopy,210mm X 297mm, 80gsm(a4) 60 60 Ream Paper, Multicopy,216mm X 279mm, 80gsm(letter) 61 600 Ream Paper, Multicopy,216mm X 330mm, 80gsm(legal) 62 10 Ream Colored Paper,legal,yellow 63 610 Piece File Folder, White, 8.5"x11" 64 150 Piece Marker, Permanent, Chisel Type, Blue, Refillable 65 150 Piece Marker, Permanent, Chisel Type, Red, Refillable 66 15 Piece Marker, Permanent, Chisel Type, Black, Refillable 67 107 Roll Scotch Tape,1/2mm'x18m 68 160 Roll Tape, Packaging, 48mm, 50 Meters Length 69 160 Roll Tape, Packaging, 24mm, 50 Meters Length 70 120 Roll Tape, Masking, 48mmx18 Meters Length 71 120 Roll Tape, Masking, 24mmx18 Meters Length 72 120 Roll Tape, Double-sided, 24mmx1.5 Meter Length 73 40 Box Push Pin, Flat Head Type, Assorted Colors, 100's/case 74 60 Pack Photo Paper, Glossy, 8" X 11", 20 Shts/pck,180gsm 75 60 Box Pencil, Lead With Eraser, 1 Dozen Per Box 76 6 Set Printer Laser With Scanner (all-in-one) Terms And Conditions: 1. Total Price Offer Exceeding The Approved Budget For The Contract (abc) Shall Be Automatically Disqualified. 2. Total Bid Offers Shall Be Inclusive Of Taxes Such As But Not Limited To Vat, Income Tax, Local Tax And Other Levies. 3. Updated Mayor’s Permit, Dti/sec/cda Certificate, Philgeps Certificate Of Registration, And Fda License To Operate, Income Tax Return And Omnibus Sworn Statement Are Also Required To Be Submitted Along With Your Quotation And Proposal. 4. All Supporting Documents Must Be Certified True Copy By Authorized Representative. 5. All Entries Must Be Signed By The Authorized Representative. 6. Delivery Location: Bjmpro-vii, 13b M Veloso St., Guadalupe, Cebu City 7. Delivery Period: Seven (7) Calendar Days From The Receipt Of Purchase Order. The Bac Reserves The Right To Reject Any Or All Quotation/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidders(s), And To Accept Only The Offer That Is Most Advantageous To The Government. For Further Information, Please Refer To: Jsinsp May-ann R Bejuna Procurement Officer Bjmpro-vii, 13b M. Veloso St. Guadalupe, Cebu City Tel.no. (032) 254-4747 Email: R7bacsecretariat@gmail.com Noted By: Jssupt Jessie O Calumpang Chairperson, Bids And Awards Committee Received By: Name & Signature: Company Name: Date:
Closing Date18 Feb 2025
Tender AmountPHP 882.7 K (USD 15.2 K)

DEPT OF THE ARMY USA Tender

Environmental Service
United States
Details: The Intent Of This Notice Is To Determine The Interest Of Small Businesses (e.g. Small Business, 8(a), Hubzone, Sdvosb, Wosb, Vosb.) the Following Is A Sources Sought Notice. The Government Is Seeking To Identify Qualified Sources Under North American Industry Classification System (naics) 562910 – Environmental Remediation Services. This Sources Sought Notice Is For Market Research Information Only And Is To Be Used For Preliminary Planning Purposes. No Proposals Are Being Requested And None Will Be Accepted In Response To This Notice. This Is Not A Solicitation For Proposals, And No Contract Will Be Awarded From This Notice, Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Cost Incurred In Preparation Of A Response To This Notice. the U.s. Army Corps Of Engineers, Kansas City District Seeks Qualified Environmental Remediation Services Firms Interested And Capable Of Conducting Remedial Action Activities At The Roebling Steel Superfund Site, Village Of Roebling, Florence Township, Burlington County, New Jersey. a Standalone Cost-plus Fixed Fee (cpff) Contract Is Being Contemplated To Support The Roebling Steel Superfund Site: (the Following Information Is In The Early Planning Stages And May Be Subject To Change): the Roebling Steel Site Is A 200-acre Property Bordered By Second Street And Hornberger Avenue In The Village Of Roebling, Florence Township, Burlington County, New Jersey. The Site Is Bordered On The North And East By The Delaware River And Crafts Creek, Respectively. The Site Is Currently Inactive Except For Portions Of The Property That Have Been Remediated And Redeveloped. the Site Was Occupied By A Steel And Wire Manufacturing Facility From 1906 To 1982. The Production Of Steel Products Resulted In The Generation Of Significant Quantities Of Waste Materials In Both Liquid And Solid Forms. The Majority Of Liquid Wastes Were Discharged To Crafts Creek And The Delaware River. Large Quantities Of Solid Wastes Including Slag, Mill Scale, Spent Refractory Materials, And Other Production Residues Were Disposed At The Site. Slag Material Was Used To Fill In A Large Portion Of The Bordering Delaware River Shoreline. Approximately 70 Buildings On The Main Plant Area Of The Site Contained Contaminated Process Dust On The Walls And Floors, Contaminated Process Equipment, Tanks, Pits And Sumps, Underground Piping Systems, And Damaged Friable Asbestos. The Lack Of Properly Operated Environmental Control Facilities Resulted In Several Regulatory Agencies Issuing Notices Of Noncompliance To Site Owners And Operators. due To The Numerous Sources Of Contamination And Various Pathways For Exposure, Epa Is Addressing The Remediation In A Phased Approach. There Are Five Remedial Phases Or Operable Units, Each Covered By A Record Of Decision (rod). Operable Unit 1 (ou1) Addresses The Removal Of Drums, Transformers, Tanks, Baghouse Dust, Chemical Piles, Tires, And Contaminated Park Soil. Operable Unit 2 (ou2) Addresses Contaminated Soil In Another Park. Operable Unit 3 (ou3) Addresses The Cleanup Of The Slag Area By Installing A Soil Cap That Supports A Storm Water Management System And Shoreline Stabilization. Operable Unit 4 (ou4) Addresses Removal And Disposal Of Underground Storage Tanks, Above-ground Tanks, Pits, Sumps, Underground Piping, Process Dust, Friable Asbestos Abatement, Decontamination And Demolition Of Buildings, And Historic Mitigation Activities. Operable Unit 5 (ou5) Addresses The Remediation Of Site-wide Soils, River And Creek Sediments, And Groundwater. The Designs Associated With This Contract Are Associated With Ou4 And Ou5. the Work Shall Consist Of Environmental Remediation Services To Support The U.s. Army Corps Of Engineers, New York District In The Installation Of A Soil Cap, Building Demolition, Artifact Restoration, Building Restoration, And Construction Of A New Building. Environmental Remediation Services May Include, But Are Not Limited To The Following: • Preparation Of Work Plans And Preconstruction Documents. • Obtain Necessary Permits And Approvals From Applicable Federal, State, And Local Regulatory Agencies. • Capping Of Contaminated Soil. • Implementation Of A Long-term Groundwater Sampling And Analysis Program To Monitor The Contaminant Concentrations In The Groundwater At The Site, To Assess The Migration And Attenuation Of These Contaminants In The Groundwater Over Time; And, • Institutional Controls In The Form Of A Classification Exception Area (cea) To Restrict The Installation Of Wells And The Use Of Contaminated Groundwater In The Vicinity Of The Site. • Primary (gross) Decontamination, Demolition, And On-site Management Of Selected Demolition Debris For Contaminated Buildings. • Removal And Off-site Disposal Of Contaminated Process Dust, And Liquid And Solid Wastes From The Equipment, Aboveground Tanks, Pits, And Sumps. Removal And Decontamination Of Equipment, Tanks, And Scrap Metal Prior To Recycling. • Abatement Of Friable Asbestos In All Buildings. • Closure Of Contaminated Underground Storage Tanks And Drainage Of Underground Piping Systems. • Historic Preservation Mitigation Measures For The Buildings, Machinery, Artifacts, And Curation Of Archives. • Implementation Of Institutional Controls To Ensure The Effectiveness Of The Remedy, Such As Deed Restrictions To Limit Future Uses Of The Buildings That Remain. • Construction Of A New Building Within The Roebling Museum Property To Display Historically Significant Artifacts. disclosure Of The Magnitude Of Construction, As Prescribed In Far 36.204 And Dfars 236.204, Is Between $25,000,000 And $100,000,000. Based On The Dollar Value, It Is Anticipated That A Project Labor Agreement Will Be Required In Accordance With Far Subpart 22.5. it Is Anticipated That This Solicitation Will Be Published Through The Procurement Integrated Enterprise Environment (piee) To The Sam.gov Website In Fiscal Year 2025. The Period Of Performance For The Planned Contract Is Five (5) Years. the Purpose Of This Sources Sought Notice Is To Obtain Insight Into The Interest, Capabilities, And Qualifications Of Small Business Firms; As Well As Assist The Government In Preparing Market Research And Establishing An Acquisition Strategy In Support Of This Effort. the Kansas City District Is Soliciting Feedback From Industry As Part Of Our Market Research Efforts Associated With This Acquisition And Is Considering Various Acquisition Strategies To Deliver This Project And Requests Input From Industry. The Following Information Is Requested In This Sources Sought Notice With A Limit Of Eight (8) Pages For Your Response: 1. Organization Name, Address, Email Address, Website Address, Telephone Number, And Business Size (e.g. Small Business, 8(a), Hubzone, Sdvosb, Wosb, Vosb, Other) And Type Of Ownership For The Organization; Include Unique Entity Id Number And Cage Code. 2. Provide A Description Of Your Firm’s Interest In Providing A Proposal For The Work Described Above. Please Provide At Least 2 Recent Relevant/comparable Projects Performed Within New York Or New Jersey Within The Past 7 Years (no More Than 2 Pages Per Project). The Completed Projects Shall Demonstrate Your Firm’s Capability Or Planned Teaming Subcontractor’s Capability To Execute Remediation Efforts. For Each Project Provided It Is Recommended To Include: A Brief Description Of The Project And How It Is Comparable To The Work Required For This Project, Customer Name And Contact Information, Customer Satisfaction, Contract Type (e.g., Firm Fixed Price, Fixed Price Incentive, Cost Plus Fixed Fee, Etc.), And Dollar Value Of Each Project. An Experience Form Is Attached. Its Use Is Not Required; However, Please Ensure All Requested Information Is Provided. projects Considered Similar In Size And Scope To The Roebling Steel Project Include: • Projects Demonstrating Experience With Vertical Construction And Commissioning, Similar Or Larger In Size Than Required By This Project (>6,000 Sf, Height Of 24’; Commissioning Activities Including Testing Of Mechanical, Plumbing, Electrical, And Solar Electrical Installations). • Projects Demonstrating Experience Performing Grading, Cap Placement, And Compaction Under Cercla On An Area Similar In Size Or Larger Than Required By This Project (>100 Acres). • Projects Demonstrating Experience With Industrial Artifact And Historical Building Restoration In Accordance With The Secretary Of The Interior’s Standards For The Treatment Of Historic Properties. qualified Personnel Are Required With Recent Knowledge And Experience In: • Environmental Response Actions Associated With Remedial Actions Mandated By Cercla; • Consultation/coordination With Other Federal, State, And Local Agencies And Stakeholders; And, • Vertical Construction And Building Commissioning. 3. Identify, Based Upon The Roebling Description Of Services, If You Would Form A Joint Venture (jv) Or Teaming Arrangement To Execute This Work. Provide Teaming Or Jv Information Or Your Intention To Form Teaming Agreements Or Jvs, And If Applicable, Include The Jv’s Unique Entity Id (uei) Number And Cage Code. 4. Provide Your Firm’s Capabilities/availabilities In Performing The Required Environmental Remediation Efforts, Given The Current Market Conditions. Identify Any Workload Constraints Regarding The Items You Indicated Your Firm Is Interested In Submitting A Proposal. 5. Does Your Firm See Any Constraints Regarding Available Personnel, Equipment, And/or Materials Required To Perform The Planned Environmental Remediation Efforts, Given The Current Market Conditions. Please Explain Any Market Pressures That May Be Apparent In 2025 Through 2030. Small Businesses Are Reminded Under Far 52.219-14, Limitations On Subcontracting; They Must Perform At Least 15% Of The Cost Of The Contract, Not Including The Cost Of Materials, With The Firm’s Own Employees For General Construction-type Procurement. Include The Percentage Of Work That Will Be Self-performed On This Contract, And How It Will Be Accomplished. 6. Provide Input On Any Concerns Or Risks Your Firm Has, Based On The Information Provided In This Sources Sought Notice. please Send Your Responses Via Email To Heather.a.scott@usace.army.mil. this Sources Sought Notice Is For Market Research Purposes Only And Is Not A Request For Proposal Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice.
Closing Soon21 Feb 2025
Tender AmountRefer Documents 

Ministry Of The Presidency, Interior And Social Dialogue Tender

Spain
Purchaser Name: Ministry Of The Presidency, Interior And Social Dialogue | Security and Surveillance of the Offices of the General Attorney in Badajoz and the Legal Commission of Extremadura
Closing Date1 Jan 2025
Tender AmountEUR 13.8 Million (USD 14.4 Million)

MINISTRY OF INTERIOR AFFAIRS CANTON SARAJEVO - POLICE ADMINISTRATION Tender

Others
Bosnia and Herzegovina
Purchaser Name: MINISTRY OF INTERIOR AFFAIRS CANTON SARAJEVO - POLICE ADMINISTRATION | Procurement of Special Purpose Vehicles
Closing Date28 Jan 2025
Tender AmountBAM 307.6 K (USD 163.5 K)

Department Of The Interior Of The Jumgal Region Tender

Services
Others
Kyrgyzstan
Purchaser Name: Department Of The Interior Of The Jumgal Region | Repair and Maintenance of Computer Office Equipment
Closing Date13 Feb 2025
Tender AmountKGS 129.8 K (USD 1.4 K)
3101-3110 of 3355 archived Tenders