Manpower Tenders
Manpower Tenders
BARANGAY MADUA NORTE, DUERO, BOHOL Tender
Civil And Construction...+1Civil Works Others
Philippines
Description: Purchase Of Construction Materials For Completion Of Manpower Development Center - Long Span Wall And Canopy , Construction Materials And Supplies ,barangay Madua Norte, Duero, Bohol
Closing Soon6 Mar 2025
Tender AmountPHP 298.5 K (USD 5.1 K)
MUNICIPALITY OF BALUNGAO, PANGASINAN Tender
Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Quantity Unit Item Description Concrete Works 32 Bags Cement 2 Cu.m Sand 4 Cu.m Gravel 34 Pcs 10mm Dia. Rsb X 6m 17 Pcs 12mm Dia. Rsb X 6m 4 Kgs G.i. Tie Wire Formworks 2 Pc Phenolic Board 1/2" 5 Pcs Coco Lumber 2"x2"x12" 1 Kgs Cwn #3 1 Kgs Cwn #1-1/2 Solar Lights 15 Pc Solar Lights 100 Watts 15 Pcs G.i. Pipe 2" Sch. 40 Sub-total: Labor: No. Of Manpower No. Of Days Description/position Rate Per Day Labor 1 12 Construction Foreman 5 12 Skilled Laborer 5 12 Unskilled Laborer
Closing Soon6 Mar 2025
Tender AmountPHP 218.3 K (USD 3.7 K)
Province Of Iloilo Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No. Coo-25-109-np(sv) Reference Pr No. Coo-25-109 February 25, 2025 _________________________ _________________________ (supplier's Name And Office Address) The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than March 06, 2025 At 9:00 A.m. At The 5th Floor Bac Secretariat Office, Iloilo Provincial Capitol, Iloilo City After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson,bac Approved Budget For The Contract: ₱ 208,000.00 Place Of Delivery: Within The 5th District Of The Province Of Iloilo Date Of Delivery: March 19-20, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1 Job Food And Accommodation For The Conduct Of 2-days Live-in Iloilo Cdo’s Enhancement Training For 40 Pax At Php 2,600.00 Per Pax Per Day. 208,000.00 Menu: Day 1: Breakfast: Rice, Fried Egg, Dried Fish, Corned Beef, Bread & Butter, Fresh Fruits, Coffee/juice. Am Snacks: Egg Sandwich W/ Fries, Juice. Lunch: Rice, Kadios Baboy Langka, Grilled Boneless Bangus, Chicken Inasal, Pinakbet, Fruit Salad, Soda. Pm Snacks: Ensaymada, Juice. Dinner: Rice, Native Chicken Binakol, Pork Adobo, Buttered Garlic Shrimps, Sotanghon Guisado, Pastries, Soda. Day 2: Breakfast: Rice, Boiled Egg, Sausage, Dried Fish, Bread & Butter, Fresh Fruits, Juice/coffee. Am Snacks: Pancit Molo W/ Bread, Juice Lunch: Rice, Sotanghon Soup, Beef W/ Mushrooms, Grilled Pork, Fish Fillet, Pancit Guisado, Fruits, Soda. Pm Snacks: Cheeseburger W/ Fries, Juice. Dinner: Rice, Beef Bulalo, Sweet And Sour Pork, Fried Chicken, Chopseuy, Pastries, Soda. *free Flowing Coffee/choco Drink Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation) 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No. Coo-25-109-np(sv) Reference Pr No. Coo-25-109 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: March 19-20, 2025. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail.
Closing Soon6 Mar 2025
Tender AmountPHP 208 K (USD 3.5 K)
MUNICIPALITY OF BALUNGAO, PANGASINAN Tender
Machinery and Tools...+1Manpower Supply
Philippines
Details: Description Concrete Works 56 Bags Cement 3 Cu.m Sand 6 Cu.m Gravel 74 Pcs 10mm Dia. Rsb X 6m 59 Pcs 12mm Dia. Rsb X 6m 9 Kgs G.i. Tie Wire Formworks 5 Pc Phenolic Board 1/2" 42 Pcs Coco Lumber 2"x2"x12" 3 Kgs Cwn #3 2 Kgs Cwn #1-1/2 Masonry Works 52 Bags Cement 6 Cu.m Sand 67 Pcs 10mm Dia. Rsb X 6m 1230 Pcs Chb 4" Sub-total: Labor: No. Of Manpower No. Of Days Description/position Rate Per Day Labor 1 8 Construction Foreman 5 8 Skilled Laborer 10 8 Unskilled Laborer Sub-total:
Closing Soon6 Mar 2025
Tender AmountPHP 200 K (USD 3.4 K)
Municipality Of La Paz, Leyte Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of La Paz Office Of The Bids And Awards Committee Invitation To Bid (itb) – No. : 25-0022 Procuring Entity : Municipality Of La Paz, Leyte Title Of Project : Purchase Of One (1) Unit Motorcycle For The Municipal Agriculture Office (please See Attached Documents In Associated Components For The Specifications In The Philgeps Website) Approved Budget Of The Contract (abc) : Php 260,000.00 Address : Lgu - La Paz, Leyte Description: The Municipal Government Unit Of La Paz, Leyte Through The Bids And Awards Committee (bac) Invites Suppliers For The Purchase One (1) Unit Motorcycle For The Municipal Agriculture Office With An Approved Budget For The Contract Amounting To Two Hundred Sixty Thousand Pesos (php 260,000.00) Only. A.the Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As In The Preliminary Examination Of Bids. B.eligibility Documents In Four (4) Copies Duly Certified On Each Page Must Be Submitted To The Office Of The G/f La Paz Town Hall, Lgu – La Paz Leyte. The Eligibility Documents Are The Following: 1.technical Component Envelope (first Envelope) Class “a” Documents A.legal Documents: A)philgeps Registration Certificate (platinum Registered) B)registration Certificate From Sec For Corporation, Dti For Sole Proprietorship Or Cda For Cooperatives C)business License Permit/valid And Current Mayor’s Permit/municipal License; D)tax Clearance Per E.o. 398, S 2005; B.technical Documents: E)statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; F)statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of Irr Of 9184; G)bid Security In The Prescribed Form, Amount And Validity Period. H)technical Specifications, Which May Include; •organizational Chart •production / Delivery Schedule •manpower Requirements •and/or After-sales Service/parts I)omnibus Sworn Statement •it Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgu’s Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb; •each Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; •letter Authorizing The Hope Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; •the Signatory Is The Duly Authorized Representative Of The Prospective Bidder And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract Accompanied By The Duly Notarized Special Power Of Attorney, Board/partnership Resolution, Or Secretary’s Certificate, Whichever Is Applicable; •it Complies With The Responsibilities Of A Prospective Or Eligible Bidder Provided In The Pbd’s; •it Complies With Existing Labor Laws And Standards; •it Is Not Related To The Head Of Procuring Entity (hope) Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; •it Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. C.financial Documents: J)latest Audited Financial Statement “stamped Received” By The Bir Or Its Duly Accredited Or Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; (latest Quarterly Or Annual Income & Business Tax Returns) K)computation Of Net Financing Contracting Capacity (nfcc) Class “b” Documents L)valid Joint Venture Agreement In Case Of Joint Venture (if Applicable) Or Duly Notarize Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provision Of The Jva In The Instance That The Bids Is Successful. Other Documentary Requirements Under Ra No. 9184 (as Applicable) M)[for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. N)certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 2.financial Component Envelope (second Envelope) •original Of Duly Signed And Accomplished Financial Bid Form; And •original Of Duly Signed And Accomplished Price Schedule(s). C.the Municipality Of La Paz, Leyte 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. The Significant Date & Time Of The Procurement Activities Are Shown Below: 1.advertising / Posting Of Itb : Feb. 27 – March 6, 2025 @ 5:00 Pm 2.expression Of Interest / Submission Of Loi : Feb. 27 – March 6, 2025 @ 5:00 Pm Note: •company Representative/agent Must Bring A Valid & Latest Company Id Duly Signed By The Owner/proprietor/manager •spa For The Representative/agent Given By The Owner/proprietor/manager Specific To The Particular Project. •submit Certified/authenticated True Copy Of Class “a” (legal Documents) For The Pre-qualification & Shortlisting. 3.issuance And Availability Of Bidding Docs. : Feb. 27 – March 6, 2025 @ 5:00 Pm •amount Of Bidding Documents: Php 500.00 •issuance Of Bidding Documents Is From 9:00 Am To 4:00 Pm 4.pre-bid Conference : N/a Note: •only Pre-qualified & Short-listed Bidders Are Invited To Attend The Pre-bid Conference. 5.deadline For Submission Of Bids: March 6, 2025 @ 5:00 Pm @ Bac Office Note: •only Pre-qualified & Short-listed Bidders Who Attended The Pre-bid Conference Are Allowed To Buy The Bidding Documents & Submit A Bid. 6.opening Of Bids : March 7, 2025 @ 10:00 Am @ Bac Office Created By: Mrs. Jennifer M. Ramos Bac Secretary (sgd.) Marlon L. Eslopor Bac Chairperson
Closing Soon6 Mar 2025
Tender AmountPHP 260 K (USD 4.4 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Cavite 3rd Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program - Basic Infrastructure Program (bip) - Multi-purpose Buildings/ Facilities To Support Social Services - Construction Of Multi-purpose Building At Barangay Molino 4, Bacoor City, Cavite Contract Id No. : 25dq0091 Contract Location : Bacoor City, Cavite Scope Of Works : Construction Of Multi-purpose Building Approved Budget For The Contract : Php 6,929,946.33 Net Length : N/a Source Of Funds : Regular Infra Fy 2025 Contract Duration : 180 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : Php 10,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 26, 2025 – March 18, 2025 @8am To 5pm Until March 19, 2025 On Or Before 9am From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, Will Hold A Pre-bid Conference On March 06, 2025 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite, And Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g Which Shall Be Opened To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite3@dpwh.gov.ph For Electronic Submission On Or Before March 19, 2025 @ 9:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 19, 2025 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 3rd District Engineering Office, 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 Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. For Further Information, Please Refer To: Reimart Regin P. Bautista Bac Chairperson Chief, Planning And Design Section Email Address: C3deo.procurement@gmail.com Ramil L. Juliano Bac Secretariat Head Procurement Unit Email Address: C3deo.procurement@gmail.com Department Of Public Works And Highways Cavite 3rd District Engineering Office Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite 14. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph; Philgeps.gov.ph For Online Bid Submission At Electronicbids_cavite3@dpwh.gov.ph February 26, 2025 Approved By: Reimart Regin P. Bautista Chief, Planning And Design Section Bac Chairperson
Closing Date19 Mar 2025
Tender AmountPHP 6.9 Million (USD 119.4 K)
MUNICIPALITY OF BALUNGAO, PANGASINAN Tender
Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Quantity Unit Item Description Concrete Works 73 Bags Cement 5 Cu.m Sand 9 Cu.m Gravel 78 Pcs 10mm Dia. Rsb X 6m 39 Pcs 12mm Dia. Rsb X 6m 9 Kgs G.i. Tie Wire Formworks 5 Pc Phenolic Board 1/2" 11 Pcs Coco Lumber 2"x2"x12" 3.5 Kgs Cwn #3 3.5 Kgs Cwn #1-1/2 Solar Lights 34 Pc Solar Lights 100 Watts 34 Pcs G.i. Pipe 2" Sch. 40 Sub-total: Labor: No. Of Manpower 1 24 Construction Foreman 4 24 Skilled Laborer 8 24 Unskilled Laborer Sub-total:
Closing Soon6 Mar 2025
Tender AmountPHP 497 K (USD 8.5 K)
Polytechnic University Of The Philippines Tender
Others
Philippines
Description: Supply Of Janitorial Manpower Services For Eight (8) Months
Closing Date21 Mar 2025
Tender AmountPHP 39.8 Million (USD 686.8 K)
DEPT OF THE AIR FORCE USA Tender
Others
United States
Description: Caution:
this Market Survey Is Being Conducted To Identify Potential Sources That May Possess The Expertise, Capabilities, And Experience To Meet The Requirements For Administration Support For Air Force Studies And Analysis Office (saf/sa) Personnel. Contractors/ Institutions Responding To This Market Research Are Placed On Notice That Participation In This Survey May Not Ensure Participation In Future Solicitations Or Contract Awards. The Government Will Not Reimburse Participants For Any Expenses Associated With Their Participation In This Survey.
instructions:
below Is A Document Containing A Description Of Saf/sa Administration Support Requirement And A Contractor Capability Survey, Which Allows You To Provide Your Company’s Capability.
if, After Reviewing These Documents, You Desire To Participate In The Market Research, You Should Provide Documentation That Supports Your Company’s Capability In Meeting These Requirements. Failure To Provide Documentation May Result In The Government Being Unable To Adequately Assess Your Capabilities. If You Lack Sufficient Experience In A Particular Area, Please Provide Details Explaining How You Would Overcome The Lack Of Experience/capabilities In Order To Perform That Portion Of The Requirement (i.e., Teaming, Subcontracting, Etc.)
identify Any Areas Of Work That Your Organization Believes Should Be Broken Out Exclusively For Small Business.
in Accordance With Federal Acquisition Regulation (far) 15.201(e), Responses To This Notice Are Not Offers And Will Not Be Accepted By The Government To Form A Binding Contract Or Agreement. The Government Will Not Accept Unsolicited Proposals. The Government Will Not Be Obligated To Pursue Any Particular Alternative Because Of This Rfi. Responses To The Rfi Will Not Be Returned. Not Responding To This Rfi Does Not Preclude Participation In Any Future Solicitation If One Is Issued. Specific Responses To The Approaches Will Not Disqualify Or Have An Impact On Participation And Evaluation On Future Solicitations, If Issued.
purpose/description
the Department Of Defense (dod), United States Air Force (usaf), Air Force District Of Washington (afdw) At Joint Base Andrews Is Currently Conducting Market Research Seeking Capabilities Statements From Potential Sources, Including, But Not Limited To, Small Businesses (sb), 8(a), Hubzone, Economically Disadvantaged Woman-owned (edwosb), Woman- Owned (wosb), And Service Disabled Veteran Owned Small Business (sdvosb) That Are Capable Of Providing Administration Support.
please Review, In This Order, The Rfi Synopsis And The Draft Performance Work Statement (pws) Which Are Included To Provide Respondents A Better Understanding Of The Needs Of Air Force Studies And Analysis Office (saf/sa) And The Respondent's Potential Ability To Meet The Government's Requirements. The Requirements For This Effort Include Clerical, Administrative, Secretarial, Tasker Management, And Other Tasks
the Contractor Shall Provide Dedicated Senior Level Support To Fulfill Tasks Listed In This Pws. Senior Level Is Defined As Minimum Of 5 Years Of Experience, Basic Knowledge Of Government Protocols, Profound And In-depth Knowledge Of Work. A Secret Security Clearance Is Required To Perform These Tasks.
the Air Force Anticipates Utilizing Firm-fixed Price (ffp) Clins. The Air Force Anticipates The Ordering Period Will Be A Base Year And Four (4) Option Years. A Multi-year Contract Allows For Reduced Staff Manpower To Initiate And Award. This Also Allows Stability With The Eventual Winner, I.e., Able To Sign Employees To Longer Term Contracts Thus Generating Further Efficiencies And Best Ensuring Continuity In The Support Provided To The Government. Upon Award Of The Option Years, The Same Contractor Is Ready And Able To Deliver Required Services On Day One Without The Need For Transition Time, Or Downtime, Which Again, Creates Efficiencies For The Government.
requirements:
the Contractor Shall Provide All Management, Personnel, Equipment, Supplies, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Perform Administration Support.
contractor Capability Survey
saf/sa Administration Support
part I. Business Information
please Provide The Following Business Information For Your Company/institution And For Any Teaming Or Joint Venture Partners:
company/institute Name:
address:
point Of Contact:
cage Code:
phone Number:
e-mail Address:
web Page Url:
size Of Business Pursuant To North American Industry Classification System (naics) Code:
based On The Above Naics Code, State Whether Your Company Is:
small Business (yes / No)
woman Owned Small Business (yes / No)
small Disadvantaged Business (yes / No)
8(a) Certified (yes / No)
hubzone Certified (yes / No)
veteran Owned Small Business (yes / No)
service-disabled Veteran Small Business (yes / No)
registered In The System For Award Management (sam) (yes / No)
a Statement As To Whether Your Company Is Domestically Or Foreign Owned (if Foreign, Please Indicate The Country Of Ownership).
part Ii. Capability Survey Questions
general Capability Questions:
describe Briefly The Capabilities Of Your Facility And The Nature Of The Goods And/or Services You Provide. Include A Description Of Your Staff Composition And Management Structure.
describe Your Company's Experience On Previous Projects Similar In Complexity To This Requirement. Include Contract Numbers, A Brief Description Of The Work Performed, Period Of Performance, Agency/organization Supported, And Individual Point Of Contact (contracting Officer Or Program Manager).
describe Your Company’s Experience Working With Classified Data And/or Within Classified Facilities. Include Current Security Standings And Quantity Of Team Members With Secret, Top Secret, Top Secret/sci Clearances.
responses
interested Parties Are Requested To Submit A White Paper Not To Exceed 5 Pages (single-sided, Single-spaced Pages, 12- Point Font, And ¾ Inch Margins, In Microsoft® Word).
white Papers Which Meet The Desired Characteristics Of Administration Support (mentioned Above) And Include The Submission Details (also Mentioned Above) Are Due No Later Than
7 March 2025, 5:00 Pm Eastern Standard Time.
government Contacts
questions Regarding This Announcement Shall Be Submitted In Writing Via Email To The Procuring Contracting Officer (pco), At Margaret.santos@us.af.mil And The Contract Specialist At Katrice.corbett.1@us.af.mil
verbal Questions Will Not Be Accepted. Questions Will Be Answered By Posting Answers To The Sam.gov Website; Accordingly, Questions Shall Not Contain Proprietary Or Classified Information. The Government Does Not Guarantee That Questions Received After 7 March 2025; 5:00 Pm Eastern Standard Time Will Be Answered.
Closing Soon7 Mar 2025
Tender AmountRefer Documents
1311-1320 of 2669 active Tenders