Manpower Tenders
Manpower Tenders
PUBLIC BUILDINGS SERVICE USA Tender
Others
United States
Details: Service: Lawn And Grounds Maintenance Services
location(s): Federal Buildings
1500/2306/2312 East Bannister Road,
601/701 East 12th Street, 8930 Ward Parkway
kansas City, Missouri
500 State Street, 850 Nebraska
kansas City, Kansas
service: Snow Removal Services
location(s): Federal Buildings
601/701 East 12th Street, 300/400 East 9th Street
kansas City, Missouri
500 State Street, 850 Nebraska
kansas City, Kansas
naics: 561730 Landscaping & Snow Removal Services
full And Open Competition
base Period Of Performance (anticipated): April 1, 2025 - October 31, 2025
potential Ultimate Expiration Date (assuming All Options Exercised) October 31, 2029
this Scope Of Work Is Organized In Two Parts: Part I- Lawn & Grounds And Part Ii- Snow Removal. The Contractor Shall Provide All Personnel, Supplies, Equipment, Supervision, Etc. To Meet Contract Requirements As Described Herein. The Contractor Shall:
comply With All Applicable Federal , State And Local Laws And Regulations
be Capable Of Working All Areas Simultaneously If Required By The Cor(s)
be On Site, With Equipment, Personnel, Tools And Commence Work Within 24 Hours (see Part Ii – Snow Removal For Exceptions) Upon Receipt Of An Order.
wear Distinctive Clothing Appropriate For The Type Of Work To Be Performed. Uniforms Shall Have The Contractor’s Name, Logo Or Monogram Affixed, Visible And Easily Identifiable.
provide To The Cor The Names And Contact Information For All Key Personnel.
execute Work Under This Contract As Not To Interfere With The Normal Work And Activities Of The Facility
keep Equipment On-site Until All Work Is Completed And Contract Requirements Are Met.
maintain Equipment In Good Operating Condition And Operate In A Safe, Careful And Efficient Manner.
equipment Breakdown Will Not Relieve The Contractor Of Meeting Contract Requirements
if The Cor Deems A Piece Of Equipment Unsafe Or In Disrepair, The Contractor Shall Immediately Stop Using The Piece Of Equipment And Remove It From The Site(s)
the Contractor Shall Furnish All Necessary Labor, Materials, Supplies, Equipment And Supervision To Provide Lawn, Tree, Shrub, Flower And Field Maintenance As Described Within The Official Statement Of Work For The Following Federal Buildings:
601/701 East 12th Street, Kansas City, Mo
8930 Ward Parkway, Kansas City, Mo
1500/2306/2312 East Bannister Road, Kansas City, Mo
500 State Ave Kansas City, Ks
850 Nebraska Ave, Kansas City, Ks
the Government May Add Other Building(s), Or Work To This Contract. All Changes Will Be Negotiated.
part Ii – Snow Removal
description Of Work
the Contractor Shall Furnish All Necessary Labor, Materials, Supplies, Equipment And Supervision To Provide Snow And Ice Pushing/removal/hauling/disposal As Described Herein For Federal Buildings, 601/701 East 12th Street And 300/400 E 9th Street In Kansas City, Missouri, And Federal Buildings, 500 State Ave And 850 Nebraska Ave In Kansas City, Kansas. The Government May Add Other Building(s), Or Work To This Contract. All Changes Will Be Negotiated.
the Contractor Shall Perform Snow And Ice Removal From Entrances, Steps, Landings, Sidewalks, Driveways, Plaza Areas, Roadways, Parking Areas, Paved Areas, Handicap Accessible Areas And Approaches. This Includes Snow And Ice Removal Requiring Heavy Equipment (ride-on Equipment Such As Front End Loaders, Backhoes, Skid Loaders, Snow Plows, Trucks, Trailers Etc.).
the Contractor Shall “automatically” Commence Snow Removal Operations When There Is Accumulation Of 2 (two) Inches Or Greater Of Snow, Unless Called Sooner By The Cor. It Is The Contractor’s Responsibility To Monitor Weather Forecasts And Conditions And Execute Services Accordingly.
gsa Reserves The Right To:
order Services When The Contractor Has Not Deemed Services Necessary
order Services When Snow Accumulation Has Yet To Reach 2 Inches
order Services Outside Of Normal Business Days/hours, Such As Weekends And/or Holidays ∙
halt Services At Any Time
if The Cor Orders Services Sooner, The Contractor Shall Move Their Equipment To The Site And Begin Work Within A Maximum Of Two (2) Hours After Service Is Ordered. The Contractor Shall Keep Necessary Equipment And Manpower At The Site And Continue With The Performance Of The Snow Removal Until It Is Completed To The Satisfaction Of The Cor.
the Contractor Shall Clear Snow And Ice Before And During The Normal Building Operating Hours To Prevent A Slip Hazard. Work Completed During The Evening Shall Be Completed To Such An Extent As To Allow Safe And Easy Access And Will Be Inspected At The Following Times:
601 And 701 E. 12th Street: 5:30 A.m.
300 And 400 E. 9th Street: 6:30 A.m.
500 State Street: 6:30 A.m.
850 Nebraska: 6:30 A.m.
work Completed During The Day Shall Be Inspected As Determined By The Cor. For Work Completed In The Evening And Otherwise, The Cor Will Inspect The Work Following Notification Of Completion.
salt, Or Synthetic Equivalent, Shall Be Applied To The Entrances, Steps, Landings, Sidewalks, Handicap Ramps, Parking And Driving Areas In Sufficient Amounts To Ensure Safe Walking And Driving Areas And To Reduce Safety Hazards Due To Freezing Rain And Snow Unless Called Sooner By The Cor.
vendor Requirements To Qualify To Submit Proposal
please Note, These Are Not All The Evaluation Factors. The Listed Factor Is The Minimum Experience Requirement To Be Able To Qualify For A Potential Award. The Government Will Identify All Evaluation Factors In An Upcoming Rfp.
work Experience
to Receive Consideration For Award, The Offeror As The Prime Contractor, Shall Submit Two (2) Work Experience References. References Shall Be Submitted Using The Worksheet For Submitting Work Experience (attachment 3). These References Will Be Evaluated As Follows:
one (1) Reference Must Be From A Current And/or Previous Lawn And Grounds Maintenance Contract Performing A Similar Service In Multiple Location(s), With Whom You Have Had A Continuous Working Relationship For Not Less Than Two (2) Years Within The Last Five (5) Years.
additionally, One (1) Reference Must Be From A Current And/or Previous Snow Removal Contract Performing A Similar Service In A Multiple Location(s), With Whom You Have Had A Continuous Working Relationship For Not Less Than Two (2) Years Within The Last Five (5) Years.
Closing Date24 Jan 2025
Tender AmountRefer Documents
City Of Danao Tender
Textile, Apparel and Footwear
Corrigendum : Tender Amount Updated
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of T-shirt And One (1) Pair Of Footwear For Educational Support Program For Pupils From Grade 1 To Grade 6 To All Schools In Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The City Mayor’s Office Intends To Apply The Sum Of Php2,999,543.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of T-shirt And One (1) Pair Of Footwear For Educational Support Program For Pupils From Grade 1 To Grade 6 To All Schools In Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Of T-shirt And One (1) Pair Of Footwear For Educational Support Program For Pupils From Grade 1 To Grade 6 To All Schools In Danao City, As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. T-shirt And One Pair Of Footwear Size: (31-35) 2,543 Sets 2. T-shirt And One Pair Of Footwear Size: (36-40) 1,496 Sets 3. T-shirt And One Pair Of Footwear Size: (41-45) 154 Sets Specs: T-shirt Drifit, Plain White With Mother Logo Of Danao + Danao Here A Now Print On The Leftside Of The Chest With Printed Danao Now Sleeves Black Rubber Sole With Leather Body In Green Reflectorize Color Way With Danao Logo In The Heel Section Php2,999,543.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 15-27, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Pre-bid Conference On January 15, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Submission And Receipts Of Bids On January 28, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Closing Date28 Jan 2025
Tender AmountPHP 2.9 Million (USD 51.1 K)
Municipality Of San Marcelino, Zambales Tender
Solid Waste Management...+1Transportation and Logistics
Corrigendum : Closing Date Modified
Philippines
Details: Description 1. The Lgu Of San Marcelino, Zambales Through The General Fund Intends To Apply The Sum Of Five Million Pesos (php5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The “hauling And Disposal Of Residual Waste (solid Waste Disposal Services)”, Project Id No. Goods-2025-03. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of San Marcelino Now Invites Bids For The “hauling And Disposal Of Residual Waste (solid Waste Disposal Services)”: Product Id Product Id No. Goods-2025-03 Item No. Qty Unit Of Issue Item Description Estimated Unit Cost Estimated Cost 1. 157 Containers (32 Cubic Meter/fully Loaded Container) Hauling And Disposal Of Residual Waste (solid Waste Disposal Services) 31,847.13 5,000,000.00 Total Php5,000,000.00 Delivery Period January To December 2025 Terms Of Reference: 1. The Basis Of Billing Will Be In Cubic Meter Which Will Be Determined By The Size Of A Fully Loaded 32 Cubic Meter Container Bin Provided By The Service Provider. 2. Service Provider Will Utilize Hook Lift In Transporting The Waste Which Ever Necessary. 3. The Service Provider Will Provide Container Bins At The Accessible Transfer Station Of The Municipality That Has A Stable Ground Condition, Preferably Concreted. 4. All Vehicles Should Be In Good Running Conditions And Shall Be At Lgu Dispatching Area Before The Start Of The Operation Together With Driver And Loader Which Will Be Provided For Further Briefing And Discussion. 5. The Service Provider Shall Provide Dump Trucks To Be Used To Collect Garbage From Mrf Of Lgu San Marcelino, Zambales And Will Be Disposed Directly To A Sanitary Landfill. 6. Service Provider Must Provide An Environmental Compliance Certificate (ecc) Approved By Denr. 7. The Garbage Collected Must Be 12 Inches Lower Than The Edge Of The Dump Box And With Safety Net. 8. The Lgu San Marcelino Will Provide The Necessary Equipment And Manpower To Load The Residual Waste To Container Bin. 9. The Lgu Of San Marcelino, Zambales Will Issue Dispatched Tickets To Validate The Origin Of Waste Billing, Monitoring And Reporting Purposes. 10. The Weighing Of Garbage Collected Should Be Manned By Lgu Personnel. 11. Service Provider Shall Shoulder The Damage Incurred During Operation Within The Area Of Operation And Shall Observe Strictly On The Policy On Garbage Disposal Of The Lgu Of San Marcelino, Zambales. 12. Service Provider May Claim Monthly Billing. 13. For Purposes Of Payment, The Computation Shall Be As Follows: Payable- Number Of Cubic Meter By The Size Of A Fully Loaded 32 Cubic Meter Container Bin Provided By The Service Provider. Unit Cost – Quoted Price During Canvass Or Public Bidding No. Of Cubic Meter- Cubic Meter Waste Collected During Operation 14. Service Provider Must Be Ready To Start Operation With Driver And Loader Immediately Upon Receipt Of Notice To Proceed. 3. Delivery Of The Goods Is Required Immediately Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents Particularly In Section Ii, Instruction To Bidders. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Revised 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 Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders Should Be Enrolled In The Electronic Filing And Payment System (efps) Program Of The Bureau Of Internal Revenue (bir), Pursuant To Executive Order No. 398, Rr 3-2005, And Must Be Registered Under The Philippine Government Procurement System (philgeps). 5. Interested Bidders May Obtain Further Information From The Municipality Of San Marcelino, Zambales And Inspect The Bidding Documents At The Address Given Below From Monday To Friday 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting January 11-30, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Of Five Thousand Pesos (php 5,000.00). 6. The Municipality Of San Marcelino Will Hold A Pre-bid Conference On January 17, 2025, 9:00 Am At The Bac Office, San Marcelino, Zambales Which Shall Be Open To All Interested Parties. 7. Bids Must Be Delivered To The Address Below On Or Before January 31, 2025, 8:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be January 31, 2025, 9:00 Am At The Bac Office, San Marcelino, Zambales. 8. Please Refer To The Table Below For The Cost Of Bidding Documents And Summary Of Bidding Activities: Cost Of Bidding Documents Php 5,000.00 (non-refundable) Inspection/selling Period Of Bidding Documents January 11-30, 2025 Bac Office San Marcelino, Zambales Pre-bid Conference January 17, 2025, 9:00 Am Bac Office San Marcelino, Zambales Deadline Of Submission Of Bids On Or Before January 31, 2025, 8:30 Am. Opening Of Bids January 31, 2025, 9:00 Am Bac Office San Marcelino, Zambales 9. The Municipality Of San Marcelino 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. 10. In Case Pre-bid/bid Opening Falls On A Holiday Or If Conditions Do Not Permit The Holding Of A Bidding, It Will Be Held The Next Working Day. For Further Information, Please Refer To: Bids And Awards Committee Secretariat Municipal Hall Municipality Of San Marcelino Zambales 2207 (047)-602-2123 Engr. Armida Fabelinia Municipal Engineer Chairperson, Bids And Awards Committee
Closing Date20 Jan 2025
Tender AmountPHP 5 Million (USD 85.3 K)
City Of Danao Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Description Republic Of The Philippines Danao City Brgy.mantija Invitation To Apply For Eligibility And To Bid Concreting Of Basketball Court At Purok-ii Brgy. Mantija, Danao City The Brgy.mantija, Tends To Apply The Sum Of Php365,868.00 Being Approved Budget For The Contract (abc) To Payments Under The Contract For The Concreting Of Basketball Court At Purok- Ii Brgy.mantija, Danao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Mantija Now Invites Sealed Bids From Eligible Bidder To Participate In The Public Bidding Of Concreting Of Basketball Court At Purok- Ii Brgy.mantija, Danao City As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. 24 Cu.m Base Coarse (gravel) 2,100.00 50,400.00 2. 432 Bags 40-kg Portland Cement 248.00 107,136.00 3. 24 Cu.m Washed Sand 2,100.00 50,400.00 4. 48 Cu.m Washed Gravel 2,100.00 100,800.00 5. 15 Lengths 12mm X 6m Deformed Bars 318.00 4,770.00 6. 1 Kg. G.i Tie Wire #16 92.00 92.00 7. 30 Pcs. 2”x8”x10’ Coco Lumber 400.00 12,000.00 8. 2 Kg. Concrete Nail 115.00 230.00 9. 1 Pair 20mm Thk. Arcrylic/fiber Glass Board 6’x4’12mm Tempered Glass With Aluminum Frame, With Dual Shock Snap Back Ring, Nylon Woven Net,white Border And Shoot Box 38,000.00 38,000.00 10. 2 Gal Epoxy Primer (gray) 1,020.00 2,040.00 Php 365,868.00 Delivery Of The Goods Is Required Not Later Than Jan.30, 2025. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibilty Requirements To Be Submitted On Jan.07- 14, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sc Registration 2. Tax Clearance 3. Business Permit 4. Tax Identification Number 5. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement 8. Articles Of Partnership Or Incorporation 9. On-going And Awarded Contracts 10. Completed Similar Contracts 11. Copies Of End-user’s Acceptance Letters For Completed Contracts 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier, Or Distributor Duly Notarized 13. Audited Financial Statement. 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Geps Registration Submission And Receipts Of Bids On Jan.14, 2025 At 1:30 O’clock In The Afternoon At The Bids And Awards Committee Office At Brgy. Mantija, Danao City. Technical Envelope: 1. Bid Security -2% Cash/ Cashier’s Check/manager’s Check/letter Of Credit/bank Draft/guarantee (based On Abc)5% Gsis Bond (based On The Abc)/bid Securing Declaration 2. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3. Production / Delivery Schedule 4. Manpower Requirements 5. After-sales/parts,if Applicable. 6. Technical Specification Of The Products 7. Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8. Omnibus Sworn Statement Duly Notarized Financial Envelope: 1. Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2. The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager’s Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period,3 ,months In Case Of Supplies And 1year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.)5% Value Added Tax (vat) Withheld Of The Contract Price.1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%)interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a.5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened.the Process For The Eligibility Check Is Described In Section Ll Of The Bidding Documents, Itb.the Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Hon.roscel N. Gungob Brgy. Bac Chairman Mantija,danao City
Closing Date14 Jan 2025
Tender AmountPHP 365.8 K (USD 6.2 K)
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Details: This Notice Is A Combined Synopsis Of Proposed Contract Action (pursuant To Far Subpart 5.2) And Sources Sought (pursuant To Dfars Pgi 206.302-1). This Notice Does Not Constitute A Request For Proposal. This Is Not A Solicitation.
relevant Awards/previous Postings:
indefinite-delivery Indefinite-quantity (idiq) Contract Fa9422-21-d-0001
sources Sought Number Fa9422-19-r-5009
sources Sought Number Fa9422-19-r-5009(a)
purpose:
the United States Air Force Nuclear Weapons Center (afnwc) Is Seeking To Expand Its Sustainment And Support Services For The B61 Nuclear Gravity Bomb, Currently Provided Via The B61-12 Tail Kit Assembly (tka) Surveillance And Sustainment Support (bts3) Idiq Fa9422-21-d-0001. Specifically, Afnwc Contemplates A Contract Modification Under Fa9422-21-d-0001 To Incorporate The B61-13 And Any Future Variants And/or Modifications. No Increase To The Idiq Ceiling Is Anticipated As A Result Of This Contemplated Action. This Contract Modification Would Add New Work Via The Sole-source Authority Of 10 U.s.c 3204(a)(1) As Implemented By Far 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. Additionally, Afnwc Is Seeking To Extend The End Date For Which Orders May Be Issued Under The Idiq (as Governed By Far 52.216-18) From 14 September 2026 To 14 September 2028. Such An Award Is Subject To Approval Of A Sole-source Justification. This Notice Serves To Meet The Sources Sought Requirements Of Dfars Pgi 206.302-1.
background:
idiq Fa9422-21-d-0001 Was Awarded On 15 September 2021 To:
the Boeing Company (cage 76301)
6200 Js Mcdonnell Blvd
saint Louis, Mo 63134
the Award Was Made Via The Sole-source Authority Of 10 U.s.c 3204(a)(1) As Implemented By Far 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. A Redacted Sole-source Justification Was Posted To Ww.sam.gov On 17 September 2021. As Noted In The Justification, “the Boeing Company Developed The Hardware And Software Systems Currently Used To Support The B61-12 Tka And Its Associated Trainer, Test Variants And Test Tools, Are Intrinsic To The Hardware And Software Designs Of The System.” Additionally, “the Technical Data Necessary For Competing The Current Requirements, As Well As Future Highly Specialized Support Of Aircraft Integration, Modifications, And Nuclear Certification Was Not Part Of The Technical Data Delivered Under The Earlier Contracts.” Ultimately, It Was Determined That “the Only Source Possessing The Technical Information Necessary To Support The Skill Sets, Special Test/inspection/maintenance Equipment, Flight Simulation Models, And Computer Programs Required To The Provide The Highly Specialized Engineering Support Services And Analysis During The Period Of This J&a [justification And Approval] Is The Boeing Company.”
current Requirement:
the B61-13 And Future Variants Will Require Highly Specialized Engineering And Logistics Services To Ensure Their Continued Safety, Security, And Reliability. The Afnwc Requires Contract Support That Can Adapt To The Evolving Requirements Of The B61 Program, And Which Can Ensure The Successful Sustainment Of The B61-13 And Future Variants. This Work Includes Sustainment Engineering, Test Support Services, Production Of B61-13 Tka Trainers, Tka Test Variants, And Telemetry Instrumentation Kits (tiks), As Well As Integrated Logistics Support (ils) Services. The Contractor Will Be Responsible For Working Closely With The B61-13 And Future Variant Development Teams To Ensure That The Necessary Support Infrastructure Is In Place To Support The Successful Deployment And Sustainment Of These New Systems. This Will Include Providing Nuclear Weapons Related Materiel (nwrm) Control And Supervisory Duties For Inventory And Storage Management In Support Of Regular Inspections, As Well As Procuring And Sustaining Future Software Capabilities That Correctly Identify The Tka As A B61-13 Or Correct Variant. This Effort Will Supplement Ongoing Efforts To Sustain And Support The B61-12 Tka And All Assets Already Designated As B61-12. The Services Should Complement This Existing Effort To Allow Seamless Sustainment And Support Of The B61 Family Of Systems (b61-12, B61-13, And Future Variants). As Explained Above, The Afnwc Is Currently Under Contract With The Boeing Company For The Production And Sustainment Of B61-12 Tail Kit Assemblies (tkas). The Boeing Company Has Previously Established The Necessary Infrastructure, Institutional Knowledge, Facilities, Manpower, And Systems And Processes To Support The B61 Tka System. As Such, The Afnwc Currently Intends To Modify The Existing Contract With Boeing To Include The B61-13 And Future Variants. The Scope Of Work For The Modified Contract Will Include Sustainment Engineering And Test Support Services, Production Of Tka Trainers, Tka Test Variants, And Tiks, Integrated Logistics Support (ils) Services, Including Sustaining And Software Engineering Support Services, Nuclear Weapons Related Materiel (nwrm) Control And Supervisory Duties For Inventory, Storage Management, And Procurement And Sustainment Of Future Software Capabilities. These Supplies And Services Are Already Addressed In Fa9422-21-d-0001. The Intended Modification Would Make The Requirements Applicable To The B61-13 And Future Variants. Additionally, Extending The Period For Which Orders May Be Issued Will Allow Sufficient Time For Such Work To Be Accomplished. At Present, Afnwc Does Not Find That The Competition Environment Has Changed To The Extent That Would Void The Justification For Sole-source Award Of Fa9422-21-d-0001.
statement Of Capability (soc):
all Responsible Sources Believing They Have The Capability To Perform This Requirement Are Requested To Submit Their Soc To The Government Pocs Listed Below By The Closing Period On This Notice. All Socs Shall Be Unclassified And Shall Not Exceed 4 Pages. Submissions Shall Be In Microsoft Word Or Pdf Format. Socs Shall Be Submitted Electronically Via Email To The Government Pocs Assigned To This Notice. All Email Submissions Shall Include, “[insert Your Company Name] - Soc Response B61-13” In The Subject Line Of The Email Submission.
submissions Shall Detail Past Experience And Capabilities To Address The Key Requirements Cited Below.
key Requirements:
sustainment Engineering And Test Support Services For The B61-13 And Future Variants
production Of Tka Trainers, Tka Test Variants, And Tiks For The B61-13 And Future Variants
ils Services, Including Sustaining And Software Engineering Support Services
nwrm Control And Supervisory Duties For Inventory And Storage Management
procurement And Sustainment Of Future Software Capabilities For The B61-13 And Future Variants
questions Or Requests For Additional Information, To Include The Performance Work Statement, Shall Be Directed To The Government Pocs Listed Below.
Closing Date17 Jan 2025
Tender AmountRefer Documents
Municipality Of Caibiran, Biliran Tender
Healthcare and Medicine
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Acquisition Of Supplies And Medicines Location : Rhu, Lgu Of Caibiran, Biliran Delivery Period : 20 W.d. Abc : P499,189.85 Source Of Funds : Lgu - Pcso All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Quantity Unit Item Description 1 75 Boxes Amlodipine 10mg/tablet 100tabs/box 2 45 Boxes Amlodipine 5mg/tablet 100tabs/box 3 50 Boxes Amoxycillin 250mg Capsule 100caps/box 4 150 Bottles Amoxycillin 250mg/5ml 60ml/btl 5 50 Boxes Amoxycillin 500mg Capsule 100caps/box 6 150 Bottles Cefalexin 250mg/5ml 60ml Powder For Susp. 7 20 Boxes Cefalexin 250mg/capsule 100caps/box 8 75 Boxes Cefalexin 500mg/capsule 100caps/box 9 20 Boxes Cetirizine 10mg/tab 100tabs/box 10 24 Boxes Cloxacillin 500mgcapsule 100caps/box 11 30 Bottles Cotrimoxazole 200/40mg 60ml Suspension 12 30 Bottles Dicycloverine 10mg/5ml 60ml/btl 13 10 Boxes Hyoscine N Butyl Bromide Tabs 100tabs/box 14 100 Bottles Lagundi 300mg/5ml Syrup 60ml/btl 15 75 Boxes Lagundi 600mg/tab 100tabs/box 16 50 Boxes Losartan 50mg/tab 100tabs/box 17 60 Boxes Losartan 100mg/tab 100tabs/box 18 25 Boxes Mefenamic Acid 500mg Capsule 100caps/box 19 50 Bottles Metronidazole 125mg/5ml 60ml Bottle 20 54 Bottles Paracetamol 100mg/ml Drops 15 Ml 21 150 Bottles Paracetamol 250mg5ml 60ml Syrup 22 50 Boxes Paracvetamol 500mg 100tabs/box 23 20 Bottles Salbutamol 2mg/5ml 60ml/bottle 24 50 Boxes Sambong 500mg/tablet 100tabs/box 25 5 Boxes Tranexamic Acid 500mg Capsule 100tabs/box Schedule Of Activities: (1st Posting) Advertisement : January 3, 2025 To January 10, 2025 Bid Evaluation : January 14, 2025 (9:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 4, 2025 Until January 13, 2025, Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. [p500.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before January 14, 2025 At 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 5. Bid Evaluation Shall Be On January 14, 2025 At Exactly 9:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Lgu Caibiran 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Production/delivery Schedule 4. Manpower Requirement 5. After-sales Services/parts, If Applicable 6. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgeps001
Closing Date14 Jan 2025
Tender AmountPHP 499.1 K (USD 8.5 K)
Department Of Education Region Iv a calabarzon Tender
Others
Philippines
Details: Description Request For Quotation The Department Of Education Region Iv-a (calabarzon) Through Its Bids And Awards Committee, Intends To Procure “security Services For The Year 2025 At Relc-neap Malvar, Batangas On March 1, 2025 To December 31, 2025” In Accordance With Alternative Method Of Procurement Under Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Approved Budget For The Contract (abc) Is Six Hundred Fifty-eight Thousand Nine Hundred Ninety-six Pesos And 27/100 (php658,996.27). Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Bottom/last Page Of This Request For Quotation (rfq). Submit Your Proposal/quotation Duly Signed By Your Authorized Representative Not Later Than January 28, 2025 At 9:00 A.m. At The Bac Secretariat, Deped Region Iv-a Calabarzon, Gate 2 Karangalan Village, Cainta, Rizal. Quotations May Also Be Submitted Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2024 Business/mayor’s Permit, Philgeps Registration Number And Latest Income/business Tax Return Are Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Business/mayor’s Permit. Moreover, A Notarized Omnibus Sworn Statement (gppb-prescribed Forms) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (02) 8682-2114 Or By Email At Bac.calabarzon@deped.gov.ph. (sgd) Loida N. Nidea Bac Chairperson 1. Security Services March 1, 2025 To December 31, 2025 Php658,996.27 2 Guards Specifications (from End-user): Statement Of Compliance “comply Or Not Comply” (reminder: The Bidder Shall Only State “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter.) 2 Security Guards To Safeguard The Relc-neap Malvar, Batangas Premises For The Period Of March 1, 2025 To December 31, 2025. 12-hour Duty Inclusive Of The 13th Month And Overtime Pay A. Scope Of Work Or Services To Be Rendered: The Security Agency Shall Provide The Following Specific Services: 1. Submit The Security Plan To The Procurement Entity. 2. Protect The General Interest Of The Procuring Entity (pe). 3. Guard And Secure All Property Of The Pe Or Its Officers/employees Within Its Area Of Responsibility. 4. Strictly Implement Standing Rules, Regulations, Guidelines, And Policies Prescribed By The Pe. 5. Prohibit The Commission Of Any Unlawful Or Illegal Acts Within The Assigned Pe’s Premises Or Its Area Of Responsibility. 6. Report And Provide Assistance In Cases Of Any Sign Of Disorder, Riots, Strikes Or Any Serious Violation Of The Law. 7. Protect Pe Or Government Property From Theft, Pilferage Or Damage. 8. Report And Provide Assistance In Cases Of Any Emergency Situations, Such As Fire, Typhoon, Or Natural Calamities. 9. Shall Provide A Roving Guard Supervisor That Will Monitor The Detailed Security Guards On A Regular Basis (per Shift) 10. Perform Their Tasks In Accordance With The Eleven General Orders, Code Of Ethics And Code Of Conduct Of Security Guards As Stated In Ra 5487 (act Governing The Organization 13 And Management Of Private Security Agencies). B. Manpower Qualifications The Security Guards (sg) Shall Have The Following Qualifications: A. At Least High School Graduate B. Of Good Moral Character And Reputation, Courteous, Alert And Without Criminal Or Police Record; C. Physically And Mentally Fit; D. At Least Five Feet Two Inches (5’2”) In Height; E. Duly Licensed And Properly Screened And Cleared By The Philippine National Police (pnp), National Bureau Of Investigation (nbi), And Other Government Offices Issuing Clearances For Employment; F. In Proper Uniform And With Other Security Paraphernalia Such As Flashlight, Handheld Radio, Nightstick, Whistle, Metal Detector And Other Essential Security Paraphernalia; G. Armed With Appropriate And Functional Rifle, Shotgun, Pistol Or Revolver, With Sufficient Ammunition At All Times During Hours Of Duty; H. Must Have Passed The Pneuro-psychiatric Exam; And I. In Possession Of Such Other Qualifications Required By Republic Act (ra) No. 5487, As Amended. C. Obligations And Responsibility Of The Security Agency The Security Agency Shall Comply With The Following Obligations And Responsibilities: 1. Assume All Losses In Their Areas Of Responsibility Due To Negligence/pilferages And Negligence Of Their Security Guards After A Thorough Investigation; 2. Assume Full Responsibility For The Acts Of Its Sgs During The Performance Of Their Duties; 3. Cooperate With The Pe’s Official Investigation Of Any Suspected Criminal Activity Or In Case Of Theft Or Similar Incidents In Their Assigned Area; 4. Be Responsible For The Safety Of Their Sgs In The Performance Of Their Duties In Providing Security Services To The Pe; 5. Provide The Total Number Of Guards Required In The Assigned Area Every Shift Per Section Iii Hereof; 6. Provide Each Sg On Posts With A Firearm, Handheld Radio, And Metal Detector At All Times And Ensure That Said Equipment Conforms To The Applicable Standards And Is Covered With Appropriate And Valid Licenses And Documents; 7. Shall Conduct A Physical Security Survey And Inspection Prior To The Posting Of The Guards To Define The Areas, Buildings, And Other Structures Considered Critical And Vulnerable; 8. The Security Agency Shall Not Change Or Replace The Sg Without Prior Notice At Least Three (3) Working Days, And Approved By The Pe; 9. Have The Sg Changed Or Replaced At Any Time Upon Request Of The Pe For Justifiable Reasons; And 10. Must Provide Their Security Guards With Contact Numbers Of The Pnp, Bfp, And Hospitals For Ready Reference During Emergency Cases. D. Equipment Requirements To Be Installed At/near The Guard’s Posts. 1. Handheld 2-way Radio – 2 Units 2. Rechargeable Heavy-duty Led Flashlights – 2 Units 3. Rain Boots (for Each Security Guard) 4. Big Umbrellas – 2 Pieces 5. Raincoat – 2 Pcs 6. Night Stick – 2 Units 7. Standby Flood Light – 2 Units 8. Metal Detector – 2 Units Submit In Separate Form The Computation Of Salaries And Other Expenses In Arriving The Rates Offered Regular And Recurring Services “the Contract For Regular And Recurring Services Shall Be Subject To Renewal Subject To The Guidelines On Renewal Of Regular And Recurring Services Under Appendix 37 Of The 2016 Revised Irr Of Ra No. 9184 Which Includes The Performance Evaluation Of The Service Provider On The Requirements Under Section Vii. Technical Specifications.”
Closing Date28 Jan 2025
Tender AmountPHP 658.9 K (USD 11.2 K)
FEDERAL AVIATION ADMINISTRATION USA Tender
Others
United States
Details: ***market Survey Announcement***
1. Introduction/purpose
the Federal Aviation Administration (faa) Has A Requirement For Economic Consulting Services For Regulatory Analysis And Policy Support. The Period Of Performance (pop) Is For A One-year (12 Month) Base Period And Four One-year (12 Month) Option Periods, For Five Years (60 Months). The Purpose Of This Announcement Is To Identify Potential Sources That Have The Established And Minimum Capabilities To Perform The Subscription Services Outlined In The Attached Statement Of Work.
2. Description Of The Required Services:
the Federal Aviation Administration’s (faa) Office Of Aviation Policy And Plans Require Economic Data To Forecast Aviation Activity And Workload For Manpower Planning, Regulatory Analysis, And Aviation Trust Fund Analysis. These Forecasts Use Econometric Models And Forecasts Of Economic Activity In The U.s. Including Territories, World, And In U.s. Metro Areas As Key Inputs. The Office Of Financial Analysis Is Responsible For Evaluating Procurements And Conferences Requiring Chief Financial Officer Approval And Making A Recommendation. This Office Receives Cost Estimates For Various Procurement Requests That Can Cover Up To 15 Years And Contain Economic Assumptions On Labor, Material, Travel And Other Direct Costs (odcs). Odcs Can Include But Are Not Limited To: Special Tooling, Travel Expenses, Relocation Expenses, Pre-production And Start-up Costs, Packaging And Transportation Costs, Royalties, Spoilage And Rework, Computer Expenses, Federal Excise Taxes, And Reproduction Costs. Evaluation Of These Estimates Require Historical And Future Escalation Information That Must Include Measures At The National, State, And Metropolitan Statistical Area Levels Respectively. In Addition, As A Forecasting Tool, The Faa Will Use It To Test The Reasonableness Of Procurement Planning Assumptions And To Help Develop Federal Government Negotiation Positions For Multi-year And Multiple Year Contracts.
the Contractor Must Provide Economic Analyses Provided By A Subscription Service For Historical And Time-series Cost Services And Labor And Material Escalation Services That Can Be Used By The Office Of Financial Analysis In The Examination Of Major Acquisition Programs, Resulting In Significant Procurement Savings And Efficient Allocation Of Resources. In Addition, The Contractor Must Provide These Services To The Office Of Aviation Policy And Plans In Meeting Requirements For Short And Long-term Forecasts.
3. North American Industry Classification System (naics) Code
the Faa Has Tentatively Identified North American Industry Classification Systems (naics) Code 541611 – Other Management Consulting Services As Applicable To This Procurement. The Size Standard For This Naics Code Is $24.5m. Respondents May Recommend Other Appropriate Naics Codes For Faa Consideration.
4. Nature Of Market Survey
this Survey Is Being Conducted In Accordance With Faa Acquisition Management System (ams) Section 3.2.1.2.1. The Nature Of The Competition Has Not Been Determined At This Time.the Faa Will Assess The Responses To This Market Survey And Will Make Acquisition Decisions Based On Those Responses.the Faa May Decide To Conduct A Full And Open Competition, Set Aside All Or Part Of The Procurement For Small Businesses, Socially And Economically Disadvantaged Small Businesses (8a), Service-disabled Veteran-owned Small Businesses (sdvosbs), Women Owned Small Business (wosbs), Economically Disadvantaged Woman Owned Small Businesses (edwosbs) Or Hubzone Small Businesses That Are Certified By The Sba, Conduct A Direct Award As Allowed Under The Faa Acquisition Management System Unless Maximum Dollar Amounts Preclude Any Such Possibility, Or Not Conduct Any Competition.
5. General
the Responses To This Market Survey Will Be Used For Informational And Planning Purposes Only And Will Not Be Released.
this Is A Market Survey. This Is Not A Screening Information Request (sir) Or Request For Proposals (rfp) Of Any Kind;
the Faa Is Not Seeking Or Accepting Unsolicited Proposals;
all Vendors Responding To This Announcement Are Responsible For Ensuring That Documents Submitted Contain The Appropriate Proprietary Marking;
the Faa Has The Option Of Conducting One-on-one Communications As Deemed Appropriate Without The Obligation To Hold Communications With All Respondents;
providing A Response To This Market Survey Neither Qualifies Respondents For, Nor Excludes Respondents From, Responding To The Resulting Sir, If Any;
respondent Participation In Any Informational Session Is Not A Promise Of Future Business With The Faa;
the Faa Will Not Pay For Any Information Received Or Costs Incurred In Preparing The Response To The Market Survey; And
any Costs Associated With The Market Survey Submittal Is Solely At The Interested Vendor’s Expense.
6. Submittal Requirements For Market Survey
interested Businesses Must Provide The Following:
a.) Capability Statement As Defined Below (not To Exceed 5 Pages):
the Vendor Must Provide A Capability Statement Which Demonstrates That They Have Ten (10) Years Of Experience Of Meeting The Tasks Outlined In The Draft Statement Of Work (sow). This Must Include Providing Experience For Each Of The 3 Task Areas Within The Sow (note: The Attached Sow Is A Draft And Is Subject To Change By The Time Of Any Solicitation.) Include A Brief Description Of The Work Performed, Dollar Value, Period Of Performance, Agency/organization Supported, And Individual Points Of Contact (contracting Officers Or Program Managers).
b.) Name And Address Of Company, Point Of Contact (name, Title, Telephone Number, And Email Address); Large Or Small Business Designation And Any 8(a), Service-disabled Veteran-owned Small Business (sdvosb), Woman Owned Small Business (wosb), Economically Disadvantaged Women-owned Small Business (edwosb), Or Hubzone Status. As Applicable, Vendors Should Submit A Copy Of Their Certification Letter Identifying A Preferred Socio-economic Status (such As Sba 8(a), Small Business, Sdvosb, Vsb, Etc.); And
c.) Unique Entity Identifier (uei) Number. The Vendor Must Provide Their Registration Number (uei) For The Federal Government System For Award Management (sam). Current And Potential Government Vendors Are Required To Be Registered And Active In Sam In Order To Be Awarded Contracts By The Government. The Website For Sam Is Www.sam.gov.
7. Delivery Of Submittals
all Responses To This Market Survey Must Be Submitted By 2:00pm (eastern Time) On January 30, 2025. Submissions Received After This Time And Date Will Be Considered Late And May Not Be Reviewed. All Submittals, Including Attachments, Should Be Submitted In Electronic Format (email) To: Stephen.young@faa.gov. Please Include The Market Survey Title In The E-mail Submission.
all Questions Or Inquiries Must Be Submitted On Or Before January 20, 2025.
8. Government Use Of Rfi Responses
the Faa May Or May Not Provide Feedback On Any Of The Submitted Materials. The Government Does Not Intend To Release Or Distribute Any Of The Information Contained In The Market Survey Responses.
responses To This Market Survey Will Not Be Viewed By The Faa As A Commitment By The Respondents To Submit A Proposal For Any Competitive Solicitations Initiated By The Faa In Relation To The Services Described In This Market Survey.
9. Attachment
draft Statement Of Work/specification.
Closing Date30 Jan 2025
Tender AmountRefer Documents
City Of Danao Tender
Others
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Production Staff For Danao City Contingent For The Sinulog Festival 2025 Of The City Government Of Danao The Local Government Of Danao City, Through The Tourism Office Intends To Apply The Sum Of Php7,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Production Staff For Danao City Contingent For The Sinulog Festival 2025 Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Of Production Staff For Danao City Contingent For The Sinulog Festival 2025, As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost A. Props Structural And Pros Design This Includes Structural Materials (angle Bar, Wheels, 1 Plywoods, Welding Rod, Welding Wires & Etc, Including The Andas Making Materials B. Artistic Team Artistic Choreographer 1 Pax Head Choreographer 1 Pax Head Dance Masters 2 Pax Dance Masters 4 Pax Consultants 2 Pax Music Director 1 Pax C. Visual Team/laborers/rentals Head Artist (including Assistants) 4 Pax Welders, Carpenters 6 Pax D. Instrumentalists/music Ensemble Drum & Bugle Corp 1 Orchestra 1 Choir And Soloist 1 E. Lighting Design Technicians And Assistants Labor 1 F. Video And Graphics Design Official Graphic Artist 1 Video Support 1 G. Lights For The Costumes And Props Costume 100 Props 100 H. Costume, Make Up And Official Shirt Dancers Costume 100 Shoes 200 Make Up 150 Official Tshirt 500 Dramatist 30 I. Festival Queen Costume 1 Hair And Make Up Artist And Handlers -all Exposures 1 Festival Queen Allowance – Meals & Transpo J. Confetti Confetti Showers Used The End Part Of Dance 1 Presentation Php7,000,000.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On December 23, 2024 – January 03, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Pre-bid Conference On December 23, 2024 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Submission And Receipts Of Bids On January 06, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Rosette B. Villaflor Bac Chairman
Closing Date6 Jan 2025
Tender AmountPHP 7 Million (USD 120.6 K)
City Of Danao Tender
Civil And Construction...+2Road Construction, Construction Material
Corrigendum : Tender Amount Updated
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Guinsay, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php1,293,290.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Guinsay, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Guinsay, Danao City, As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. Limestone 83 Cu.m 2. Gravel 83 Cu.m 3. 40kg Portland Cement 1,725 Bag 4. Washed Sand 96 Cu.m 5. 3/4 Crushed Sand 192 Cu.m 6. 16mm.ø X 6.0m Plain Round Bar 10 Length 7. 16mm.ø X 6.0m Deformed Bar 20 Length 8. 1/2" X 4’ X 8’ Ordinary Plywood (formworks) 20 Sheet 9. 2” X 2’ X 8’ Coco Lumber (formworks) 150 Length 10. Cwn #1-1/2” (formwork) 10 Kg 11. Cwn #3” (formwork) 10 Kg Php1,293,290.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 15-27, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Pre-bid Conference On January 15, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Submission And Receipts Of Bids On January 28, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Closing Date28 Jan 2025
Tender AmountPHP 1.2 Million (USD 22 K)
4891-4900 of 5007 archived Tenders