Manpower Tenders
Manpower Tenders
Philippine International Convention Center Tender
Chemical Products
Philippines
Details: Description Request For Quotation Date: January 30, 2025 Rfq No. 2025-mc-60 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Inc. (picci), Through Its Bids And Awards Committee, Intends To Procure Bacteriological Analysis And Physicochemical Test For Drinking Water, With An Approved Budget For Contract (abc) Of One Hundred Twenty Thousand Pesos (₱120,000.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Service/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of _february 7, 2025. A Copy Of The Following Shall Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; In Case The Mayor’s Permit Is Pending Renewal, Attach Proof Of Renewal I.e. Or/sales Invoice; B. Bir Registration Certificate; C. Philgeps Registration Number; D. Omnibus Sworn Statement; And E. Copy Of The Terms Of Reference Duly Signed On All Pages. Open Quotations May Be Submitted Manually Or Through Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2025-mc-60 Terms Of Reference I. Project Title: Bacteriological Analysis And Physicochemical Test For Drinking Water Ii. Approved Budget For Contract (abc): One Hundred Twenty Thousand Pesos (₱ 120,000.00), Vat Inclusive. Iii. General Scope Of Works: The Works Shall Be Supply Of Labor And Materials For The Testing And Analysis On The Potability Of Water Supply And Chemical Content Of Drinking Water. Testing And Analysis Of Water Samples Shall Be Done In Accordance With Department Of Health (doh) Philippine National Standards Of Drinking Water (pnsdw). Parameters For Testing: A. Bacteriological Analysis Of Water – Ten (10) Testing Per Month For Twelve (12) Months. A. Total Bacterial Count (tbc) B. Total Coliform Count B. Physicochemical Test For Drinking Water-one (1) Testing Per Month For Twelve (12) Months. A. Physical 1. Color 2. Odor 3. Turbidity B. Chemical 1. Ph 2. Alkalinity 3. Calcium 4. Chloride 5. Conductivity 6. Iron 7. Magnesium 8. Sulfate 9. Total Dissolved Solids 10. Total Hardness Iv. General Conditions: A. The Contractor Shall Collect The Samples Every First Week Of The Month And Deliver The Test Results Within Fifteen (15) Calendar Days. B. The Contractor Shall Be Responsible For The Supply Of Manpower, Technical Expertise, Supervision, Tools, Equipment And Other Necessary Materials For The Testing And Analysis For Drinking Water. V. Contractors Qualification: The Contractor Shall Be Having Completed Contract With The Testing And Analysis On The Potability Of Water Supply And Chemical Content Of Drinking Water For The Last Five (5) Years. Vi. Terms Of Payment: Monthly Payment Shall Be Made After The Submission Of The Test Results. The Contractor Shall Submit A Request For Payment Of Work Accomplished And Sales Invoice. Vii. Contract Duration: Twelve (12) Months Viii. General Conditions Of The Contract: 1. All Prices Quoted Herein Are Valid, Binding And Effective For One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. The Contractor Shall Be Responsible For The Source(s) Of His Services/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. The Contractor Shall Pick Up Rs And Ntp Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Rs Remain Unclaimed, The Said Rs Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Service Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Services Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Services. Thereafter If Awardee Has Not Completed Delivery Of Services Within The Extended Period, The Subject Rs & Ntp Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The Picc-bac Shall Then Purchase The Required Services From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Services By The Contractor Shall Be Subject To Inspection And Acceptance By The Picc. 6. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of Services/works Shall Be Deducted For Each Day Of Delay Including Sundays And Holidays In The Delivery Of The Services. 7. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.
Closing Date7 Feb 2025
Tender AmountPHP 120 K (USD 2 K)
Bureau Of Jail Management And Penology Rhq Viii Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For The “construction Of Additional Facilities Of Calbayog City District Jail” 1. The Bureau Of Jail Management And Penology Regional Office 8 (bjmpro-8), Through The National Expenditure Program Fy 2025 Intends To Apply The Sum Of Ten Million Six Hundred Seventy Thousand Pesos (php 10,670,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Project: Construction Of Additional Facilities Of Calbayog City District Jail With Contract No.c-2025-03. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bjmpro8 Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Two Hundred Forty Calendar Days (240 Cd). Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bjmpro8-regional Logistics Division And Inspect The Bidding Documents At The Address Given Below From 8am To 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 13, 2025 From The Address Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos (php 25,000.00). The Bidder Shall Submit The Original Deposit Slip As Evidence Of Payment, And In Order To Facilitate The Issuance Of An Official Receipt. The Deposit Slip Must Reflect The Payment Made In Accordance With The Specified Requirements, And The Official Receipt Will Be Provided Upon Verification Of The Payment Details. 6. The Bjmpro8 Will Hold A Pre-bid Conference On 10:00am January 20, 2025 At Bjmpro8 Conference Room, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 31, 2025 At 08:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On 09:00 A.m January 31, 2025 At The Given Address Below Bjmpro8 Conference Room. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Note To Bidders: 1. No Award Shall Be Made Until This Office Received The Sub- Allotment Advice Issued By The Bjmp National Headquarters; And 2. Not To Award The Contract Without Incurring Any Liability If The Funds/allotment For The Project Have Been Withheld Or Reduced Through No Fault Of Its Own. 11. The Bidder’s Representative Who Will Attend The Opening Of Bids Have Been Authorized To Do So Through A Special Power Of Attorney (spa) Shall Also Expressly Provide That The Bidder’s Representative Is Authorized To Receive The Notice Of Award (noa) For And On Behalf Of The Said Bidder Should It Declared Submitted The Lowest Calculated And Responsive Bid (lcrb). In Case The Representative Refused To Receive The (noa), Such Refusal Shall Be Deemed As The Said Bidder’s Refusal Which Shall Be The Basis For Administrative Sanctions As Provided For Under Section 69 Of The 2016 Revised Irr Of Ra 9184. To Expedite The Service Of Notices, The Procuring Entity, At Its Option, May Send The Relevant Notices In This Procurement To The Concerned Bidder Through That Bidder’s Given E-mail Address Or Its E-mail Address As Appearing In The Documents Submitted And Once Successfully Sent Shall Be Deemed To Have Been Received By Such Bidder Effective The Date As Appearing In The Time Stamp Of The E-mail Service Provider. 12. Soft Copy Of Detailed Estimate, Program Of Works, Manpower Schedule And Construction Method (excel Format-dupa) In Usb Must Be Submitted As Part Of The Financial Component Of The Bid. 13. The Bjmpro8 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 No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: [sgd] Mark Jericho L Azañes Jail Senior Inspector Head, Bac Secretariat Bjmp Regional Office 8 Brgy. Guindapunan, Palo, Leyte Email: Rbjmp8@gmail.com Contact No.: +639927930671 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://docs.google.com/document/d/1wi-kckmpwlztwjrbakpr96oecrtnoii-/edit?usp=sharing&ouid=102828166940847245689&rtpof=true&sd=true For Downloading Of Drawing Plan: Https://drive.google.com/file/d/1ag0dn8foub9yd70870wo4dmij5kf7xkf/view?usp=sharing For Downloading Of Boq: Https://docs.google.com/spreadsheets/d/1rnm2b_7kctnjzh9pcc0ow9mvmsvixgle/edit?usp=sharing&ouid=102828166940847245689&rtpof=true&sd=true January 13, 2025 [sgd] Rill F Sonon, Dsc Jail Senior Superintendent Ardo/rcds Bac Chairperson, Bjmpro8
Closing Date31 Jan 2025
Tender AmountPHP 10.6 Million (USD 181.9 K)
Municipality Of Sibulan, Negros Oriental Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Sibulan Barangay Maslog Office Of The Bids And Awards Invitation To Apply For Eligibility And To Bid The Barangay Government Of Maslog, Sibulan, Negros Oriental Invites All Interested Suppliers For The Supply Of Aggregate Materials, This Barangay. Total Abc Php. 450,000.00 Qty. Unit Decription Unit Cost Amount Construction Of Box Culvert Of Barangay Maslog Going To Barangay Cangmating Lot No. 1 Concrete Works Materials 219 Bags Portland 20 Cum Mixing Sand -river Source Cum Fine Gravel- River Source 3 Cum Head Sized Boulders- River Source 13 Length Def.rsb (20 Mm X 6.0) 82 Length Def. Rsb (16 Mm X 6.0 Mm ) 157 Length Def. Rsb (12mm X6 Mm) 55 Kls Gi # 16 Tire Wire 20 Kls 4” Cw Nails 15 Kls 3” Cw Nails 8 Kls 1 ½” Cw Nails 10 Pcs Hacksaw Blade 1 Roll Trapal 15 Pcs Empty Boulder 0.5 Kl Nylon #60 23 Sheet Plywood (5mmx4x8) 75 Pcs Cocolumber (2x2x12) 100 Pcs Coco Lumber (2x3x12) 88 Pcs Cocolumber (2x4x12) 8 Length Def.rsb (10mm X 6mm) 1 Length G.i Pipe S40 (4x6 Cm) 4 Cum Round Gravel River Source (1”) 16 Cum Head Size Boulder (0.20m-0.30m) 6 Length Pvc Pipe 20 Cum Aggrgate Base Course Tarpuline Signage Fuel, Oil, Lubricant For Concrete Mixer Total Abc: P 450,000.00 (bidder’s Bond: 2% Of Abc – P9,000.00) Requirements 1. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. For Expired Business/mayor’s Permit, Kindly Attach The Expired Document Together With The Receipt Of Business Taxes Paid As Proof That The Supplier Is Applying For Business Permit Renewal. 2. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives. 4. In The Case Of Procurement Of Infrastructure Projects, A Valid Pcab License And Registration For The Type And Cost To The Contract To Be Bid; 3. Tax Clearance Per E.o. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 4. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr, Except For Foreign Bidders Participating In The Procurement By A Philippine Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of This Irr; 5. Statement Of All Ongoing Government And Private Contracts; 6. Statement Of Slcc; 7. Nfcc Computation Or Committed Line Of Credit; 8. Audited Financial Statement; Stamped Received By The Bir; 9. In The Case Of Procurement Of Infrastructure Projects, A Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid; 10. Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of This Irr, If Applicable; 11. Bid Security In The Prescribed Form, Amount And Validity Period; Form Of Security 1. Cash Or Cashier’s/manager’s Check Issued By A Universal/commercial Bank (2% Of Abc) 2. Bank Draft/irrevocable Letter Of Credit (2% Of Abc) 3. Surety Bond (5% Of Abc) 5. Bid-securing Declaration 12. Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales Service/parts, If Applicable; 13. Omnibus Sworn Statement. Additional Requirements For Drugs And Medicines Suppliers Only: (per Coa Circular No. 2024-010, Dated July 31, 2024) For The Procurement Of Locally Manufactured And Imported Drugs And Medicines: 14. Valid Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration (fda) 15. Batch Notification, Lot Release Certification From Fda Or Its Equivalent, As Required By Fda For Specific Drugs And Medicines 16. Valid License To Operate (lto) Issued By The Fda For Suppliers, Distributors And Traders Bid Documents Will Be Available For Issuance To Prequalified Bidders On January 08-15, 2025 (excluding Weekends And Holidays). Sealed Bids In One (01) Set Shall Be Received By The Bac Of Maslog, Sibulan, Sibulan, Negros Oriental Not Later Than 10:00 Am Of January 15, 2025 And Then Publicly Opened At 10:00 Am On The Same Date At The Barangay Hall Of Maslog, Sibulan, Negros Oriental. The Barangay Government Of Maslog, Sibulan Reserves The Right To Reject Any Of All Bids Should Circumstances So Warrants. Sherwin T. Dequito Bac Chairman
Closing Date15 Jan 2025
Tender AmountPHP 450 K (USD 7.7 K)
Municipality Of Caibiran, Biliran Tender
Laboratory Equipment and Services
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 Laboratory Supplies Location : Rhu, Lgu Of Caibiran, Biliran Delivery Period : 10 W.d. Abc : P164,095.80 Source Of Funds : Executive Fund 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 2 Bottle Probe Cleaner 2 1 Box Dil-a Diluent 3 1 Set Blood Typing Sera 4 1 Bottle Lya-1 Lyse 5 1 Box Lya-2 Lyse 6 1 Box Glucose-pap Fluid Mono (centronic) 7 1 Box Cholesterol Fluid Mono (centronic) 8 1 Box Uric-uv (5+1) Fluid (centronic) 9 1 Box Creatinine-jaffe-kin (1+1) Fluid (centronic) 10 1 Box Triglycerides Fluid Mono (centronic) 11 1 Box Gpt (alt)-ifcc (5+1) Fluid (centronic) 12 1 Box Got (ast) -ifcc (5+1) Fluid (centronic) 13 1 Box Glass Slide 14 1 Box Pippete Tips (5 Ul, Tips) 15 1 Pcs Pippettor 100 Ul 16 1 Pcs Pippette 1000 Ul Schedule Of Activities: (1st Posting) Advertisement : January 14, 2025 To January 21, 2025 Bid Evaluation : January 23, 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 15, 2025 Until January 22, 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 23, 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 23, 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 2025philgeps013
Closing Date23 Jan 2025
Tender AmountPHP 164 K (USD 2.8 K)
Department Of Science And Technology Region Ix Tender
Housekeeping Services
Philippines
Details: Description Invitation To Bid For “procurement Of Janitorial, Messenger, Utility, And Driving Services For Cy2025 (rebid)” 1. The Department Of Science And Technology Regional Office No. Ix, Through The National Expenditure Program (nep)for Cy2025 Intends To Apply The Sum Of One Million One Hundred Forty-one Thousand Seventy Two Pesos (php 1,141,072.00), Being The Abc To Payments Under The Contract For Dost Ix-25-01-001. Bids Received More Than The Abc Shall Be Automatically Rejected At Bid Opening. Item Description 1 Lot Janitorial, Messenger & Utility/driving Services Specifications: Contract Period: March 01 To December 31, 2025 • The Agency Shall Provide And Make Available The Necessary Number Of Qualified, Hardworking, Courteous, And Friendly Janitorial And Utility Staff To Keep Dost Ix Premises Clean And Successfully Comply With The Task That Will Be Assigned As Mentioned In The Schedule Of Requirement. • Daily Wage Rate Of Each Personnel Should Not Fall Below The Daily Minimum Wage Rate As Specified In The Most Current Wage Order • Provide Eight (8) Manpower, As Follows: Five (5) Utility/janitor/driver In Zc Office Three (3) Utility/janitor Two (2) Drivers Two (2) Utility/janitor/ Driver In Psto-zamboanga Del Sur (pagadian) One (1) Utility/janitor One (1) Driver One (1) Driver/utility In Psto-zamboanga Sibugay (ipil) • The Agency Must Have A Good Standing Or Record In The Following Obligations: Faithfully Complies Its Obligations As Employer With Regard To Sss Premium, Philhealth, Pag-ibig, And All Other Existing Social And Labor Legislations In The Philippines In So Far As The Janitor, Messenger, Utility And Driving Services. Provide Personnel Their Monthly Pay Slip. Submit Department Of Labor And Employment Registration Certificate Submit Proof Of Payments/official Receipts For Payment Of Contributions From July To December 2024 From: Sss Philhealth Pag-ibig • The Agency Must Provide Or Deliver Salaries Of Personnel At No Additional Cost To The Personnel • See Attached Sheet For Details Of General Conditions, Service Standards And Conditions, And Performance Assessment 2. The Department Of Science And Technology Regional Office No. Ix Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By March 01, 2025 – December 31, 2025. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, According To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Dost9 And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm, Mondays To Fridays Except Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 03 January 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, According To The Latest Guidelines Issued By The Gppb, Of One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Science And Technology Regional Office No. Ix Will Hold A Pre-bid Conference On 10 January 2025, 9:30 Am At Dost Ix Regional Office Ix, Rd’s Office, Admin Building, Pettit Barracks, Zamboanga City, And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 23 January 2025, 9:29 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On 23 January 2025, 9:30 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Department Of Science And Technology 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 Following Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Mr. Ronnel B. Gundoy Head, Bac Secretariat Department Of Science And Technology Ro9 Dost-ix, Zone Iv, Pettit Barracks, Zamboanga City Email Address: Dost9.procurement.02@gmail.com Tel. No. 062 991-1024; Fax No. 062 992-1114 Web: Http://region9.dost.gov.ph 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://region9.dost.gov.ph 02 January 2025 Sgd.rosemarie S. Salazar Chairperson, Bids And Awards Committee
Closing Date23 Jan 2025
Tender AmountPHP 1.1 Million (USD 19.4 K)
BARANGAY BINALIW DANAO CITY CEBU Tender
Solid Waste Management
Philippines
Details: Description Description Republic Of The Philippines Danao City Brgy. Binaliw Invitation To Apply For Eligibility And To Bid Brgy. Solid Waste Management Vehicle Of Brgy.binaliw, Danao City The Brgy.binaliw, Tends To Apply The Sum Of Php900,000.00 Being Approved Budget For The Contract (abc) To Payments Under The Contract For Brgy. Solid Waste Management Vehicle At Brgy. Binaliw, Danao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Binaliw, Now Invites Sealed Bids From Eligible Bidder To Participate In The Public Bidding For Brgy.solid Waste Management Vehicle @ Brgy. Binaliw, Danao City As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. 1 Unit Dump Truck 6 Wheeler At Least 5 Cu.m Capacity Load 900,000.00 900,000.00 Diesel Engine 4 Cylinder Manual Transmission Reconditioned Surplus New Paint & Upholstery With Barangay Logo Each Door With Sticker Barangay Binaliw Front & Back 1 Hydraulic Jack, Spare Tires, Tire Wrench Registered Name Of Barangay Binaliw With Public Address System Php 900,000.00 Delivery Of The Goods Is Required Not Later Than January 11, 2025.the Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibilty Requirements To Be Submitted On Dec. 27- January 03, 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 16. Procurement Of Bid Document Php 3,000.00 17. Letter Of Intent Submission And Receipts Of Bids On January 03, 2025 At 1:30 O’clock In The Afternoon At The Bids And Awards Committee Office At Brgy. Binaliw, 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 Par! (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.saifel M. Roble Brgy. Chairman Bayabas, Danao City
Closing Date3 Jan 2025
Tender AmountPHP 900 K (USD 15.5 K)
City Of Danao Tender
Others
Philippines
Details: Description Description Republic Of The Philippines Danao City Brgy.santican Invitation To Apply For Eligibility And To Bid For The Use Of Brgy.santican,danao City The Brgy.santican, Tends To Apply The Sum Of Php100,000.00 Being Approved Budget For The Contract (abc) To Payments Under The Contract For The Use Of Brgy.santican, Danao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Santican Now Invites Sealed Bids From Eligible Bidder To Participate In The Public Bidding For The Use Of Brgy. Santican, Danao City As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. 1 Unit Laptop 40,000.00 40,000.00 2. 1 Set Radio Base 60,000.00 60,000.00 Fabrication Of Extended Antenna And Installation Mobilization Battery (this Is Optional.this Will Be Use During Typhoon No Power Of No Electricity) Php 100,000.00 Delivery Of The Goods Is Required Not Later Than Jan.20, 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 16. Procurement Of Bid Document Php 3,000.00 17. Letter Of Intent 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.santican,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 Par ! (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.nelson P. Ponce Brgy. Bac Chairman Santican,danao City
Closing Date14 Jan 2025
Tender AmountPHP 100 K (USD 1.7 K)
City Of Danao Tender
Civil And Construction...+1Construction Material
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 Slope Protection Of Landslide Prone Area At Barangay Cambanay, 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 Php70,432.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Slope Protection Of Landslide Prone Area At Barangay Cambanay, 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 Construction Materials For Slope Protection Of Landslide Prone Area At Barangay Cambanay, Danao City, As Follows; Seq. Item Description Quantity 1. Class -a Boulder 23 Cu.m 2. 40-kg Portland Cement 84 Bag 3. Washed Sand 7 Cu.m 4. Fine Sand 2 Cu.m 5. 75mmø Pvc Pipe 2 Length Php70,432.00 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 14-20, 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 Submission And Receipts Of Bids On January 21, 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 Date21 Jan 2025
Tender AmountPHP 70.4 K (USD 1.2 K)
National Economic And Development Authority - NEDA Tender
Automobiles and Auto Parts
Philippines
Details: Description Invitation For Negotiated Procurement (two Failed Public Biddings) Procurement Of Motor Vehicles 1. In View Of The Two Failed Public Biddings, The National Economic And Development Authority (neda) Regional Office Ix Bids And Awards Committee (bac) Invites Interested Bidders To Participate In The Negotiation For The Procurement Of One-unit Brand New Passenger Van With An Approved Budget For The Contract (abc) Of Two Million Six Hundred Fifty Thousand Pesos Only (php2,650,000.00) In Accordance With Section 53.1 Of The Implementing Rules And Regulations Of Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act.” For More Project Details, Please Refer To The Attached Schedule Of Requirements (annex A) And Technical Specifications (annex B). 2. The Neda Ix Bids And Awards Committee Will Hold The Negotiation Conference On January 13, 2025, 1:00 P.m. At Kalikasan Function Hall, Neda Ix Building, Balintawak, Pagadian City. 3. Interested Bidder Shall Submit The Following Eligibility, Technical And Financial Documents On January 23, 2025, 9:30 A.m. At Kalikasan Function Hall, Neda Ix Building, Balintawak, Pagadian City, Zamboanga Del Sur: I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing 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; And ⬜ (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 The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (k) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (m) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (n) [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. ⬜ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 4. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 23, 2025, 9:30 A.m. Late Bids Shall Not Be Accepted. 5. Opening Of The Eligibility And Technical Documents And Financial Proposal Will Be On January 23, 2025, 9:30 A.m. At The Same Venue Stated In The Preceding Number. 6. For Further Information, You May Call The Neda Ix Bac Secretariat At (062) 945-0953 Or 0917-717-4653, From January 6, 2025 To January 23, 2025, Mondays To Fridays From 8:00 A.m. To 5:00 P.m. Please Look For Mr. Glenn C. Calunsag. 7. The Neda Ix Bids And Awards Committee Reserves The Right To Accept Or Reject Any Offer, To Annul The Negotiation Process, And To Reject All Offers At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To Affected Firms. 8. For Further Information, Please Refer To: Mr. Glenn C. Calunsag / Ms. Razil G. Baroro Secretariat, Neda Ix Bids And Awards Committee Regional Government Center, Balintawak, Pagadian City Tel. No. (062)945-0953; Cellphone No. 0917-861-3746 E-mail Address: Nro9@neda.gov.ph/gccalunsag@neda.gov.ph Website: Nro9.neda.gov.ph Karyl Kristal M. Villejo Chairperson, Bids And Awards Committee Neda Regional Office Ix
Closing Date23 Jan 2025
Tender AmountPHP 2.6 Million (USD 45.2 K)
DEPT OF THE NAVY USA Tender
Software and IT Solutions
United States
Details: 1. Synopsis
this Is A Sources Sought Announcement In Accordance With Far 15.201 And In Anticipation Of A Potential Future Procurement. This Is Not A Request For Proposal (rfp). No Solicitation Exists At This Time. The Government Is Not Obligated And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice.
the Naval Sea Systems Command (navsea) Is Conducting Market Research To Assess Industry Capability To Support The U.s. Navy In Continued Fielding And Maintenance Of The Total Ship Computing Environment Infrastructure (tscei) And The Zumwalt Combat System (zcs) Total Ship Computing Environment (tsce) Core Software. Tscei Hardware And Tsce Core Software Is The Heart Of Zcs. The Government Is Seeking Responses From Sources With The Facilities And Proficiency Required To Execute Any Of The Capabilities Listed In Enclosure 1.
2. Response Requirements
responses Shall Be Limited To A Total Of 10 Pages, 1-inch Margins, Single-sided, 10-point Times New Roman Font Or Larger. Figures/graphs/tables Can Be Included Within The Page Limit With 8-point Font Or Larger Text. Responses Shall Be Submitted In Microsoft Word Or Adobe Acrobat Portable Document Format (pdf) And Reference: N00024-25-r-5507 – Sources Sought Navy Tscei. Each Page Must Be Counted Except For The Following:
cover Page
company Information
size Status
interested Parties Shall Submit One White Paper Including The Company Name, Telephone Number, Mailing Address, Duns Number, Cage Code And E-mail Address Of One Point Of Contact.
provide Number Of Employees Employed By Company’s Business Unit Considering This Opportunity, And The Geographic Locations.
identify Contracts Within The Last Five (5) Years With Similar Scope And Provide Brief Overview Of Company Responsibilities And Magnitude Of Its Role.
if A Small Business, Identify Type Of Small Business (e.g. 8(a), Hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned).
industry Shall Address Whether They Have A Minimum Secret Level Facility Security Clearance.
the White Paper Should Demonstrate The Company's Capabilities And Experience To Design, Build, Integrate, Test, And/or Produce Applicable Combat System Elements And/or Subsystems To Support The Tscei. Failure To Provide A Response Does Not Preclude Participation In Any Possible Future Rfp, If Issued.
a.) Introduction — Provide A Brief Company Introduction And Relevant Details Of The Company/organization, Including Any Potential Teaming Approach. Additionally, Interested Parties Shall Identify If Their Company Has The Capability To Be A Prime Contractor Or If It Is Only Interested In Subcontracting Opportunities.
b.) Capabilities — Succinctly Address The Contractor’s Ability To Manage The Types And Magnitude Of Tasking, Technical Ability To Perform The Task, And The Capacity To Conduct The Requirements Of The Task.
c.) Experience —this Section Should Include Specific Demonstrated Capabilities, Knowledge, And Experience For Each Capability. Identify Any Demonstrated Expertise And Experience That Can Be Directly Applied To The Development And Evaluation Of Navy Combat System Capabilities. Does Your Company Have A Satisfactory Performance Record For The Type Of Work Required? Please Provide Examples Of Relevant And Recent (within Five Years) Past Performance.
d.) Place Of Performance — Provide The Expected Place Of Performance. Identify Existing Facilities For Manufacturing, Assembly, And Component, Subsystem, And System Integration, Qualification, Production, And Testing Required To Support Tscei On Zumwalt Class Destroyers.
e.) Barriers To Competition — Identify Any Obstacles To Competition As A Prime And/or Subcontractor For The Proposed Scope For This Tscei Effort. In Addition, The Company May Recommend Solutions Or Mitigation Paths For The Navy To Overcome The Obstacles.
3. Disclaimer
this Sources Sought Is Issued Solely For Market Research Purposes. It Does Not Constitute A Rfp Or A Promise To Issue An Rfp In The Future. This Sources Sought Does Not Commit The Government To Solicit Offers Or Award A Contract. The Information Provided In This Sources Sought Is Subject To Change And Is Not Binding On The Government. The Government May Request Further Information Regarding Respondents’ Self-assessed Capabilities And May Request A Presentation And/or A Site Visit. Any Such Requests Would Not Signify Preference Nor Solicitation. Respondents Are Advised That All Costs Associated With Responding To This Sources Sought Will Be Solely At The Interested Parties’ Expense, And The U.s. Government Will Not Pay For Any Information Or Costs Incurred Or Associated With Submitting A Response To This Sources Sought. Information Submitted In Response To This Source Sought Will Become The Property Of The United States Government. Submitters Should Properly Mark Their Responses With The Appropriate Restrictive Markings. Information That Is Proprietary Or Competition Sensitive Will Be Protected From Disclosure Under The Public Records Law Only If Properly Labeled As Such.anticipated Place Of Performance Will Be At The Awarded Contractor's Location.
4. Response Due Date And Government Points Of Contact
interested Companies Should Provide A Response On Or Before 3:00 Pm Est, 13 Jan 2025. The Submission Should Include One Electronic (virus Scanned) Copy Sent Via E-mail To The Contracting Officer At William.j.jee.civ@us.navy.mil. Please Include The Source Sought Title In The Subject Of The E-mail.
all Information Received That Includes Proprietary Markings Will Be Handled In Accordance With Applicable Statutes And Regulations. An Acknowledgement Of Receipt Will Be Provided For All Responses Received. If You Do Not Receive An Acknowledgement Within Two Working Days, Please Notify The Points Of Contact Listed In This Notice.
enclosure (1):
a.) Several Assumptions And Constraints Of The Total Ship Computing Environment Infrastructure (tscei) And Total Ship Computing Environment (tsce) Systems Should Be Taken Into Account For Any Responses, Including:
tscei Which Includes Core Data Processing And Ship-wide Network Infrastructure Will Be Modernized To Support Infrastructure As A Service (iaas). Tscei Integrates The Ship's Combat System, Sensors, Weapons, Command-and-control Ship Control, And Integrated Communications Functions Into A Cohesive And Unified System.
primary Mission Of The Ddg 1000 Class Is Surface Strike.
a Technical Data Package (tdp) Is Not Available For Either Tscei Hardware Or Tsce Software At This Time.
b.) Specific Elements That Interface With Tscei Include, But Are Not Limited To:
mk57 Peripheral Vertical Launching System (vls)
cooperative Engagement Capability (cec)
identification Friend Or Foe (iff)
tomahawk Tactical Weapon Control System (ttwcs)
evolved Sea Sparrow Missile (essm) All Up Round(aur)
sps-73/surface Search Radar
horizon And Surface Search Phased Array Radars
standard Missile Aur Family
tomahawk Aur
surface Electronic Warfare Improvement Program(sewip) / Slq-32
integrated Communications Controller (icc)
inertial Navigation System (ins) / Wsn-7/9
engineering Control System (ecs)
conventional Prompt Strike (cps) / Large Missile Vertical Launch System (lmvls)
zumwalt Operating Environment Trusted Virtualenvironment (zoetve)
global Command And Control System-maritime (gccs-m)
common Data Link Management System (cdlms)
shipboard Gridlock System With Auto Correlation (sgs/ac)
navigation Sensor System Interface (navssi)/ Global Positioning System-based Positioning, Navigation And Timing Services (gpnts)
moriah Wind System (mws)
mk46 Gun Weapon System
nixie / Slq-25c/e
on-board Trainer (obt) / Navy Continuous Training Environment (ncte)
electro-optics Surveillance
integrated Broadcast System (ibs)
satellite Communication (satcom)
c.) The Government Is Seeking Input From Industry To Determine If There Are Sources With The Facilities And Proficiency Required To Execute Any Or All Of The Below Capabilities. Providing A Subset Response To The Below Capabilities Is Acceptable:
technical Leadership, Including Integration, Coordination, And System Engineering Across The Program For Successful Integration Of All Combat System, Strategic System, Hm&e Control System, And Command, Control, Communication, Computer, Cyber And Intelligence (c5i) System Elements
systems Engineering, Including Model-based Systems Engineering, To Support The Zumwalt Class Destroyer Platform Combat System Design, Development And Testing . Engineering Development Efforts Include:
requirements Analysis
system Architecture
subsystem, Component, And Test Requirements Development
design Analysis And Design Integration
cybersecurity Engineering
network Engineering
modeling & Simulation
system Integration, Verification And Validation Testing To Support Combat System Certification
software Development Within A Devsecops Environment, Including Coding, Testing, Integration, Deployment, And Maintenance Of Software Products. Software Development Efforts Include:
compute Hardware And Network Switch Obsolescence Management
infrastructure As A Service
platform As A Service
software As A Service
continuous Authority To Operate/certificate-to-ship
experience With Goals Questions Indicators Metrics (gqim) Approach To Software Sustainment And Development
sustainment / Integrated Logistics Support (ils), Including Lifecycle Support Necessary To Maintain Tscei Hardware. Sustainment / Ils Efforts Include:
diminishing Manufacturing Sources And Material Shortages (dmsms) Management, Includes Identifying Obsolescence Issues, Implementing Resolutions, Providing Crew And In-service Engineering Agent (isea) Technical Reach Back On Dmsms Issues
ils Product Maintenance, Including Interactive Electronic Technical Manuals (ietms)/tech Manuals, Planned Maintenance System (pms) Maintenance Installation Plan (mip)/maintenance Requirement Cards (mrcs), Fleet Introductory Training (fit), Configuration/provisioning Data, Incorporating Baseline Updates Stemming From Engineering Change Proposals (ecps) Or Feedback Report Changes
configuration Management
repair Support And Services, Including Support As Interim Depot For Repair/replace Of Failed Depot Level Repairable Assets
life Cycle Transition Support
reliability, Maintainability And Availability (rma)/failure Reporting Analysis And Corrective Action System (fracas)
depot Capability
participation In Government Chaired Software And Hardware Sustainment/ Improvement/maintenance Process For Configuration Control Boards (ccbs) And Other Related Meetings Including, But Not Limited To Risk Review Boards, Executive Steering Committees, Technical Interchange Meetings, Integrated Product Team Meetings, And In-process Reviews.
capability To Maintain/update Software And Hardware Related Documentation, Specifications, And Operational Training Curriculum.
capability To Develop, Deliver, And Maintain Technical Data Packages (tdps).
capability To Develop And Maintain Zcs Baseline Configuration Definition Documents (cdds).
experience With Software Installation Aboard In-service And Shore Installations.
technical Team Support To The Fleet Via The Deployment Of Ship Riders.
integrated Activation And Testing, Including Test Plan Development, Test Sequencing, And Support.
facilities And Manpower To Manufacture, Integrate, Install, And Support Combat System Equipment On The Zumwalt Class.
facilities And Manpower To Support Land-based Integration, Testing, And Certification.
d.) These Potential Efforts Do Not Reflect Any Endorsement By The Department Of Defense Nor Do They Reflect Any Policy Considerations That May Apply To Any Given Concept (e.g., Basing Arrangements, Treaty Compliance, Etc.).
e.) This Sources Sought And Related Information Will Be Available Only Through The Internet At The Sam.gov Website (https://sam.gov/). The Government Will Not Provide Information In Response To Any Written, Telephone, Or Facsimile Requests.
f.) Distribution Of All Future Information About This Sources Sought Will Be Through The Sam.gov Website. Interested Parties Are Responsible For Monitoring The Sam.gov Website To Assure They Have The Most Up-to-date Information On This Notice. Please Visit Said Website And Faqs For Information And Assistance Regarding Any Downloading Or Other Issues.
Closing Date13 Jan 2025
Tender AmountRefer Documents
6461-6470 of 6682 archived Tenders