Printing Tenders
Printing Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n97113|fca|717-605-5834|amanda.r.hayward.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|inspection / Acceptance Point - Source|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@navy.mil|
note For Contractor/administrative Contracting Officer|3||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
annual Representations And Certifications (jan 2025)|13|335931|600||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
note: This Solicitation Contains 3 Line Items. Please Quote On All 3. The Award Will Be Based On Total Dollar Value, Not Individual Line Items.
government Source Inspection Per Far 52.246-2 Is Required.
delivery 90 Days.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Wrist Strap,esd,6 F .
2. Applicable Documents - Not Applicable
3. Requirements
3.1 Manufacturing And Design - The Wrist Strap,esd,6 F Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;p/n:09184 / Cage 1mh97; .
3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And
specifications As Follows:
Mechanical Parts, Assemblies And Equipments - Mil-std-130
Electrical And Electronic Parts - Mil-std-1285, Method 1.
Electrical And Electronic Parts And Assemblies Not Covered
By Mil-std-1285-use Mil-std-130.
Electronic Equipment - Mil-std-454 Requirement Number 67.
Electrical Equipment - Mil-p-15024/5 (ships)
3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973,
paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original
and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products.
If You Have A Problem Connecting To The Dodssp Website, Please Contact Either The Subscription Service Desk (215)697-2569, Or The Special Assistance Desk (215)697-2667. The Dodssp Customer Service Staff Is Available Every Business Day Between The Hours
of 7:30 Am And 4:00 Pm Eastern Time To Answer Your Questions Or Assist In Solving Any Problems You Might Encounter When Ordering From The Dodssp Collection Of Defense Specifications And Standards, Federal Specifications And Standards Used By Dod, And Other Dod
standardization Documents.
Mail Requests Should Be Submitted To:
Navy Publishing And Printing Service (subscriptions)
Building 4d
700 Robbins Ave.
Phildelphia, Pa. 19111
Attn: Dodssp
Requests Can Be Transmitted To Dodssp Via Fax Number (215)697-1462.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies.
C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
Commander, Indian Head Division, Naval Surface Warfare Center
Code 8410p, 101 Strauss Avenue
Indian Head, Md 20640-5035
d. Ordnance Documents (od) - Ordnance Documents May Be Obtained By Submitting A Request To:
Commanding Officer
Naval Surface Warfare Center Port Hueneme Div
Code 5a00
Port Hueneme, California 93043
e. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
f. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
Contracting Officer
Navicp-mech
Code 87321
5450 Carlisle Pike
P.o. Box 2020
Mechanicsburg, Pa. 17055-0788
g. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From:
Commanding Officer
Navicp-mech
Code 009
5450 Carlisle Pike
P.o. Box 2020
Mechanicsburg, Pa. 17055-0788
h. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
Naval Inventory Control Point
Code 1 Support Branch
700 Robbins Avenue
Phildelphia, Pa. 19111-5094
i. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
p/n:09184
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Wrist Strap, Esd,6 .
2. Applicable Documents - Not Applicable
3. Requirements
3.1 Manufacturing And Design - The Wrist Strap, Esd,6 Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;p/n:09187 / Cage:1mh97; .
3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And
specifications As Follows:
Mechanical Parts, Assemblies And Equipments - Mil-std-130
Electrical And Electronic Parts - Mil-std-1285, Method 1.
Electrical And Electronic Parts And Assemblies Not Covered
By Mil-std-1285-use Mil-std-130.
Electronic Equipment - Mil-std-454 Requirement Number 67.
Electrical Equipment - Mil-p-15024/5 (ships)
3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973,
paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original
and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products.
If You Have A Problem Connecting To The Dodssp Website, Please Contact Either The Subscription Service Desk (215)697-2569, Or The Special Assistance Desk (215)697-2667. The Dodssp Customer Service Staff Is Available Every Business Day Between The Hours
of 7:30 Am And 4:00 Pm Eastern Time To Answer Your Questions Or Assist In Solving Any Problems You Might Encounter When Ordering From The Dodssp Collection Of Defense Specifications And Standards, Federal Specifications And Standards Used By Dod, And Other Dod
standardization Documents.
Mail Requests Should Be Submitted To:
Navy Publishing And Printing Service (subscriptions)
Building 4d
700 Robbins Ave.
Phildelphia, Pa. 19111
Attn: Dodssp
Requests Can Be Transmitted To Dodssp Via Fax Number (215)697-1462.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies.
C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
Commander, Indian Head Division, Naval Surface Warfare Center
Code 8410p, 101 Strauss Avenue
Indian Head, Md 20640-5035
d. Ordnance Documents (od) - Ordnance Documents May Be Obtained By Submitting A Request To:
Commanding Officer
Naval Surface Warfare Center Port Hueneme Div
Code 5a00
Port Hueneme, California 93043
e. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
f. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
Contracting Officer
Navicp-mech
Code 87321
5450 Carlisle Pike
P.o. Box 2020
Mechanicsburg, Pa. 17055-0788
g. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From:
Commanding Officer
Navicp-mech
Code 009
5450 Carlisle Pike
P.o. Box 2020
Mechanicsburg, Pa. 17055-0788
h. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
Naval Inventory Control Point
Code 1 Support Branch
700 Robbins Avenue
Phildelphia, Pa. 19111-5094
i. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
p/n:09187
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Wrist Strap,esd,12 .
2. Applicable Documents - Not Applicable
3. Requirements
3.1 Manufacturing And Design - The Wrist Strap,esd,12 Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;p/n:09188 / Cage:1mh97; .
3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And
specifications As Follows:
Mechanical Parts, Assemblies And Equipments - Mil-std-130
Electrical And Electronic Parts - Mil-std-1285, Method 1.
Electrical And Electronic Parts And Assemblies Not Covered
By Mil-std-1285-use Mil-std-130.
Electronic Equipment - Mil-std-454 Requirement Number 67.
Electrical Equipment - Mil-p-15024/5 (ships)
3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973,
paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original
and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products.
If You Have A Problem Connecting To The Dodssp Website, Please Contact Either The Subscription Service Desk (215)697-2569, Or The Special Assistance Desk (215)697-2667. The Dodssp Customer Service Staff Is Available Every Business Day Between The Hours
of 7:30 Am And 4:00 Pm Eastern Time To Answer Your Questions Or Assist In Solving Any Problems You Might Encounter When Ordering From The Dodssp Collection Of Defense Specifications And Standards, Federal Specifications And Standards Used By Dod, And Other Dod
standardization Documents.
Mail Requests Should Be Submitted To:
Navy Publishing And Printing Service (subscriptions)
Building 4d
700 Robbins Ave.
Phildelphia, Pa. 19111
Attn: Dodssp
Requests Can Be Transmitted To Dodssp Via Fax Number (215)697-1462.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies.
C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
Commander, Indian Head Division, Naval Surface Warfare Center
Code 8410p, 101 Strauss Avenue
Indian Head, Md 20640-5035
d. Ordnance Documents (od) - Ordnance Documents May Be Obtained By Submitting A Request To:
Commanding Officer
Naval Surface Warfare Center Port Hueneme Div
Code 5a00
Port Hueneme, California 93043
e. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
f. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
Contracting Officer
Navicp-mech
Code 87321
5450 Carlisle Pike
P.o. Box 2020
Mechanicsburg, Pa. 17055-0788
g. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From:
Commanding Officer
Navicp-mech
Code 009
5450 Carlisle Pike
P.o. Box 2020
Mechanicsburg, Pa. 17055-0788
h. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
Naval Inventory Control Point
Code 1 Support Branch
700 Robbins Avenue
Phildelphia, Pa. 19111-5094
i. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
p/n:09188
Closing Date3 Mar 2025
Tender AmountRefer Documents
Bureau Of Fire Protection Armm Tender
Textile, Apparel and Footwear
Philippines
Description: Rfq- Printing Services: 2025 Fire Prevention Awareness Month For The Use Of Bfp Barmm , Printing Services ,bureau Of Fire Protection - Armm
Closing Soon3 Feb 2025
Tender AmountPHP 998.4 K (USD 17 K)
MUNICIPALITY OF INOPACAN, LEYTE Tender
Others
Philippines
Details: Description 1. The [local Government Unit Of Inopacan, Leyte], Through The [trust Fund Of The Department Of Health Credited To Landbank Under Name Municipality Of Inopacan-pbg, Appropriated For The Philippine Multisectoral Nutrition Project] Intends To Apply The Sum Of [eight Hundred Thirty Nine Thousand Five Hundred Fifty Eight Pesos Only (php 839,558.00)] Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The [procurement Of Measuring Equipments/instrument In Addition To Pmnp Input/support Package/ Procurement Of Food Supplies For Dietary Supplementation And Food Relief]. Bids And Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The [local Government Unit Of Inopacan, Leyte] Now Invites Bids For The [procurement Of Measuring Equipments/instrument In Addition To Pmnp Input/support Package/procurement Of Food Supplies For Dietary Supplementation And Food Relief]. 3. Delivery Of Goods Is Required [30 Calendar Days After Contract Signing]. Bidders Must Have At Least One (1) Contract That Is Similar To The Project To Be Bid. The Description On An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 4. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure Using A Non-discretionary “pass/fail” Criterion As An Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184 Otherwise Known As ‘government Procurement Reform Act”. 5. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, 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 And Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 6. Interested Bidders May Obtain Further Information From The [bids And Awards Committee Of Lgu – Inopacan, Leyte] And Inspect The Bidding Documents At The Address Given Below During [office Hours At 8:00 A.m. To 5:00 P.m.]. 7. A Complete Set Of Bidding Documents May Be Purchase By Interested Bidders From [january 29, 2025 To February 3, 2025, At The Address Provided Below. The Non-refundable Fee For These Documents Will Be Discussed During The Pre-bid Conference. Bids Must Be Delivered To The Address Below On Or Before [february 3, 2025 At 10:00 A.m.]. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In The Itb Clause 18.2. 8. Bid Opening Shall Be On [february 3, 2025 At 10:00 A.m.] At The [conference Room, New Municipal Building, Poblacion, Inopacan, Leyte]. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The [local Government Unit Of Inopacan, Leyte] Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Engr. Francis Jonathan B. Phua Bac Chairperson New Municipal Building Poblacion, Inopacan, Leyte – 6522 Contact No. (0997) 255-5525 (sgd) Engr. Francis Jonathan B. Phua Bac Chairperson Other Information: Project Description: Line-item No. 1- Procurement Of Measuring Equipments/instrument In Addition To Pmnp Input/support Package 1. Mobile Stadiometer For Measuring Height With Integrated Level - 6 Unit Specs: Simple And Easy To Set Up No Wall Fastening Large Floor Plate Ensures Stability; Result Warranty: 12 Months 2. Mechanical Hanging Scale - 21 Unit Specs: Product Of Uk Heavy Duty Hanging Scale Fully Brass Steel Needle, Spring Bar, Gear And Snut Igh Accuracy And Free Maintenance Accuracy: +/- 10g Capacity: 25 Kg Graduation: 100g 1 Set Panty Bag With 3-year Calibration Sticker Warranty: 12 Months 3. Measuring Tape - 50 Pcs Specs: Easy-to-read, Colour-coded Precise Results Measuring Range In Cm: 0-150cm Hygienic Disposable Measuring Tape Of Non-stretch Teflon Material 4. Aneroid Sphygmomanometer (adult Cuff) - 5 Pcs Specs: Protective Rubber Guard To Reduce Shocks Has Thicker Rubber Inflation Bag And Bulb Highly Durable Calibrated Velco Cotton Cuff Inside A Special Vinyl Zipper Case Heavy Duty Gauge Adult Size Cuff And Bag Thick Rubber Inflation Bag Stainless Inner Components 0-300mmhg Gauge With Rubber Protection Warranty: 12 Months 5. Aneroid Sphygmomanometer (pediatric Cuff) - 5 Unit Specs: Has Thicker Rubber Inflation Bag And Bulb Arm Circumference 18.4cm To 26.7cm Highly Durable Calibrated Velco Cotton Cuff Inside A Special Vinyl Zipper Case Heavy Duty Gauge Pediatric Size Cuff And Bag Stainless Inner Components 0-300mmhg Gauge With Rubber Protection Warranty: 12 Months 6. Aneroid Sphygmomanometer (infant Cuff) - 5 Unit Specs: Has Thicker Rubber Inflation Bag And Bulb For Arm Circumference 8cm To 25cm Highly Durable Calibrated Velco Cotton Cuff Inside A Special Vinyl Zipper Case Heavy Duty Gauge Infant Size Cuff And Bag Stainless Inner Components 0-300mmhg Gauge With Rubber Protection Warranty: 12 Months 7. Aneroid Sphygmomanometer (neonate Cuff) - 5 Unit Specs: Has Thicker Rubber Inflation Bag And Bulb For Arm Circumference 5cm To 20cm Highly Durable Calibrated Velco Cotton Cuff Inside A Special Vinyl Zipper Case Heavy Duty Gauge Neonate Size Cuff And Bag Stainless Inner Components 0-300mmhg Gauge With Rubber Protection Warranty: 12 Months 8. Non-contact Forehead Infrared Thermometer - 5 Unit Specs: Temperature (1 To 55⁰c/33.8 To 131.0⁰f) High Temperature Alarm Function Use Precision Infrared Probe Fahrenheit And Celsius Options Easy To Use Warranty: 12 Months 9. Stethoscope - 5 Unit Specs: Can Detect Low-frequency Lung Sounds Or High-frequency Heart Sounds Via The Flat Dual Head As Each Side Focuses On Different Sound Frequencies High Acoustic Sensivity Made With Stainless Steel "super Flex" Bin-aural Tubing Assembly And Color-coord Warranty: 12 Months 10. Fingertip Pulse Oximeter - 10 Unit Specs: Accurate Pulse Oximetry Measurements During Motion And Low Perfusion Dual Color Oled Screen Display Shows Pr, Rr, Spo2, Bar Graph Synchronous Heart Beat Mark And Pulse Beep Reliable Accuracy And Durability Simple Operation, Real-time Spot-checks Automatic Power-off Spo2 Measurement Range: 35~100% Resolution: 1% Pulse Rate Measurement Range: 35-250 Bpm Accuracy: ±2 Bpm Resolution: 1bpm Innovative Respiratory Rate (rr) Blood Perfusion Index Performance Range: 0.2~20% Resolution:0.1% Low Perfusion Performance Pi >= 0.4% : Spo2 And Pr Can Be Detected Correctly; Pi < 0.4% : Unspecified Default Alarm Setting Spo2 Alarm Threshold: 90% Pr Alarm High Threshold: 120bpm Pr Alarm Low Threshold: 50bpm Warranty: 12 Months 11. Adult Hospital Patient Gown - 100 Pcs Size: Xxxl Printed Design Light Color Cotton/reusable 12. Mechanical Baby Scale With Sliding Weights - 1 Unit Capacity: 32 Lbs, 16 Kg Graduation: 1/4 Oz, 5g Dimensions: (wxhxd): Dimensions: (wxhxd): Dimensions/tray (wxhxd): 21.7 X 4.3 X 10.6"/ 550 X 110 X 270mm Weight: 14.1 Lbs/6.4kg Functions/accessories: Reset-to-zero Function Warranty: 12 Months Line-item No. 2- Procurement Of Food Supplies For Dietary Supplementation And Food Relief 1. Nutri-med Cookies, 80mg Exp: 2025-2027 - 900 Pcs 2. Mum (pregnant Women), Lns-sq 20g - 266 Pcs 3. Nutripack Rice Porridge (champorado Flavor) Exp: 2026-2027 - 3,387 Pcs 4. Nutripack Rice Porridge (burger Steak Flavor) Exp: 2026-2027 - 1,329 Pcs 5. Nutripack Rice Porridge (chicken Flavor) Exp. 2026-2027 - 1,329 Pcs 6. Nutripack Rice Porridge (kaldereta Flavor) Exp: 2026-2027 - 1,326 Pcs 7. Nutripack Rice Porridge (beef Flavor) Exp: 2026-2027 - 1,029 Pcs 8. Fresh Egg - 7,200 Pcs 9. Nutributter Exp: 2026-2027 - 2,200 Pcs 10. Nutricookies Cinnamon 60g Exp: 2026-2027 - 440 Pcs 11. Nutricookies Peanut 60g Exp: 2026-2027 - 440 Pcs 12. Nutrimilk Fortified With Dha (original Flavor) Exp: 2026-2027 -3,600 Pcs 13. Nutrimilk Fortified With Dha (choco Flavor) Exp: 2026-2027 - 3,600 Pcs 14. High Energy Biscuit - 303 Pcs
Closing Soon3 Feb 2025
Tender AmountPHP 839.5 K (USD 14.3 K)
MUNICIPALITY OF LANTAPAN Tender
Machinery and Tools
Philippines
Details: Description Name Of The Procuring Entity: Project Reference Number: Pr # 100-2025-01-92 Municipality Of Lantapan Name Of The Project: Standard Form Number: Sf-good-60 Purchase Of Rescue Equipments For Mdrrmo Use Revised On: May 24, 2004 Standard Form Title: Request For Quotation Location Of The Project: Lgu Lantapan, Bukidnon Date: _____________________ __________________________________ Quotation No. : 2025-01-039 (company Name) __________________________________ (address) Please Quote Your Lowest Price On The Item/s Listed Below, Inclusive Of Tax, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than _______________________________ Together With The Following Valid Documents: 1) Business Permit; 2) Philgeps Registration Number; And 3) Omnibus Sworn Statement. Engr. Jessell S. Pacturan Procurement Officer Note: 1. All Entries Must Be Typewritten 2. Project Duration Is 10 Calendar Days 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of ____________ Calendar Days 5. G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. Abc = Php 100,000.00 Item No. Unit Item & Description Quantity Unit Price Amount 1 M Prusik Rope (50m) 1 2 Roll Throw Bag (30m) 2 3 Roll Floating Rope 1 4 Bag Responders Kit 2 5 Pcs Wet Suite (small) 2 6 Pcs Wet Suite (xl) 2 7 Pair Rescue Gloves 3 Total: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Brand And Model : _________________________________ Delivery Period: _________________________________ Warranty: _________________________________ Canvasser: Price Validity: _________________________________ __________________________________ Printed Name/signature Jovel Rey A. Vacalares __________________________________ Tel. No./cellphone No.
Closing Soon3 Feb 2025
Tender AmountPHP 100 K (USD 1.7 K)
BICOL REGIONAL HOSPITAL AND MEDICAL CENTER Tender
Others
Philippines
Details: Description "republic Of The Philippines Bicol Center For Health Development Bicol Regional Hospital And Medical Centeral Daraga, Albay" Request For Quotation Form Code: Fm-adm-bac-05 Effectivity: September 28, 2022 Revision: 1 Company Name: ___________________________________________ Date: January 27, 2025 Address: ___________________________________________ Quotation No. : N-25-01-031 Tin Number: ___________________________________________ Jr# 2025-01-002 Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Representative In Sealed Envelope Not Later Than January 31, 2025 At 9:00 Am. Mary Nathalie M. Cadag, Cpa, Mba Bac, Chairperson Telefax No.:(052) 483-0016/483-0015 After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item# Abc Item And Description Quantity Unit Unit Price Request For Provision Of Venue & Catering Services For The Conduct Of Pgs Strategy Review On February 6-7, 2025 130,000.00 February 6. 2025 130 Pax Menu: Am Snack: Bihon Guisado, Iced Tea Lunch: Honey Glazed Chicken, Fish Tempura With Tartar Sauce, Chopsuey Chocoloate Mouse, Crab And Corn Soup, Cucumber Lemonade Pm Snack:ham And Cheese Sandwich, Iced Tea 130,000.00 February 7, 2025 130 Pax Menu: Am Snack: Palabok, Iced Tea Lunch: Grilled Porkchop With Mushroom Gravy, Buttered Garlic Fish Fillet, Roasted Vegetables, Tocino Del Cielo, Salmon Sinigang, Blue Lemonade Pm Snack:grilled Cheese Sandwich, Iced Tea Inclusion: Free Flowing Coffee, Penauts/pica-pica, Water With Dispenser And Table Skirting Requirements To Be Attached Upon Submission Of Request For Quotation: A. Updated Mayors Permit B. Updated Philgeps Certificate Of Registration And Membership C. Tax Clerance D. Itr 260,000.00 (qmu) Signature Over Printed Name Canvasser Contact No/s. Date Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Bidders May Quote For Any Or All The Items. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered Within ___ Calendar Days From Receipt Of Purchase Order. 9. Bidders Must Be Registered In The Phil-geps. 10. The Brhmc Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Brhmc Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It.
Closing Soon3 Feb 2025
Tender AmountPHP 260 K (USD 4.4 K)
DEPT OF THE NAVY USA Tender
Others
United States
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
stop-work Order (aug 1989)|1||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a||||||
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
annual Representations And Certifications (jan 2025)|13|335999|600||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
a Material Irpod Is Available At The Bpmi Website.
please Specify (if Other Than 60 Days) ______________ Days.if You Are Submitting Your Quote Via Email Or Neco,please Specify The Number Of Days Pricing Is Valid.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be 'issued' By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein.
\
1. Scope
1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence.
2. Applicable Documents
2.1 Applicable Documents;
There Are No Technical Documents; Such As, Drawings, Technical Data, Etc. Associated To This Solicitation/award, The Part Number/catalog Number Cited In The Requirements Section Is Fully Descriptive.
3. Requirements
3.1 Manufacture And Design - The Led Sngl Fixture Furnished Under This Contract/purchase Order Shall Meet The Requirements As Specified In The Ordering Data Listed Herein And Throughout The Contract/purchase Order.
(1). Design, Material And Dimensions To Be In Accordance With:
a. Manufacturer: ;energy Focus, Inc. (1bd15); .
b. Drawing: ;; .
c. Piece Number: ;; .
Revision: ;; .
d. Part Number: ;efo-x021-331.1-49
the Following Is An Approved, Alternate Part:
progressive Engineering Technologies (cage 8txw6)
part Number: Pet-x021-331.1-49;
.
e. Catalog Number ;; .
(2). The Following Requirements Apply:
a. Exclusion Of Mercury Requirements Are Cited In The Additional Technical Documentation Located Within Section "c" Of The Contract/purchase Order.
b. ;led Single Lamp Fixture, High Temp, 10w, 24", Sym 331.1sslht; .
3.2 Navsup Wss-mech Code N94 Additional Technical Documentation
order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004
a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of
any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows:
1. Amendments To The Purchase Order/contract
2. Schedule Of Supplies Of The Purchase Order/contract.
3. Terms And Conditions Of The Purchase Order/contract.
4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable.
5. Any Invoked Standard Technical Requirements (strs).
6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable.
7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable.
b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents:
1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval
for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided.
2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later.
c. Use Of Document Revisions In Their Entirety:
1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document).
d. Vendor Waiver/deviations On Critical Contracts.
1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected.
2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation
is Submitted Or Prior To Manufacture.
3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With
your Request.
4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or
replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation.
5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided.
6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within
five Working Days After Receipt.
e. Exclusion Of Mercury
1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract.
4. Quality Assurance
4.1 Quality Assurance Requirements- The Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein.
records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract.
5. Packaging
5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts
applies.
(1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing,
and Marking.
requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc.
(a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States,
"components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)".
(2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply:
(a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other
requirements Identified Within The Irpod.
the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods.
(b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements
for The Use Of Green Poly Bags, Then They Are Required And Take Precedence.
(4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From:
contracting Officer
navsup Wss-mech
code N943
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On
post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document.
2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents.
6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of
abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423.
block A: Is The Actual Contract Line Item No.
block B: Is The Actual Collective Physical List Of The Deliverable Item(s)
Which Are Part Of The Total Requirement Of The Contract/purchase
Order.
block C: Is The Category Of Data Required, Tdp Is Defined
In Mil-t-31000. Tm Is Defined In Part 1x, Section B
Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's
Included In Our Solicitations Meet The Requirement Of Tdp As
Navsup-wss Does Not Regularly Purchase Only Technical Manuals
Without Purchasing Hardware And Related Tdp Software. Therefore,
Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp.
block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item
Being Purchased.
block E: Is The Purchase Request Number, Request For Proposal Number,
Invitation For Bid Number Or Another Number For Tracking And
Monitoring Purposes.
block F: Is The Successful Offerors Name And Or Cage Code.
block G: Is The Name Of The Individual And Or The Code/activity Of The
Individual Who Prepared The Dd Form 1423 And Included The
Requirement In The Technical Data Package (tdp).
block H: Self Explanatory.
block I: Is The Name And Signature Of The Individual Who Approved The Content
And The Need For Inclusion Of The Dd Form 1423 In The Tdp.
block J: Self Explanatory.
block 1: Is The Exhibit Line Item Number (elin).
block 2: Is The Title Of The Data Item Cited In Block 4.
block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If
The Title Requires Clarification.
block 4: Is The Actual Data Item Description (did) Number Or The Actual
Technical Manual Contract Requirements Number. In The Event
The Dd Form 1423 Is Requiring A Technical Manual The Numbered
Tmcr Will Be An Attachment To The Contract/purchase Order.
block 5: Is The Section And Paragraph Area, Where The Requirement
Statement For The Dd Form 1423 Will Be Found.
block 6: Is The Activity That Will Inform The Contractor Of Approval,
Conditional Approval Or Disapproval Of The Deliverable Item.
block 7: Is A Code Which Designates Authority For Inspection And
Acceptance Of The Deliverable Item. The Definition Of The
Codes Is As Follows:
Dd Form 250 Code Inspection Acceptance
Ss (1) (2)
Dd (3) (4)
Sd (1) (4)
Ds (3) (5)
Lt (6) (7)
No (8) (8)
Xx (9) (9)
(1) Inspection At Source.
(2) Acceptance At Source.
(3) No Inspection Performed At Source. Final Inspection
Performance At Destination.
(4) Acceptance At Destination.
(5) Acceptance At Source. Acceptance Based On Written
Approval From The Contract Officer.
(6) Letter Of Transmittal Only. Lt Should Not Be Used When
Inspection Is Required. The Data Is Sent By The
Contractor Directly To The Personnel Listed In Block 14
Of The Dd Form 1423. Lt Is Used When The Contracting
Agency Does Not Desire To Have A Dd Form 250 For Each
And Every Piece Of Data Developed By The Contractor.
The Only Other Authorized Use Of Lt Is The Special
Case Where The Contracting Agency Does Not Desire To
Have Separate Dd Forms 250 But Desires To Have A
Government Quality Assurance Representative Perform
Inspection. The Government Quality Assurance
Representative Shall Be Listed On The Distribution
In Block 14 And Requested To Provide Comments Via
The Quality Assurance Letter Of Inspection.
Use Of The Symbol Lt Is Not Authorized For Data Comprising
Final Delivery Of Technical Data Package Of For Technical
Manuals. (lt May, However, Be Used For Delivery Of
Preliminary Tdp's Or Tm's).
(7) As Specified In Block 8 Of The Dd Form 1423.
(8) No Inspection Or Acceptance Required. No Dd Form 250 Or
Letter Of Transmittal Required.
Use Of The Symbol No Is Not Authorized For Data Comprising
Technical Data Packages Or For Technical Manuals.
(9) Inspection And Acceptance Requirements Specified Elsewhere
In The Contract.
block 8: Is The Approval Code - Items Of Critical Data Requiring
Specific Advanced Written Approval Prior To Distribution Of
The Final Data Item Will Be Identified By Placing An "a"
In This Field. This Data Item Requires Submission Of A
Preliminary Draft Prior To Publication Of A Final Document.
When A Preliminary Draft Is Required, Block 16 Of The Dd
Form 1423 Will Show Length Of Time Required For Government
Approval/disapproval And Subsequent Turn-around Time For The
Contractor To Resubmit The Data After Government
Approval/disapproval Has Been Issued. Block 16 Will Also
Indicate The Extent Of The Approval Requirements, E.g.,
Approval Of Technical Content And/or Format.
block 9: Is The Distribution Statement Code Which Explains How The
Government Can Circulate The Deliverable Item. The Definition
Of Codes A, B, C, D, E, Or F Is As Follows:
A. Distribution Of The Item Is Unrestricted.
B. Distribution Of The Item Is Limited To Agencies Only.
C. Distribution Of The Item Is Limited To Contractors With
A Cage Code And Have A Dd Form 2345 On File With The
Dla Logistics Information Services (dlis) Battle Creek,
Mich. Or Government Activities.
D. Distribution Of The Item Is Limited To Dod Activities
And Dod Contractors Only.
E. Distribution Of The Item Is Limited To Dod Components
Only.
F. Distribution Of The Item Is Restricted From Foreign
Nations And Foreign Nationals.
block 10: Is The Frequency Which The Deliverable Item Is Expected To
Be Delivered To The Government. The Abbreviations And
Their Meaning.
Annly Annually
Asgen As Generated
Asreq As Required
Bi-mo Every Two Months
Bi-we Every Two Weeks
Daily Daily
Dfdel Deferred Delivery
Mthly Monthly
One/r One Time With Revisions
Qrtly Quarterly
Semia Every Six Months
Wekly Weekly
Xtime Number Of Times To Be Submitted
(1time, 2times...9times)
Use Of These Codes Requires Further Explanation In Block 16
To Provide The Contractor With Guidance Necessary To Accurately
Price The Deliverable Data Item.
Other Abbreviations Not Appearing On The Above List May On
Occasion Be Used In Block 10 Of The Dd Form 1423. When Other
Abbreviations Are Used They Will Be Fully Explained In Block 16
Of The Dd Form 1423.
block 11: Is The Last Calendar Date, Expressed In Year/month/day
Format, The Deliverable Item Is To Be Received By The
Requiring Office Cited In Block 6 Of The Dd Form 1423
For An Item With A Block 10 Entry Indication A Single
Delivery. If The Item Is To Be Submitted Multiple
Times, The Number Stated Is The Number Of Calendar Days
After The Frequency Cited In Block 10 The Item Is To Be
Received By The Requiring Office Cited In Block 6 Of The
Dd Form 1423. On Occasion The Deliverable Item Will Be
Required To Be Submitted Prior To The End Of The Frequency
Cited In Block 6. In That Event The Requirement Will Be
Fully Explained In Block 16 Of The Dd Form 1423.
block 12: Is The Date Of First Submission Of The Deliverable Item To
The Requiring Office (block 4) Expressed In
Year/month/day Format. The Abbreviations And Their
Meaning Are As Follows:
Asgen As Generated
Asreq As Required
Dac Days After Contract Date
Dfdel Deferred Delivery
Eoc End Of Contract
Eom End Of Month
Eoq End Of Quarter
Specific Instructions For These Requirements Will Be Provided In
Block 16. If The Deliverable Item Is Constrained By A Specific
Event Or Milestone The Constraint Will Be Fully Explained In Block 16
Of The Dd Form 1423. "as Generated", "as Required", And "deferred
Delivery" Will Always Be Fully Explained In Block 16.
block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After
The Initial Submission. Subsequent Submission Is Only Used To
Indicate The Specific Time Period. The Data Is Required When
Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is
Required. This Does Not Apply To Resubmission Of A Deliverable
Item That Has Been Reviewed By The Requiring Office And Determined
To Be Only Conditionally Acceptable Or Unacceptable.
block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To
Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full
Name, Address (including Code) Will Be Specified. That Specific
Information Will Be Located In Block 16 Of The Dd Form 1423.
block 14b: Is The Number Of Copies Of Draft And Or Final Copies To
Be Submitted. When Final "repro" Copies Are To Be Submitted
Block 16 Will Clarify The Type Of Repro Copies Required.
(e.g., Vellum, Negative, Etc.)
block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required
By Block 14.
block 16: Is The Block Used To Provide Additional Or Clarifying Information
Blocks 1 Through 15. This Block Is Also The Only Area Used To
Tailor The Document Listed In Block 4. Only Deletions To The
Minimum Requirements Stated In The Document In Block 4 Are
Allowed. Block 16 May Also Be Used To Specify The Medium For
Delivery Of The Data.
block 17: Is The Block Where The Bidder Or Offeror Is To Enter The
Appropriate Price Group. The Price Groups Are Defined As Follows:
A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This
Type Of Data To Perform The Rest Of The Contract. Price
Would Be Based On Identifiable Direct Costs, Overhead, General
And Administrative (g&a) And Profit.
B. Group Ii - Data Essential To Contract Performance Which Must Be
Reworked Or Amended To Conform To Government Requirements.
The Price For Data In This Group Would Be Based On The Direct
Cost To Convert The Original Data To Meet Government Needs And
To Deliver It, Plus Allocable Overhead, G&a And Profit.
C. Group Iii - Data Which The Contractor Must Develop For His Own
Use And Which Requires No Substantial Change To Conform To
Government Requirements Regarding Depth Of Content, Format,
Frequency Of Submittal, Preparation, And Quality Of Data. Only
The Costs Of Reproducing, Handling And Delivery, Plus Overhead,
G&a And Profit, Are Considered In Pricing Data In This Group.
D. Group Iv - Data Which The Contractor Has Developed As Part
Of His Commercial Business. Not Much Of This Data Is Required
And The Cost Is Insignificant. The Item Should Normally
Be Coded "no Charge." An Example Is A Brochure Or Brief Manual
Developed For Commercial Application Which Will Be Acquired
In Small Quantities, And The Added Cost Is Too Small To Justify
The Expense Of Computing The Charge That Otherwise Would Go
With The Acquisition.
block 18: Enter The Total Estimated Price Equal To That Portion Of The Total
Price Which Is Estimated To Be Attributable To The Production
Or Development For The Government Of That Item Of Data. The
Entry "n/c" For "no Charge" Is Acceptable.
date Of First Submission=eoc
submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock
number And Item Nomenclature Specified In The Schedule Of Supply/services.
di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control
number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev).
Closing Date3 Mar 2025
Tender AmountRefer Documents
Caraga State University Tender
Publishing and Printing
Philippines
Description: Rfq - Provision Of Office Supplies - Ict For The Operation Of Bookshoppe And Marketing Center. Brf-161-25-01-012 , Printing Supplies ,caraga State University
Closing Soon3 Feb 2025
Tender AmountPHP 65 K (USD 1.1 K)
Oriental Mindoro Tender
Publishing and Printing
Philippines
Details: Description Rfq No. 2025-_____ Date_____________ Request For Quotation (supply And Delivery Of Office Supplies 1stqtr 2025) The Municipal Government Of Pinamalayan Hereinafter Referred To As “the Purchaser”, Through Its Bids And Awards Committee (bac), Invite Interested Parties To Submit Price Quotation For The Supply And Delivery Ofoffice Supplies 1st Qrt 2025through Shooping (sec. 52.1, Irr Of R.a. No. 9184)with Approved Budget For The Contract (abc) Of Seventy Ninethousandnine Hundred Sixty Five Pesos (p79,965.00) Item/ Lot No. Quantity Units Item Description Abc 1 2 3 4 121 120 6 7 Reams Reams Bottles Bottles Coupon Bond (long) S-20 Coupon Bond (a4) S-20 Ink 003 (black) Ink 003 (colored) Php79,965.00 All Items Listed Under The Purchaser’s Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements Will Result To Rejection. Likewise, It Is Understood That Purchaser’s Specifications Are Minimum Requirements. The Bidder/supplier May Offer Higher Specifications Or Additional Items, If Any. Procurement Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act No. 9184 (government Procurement Reform Act). It Is The Intent Of The Purchaser To Evaluate The Quotation For Each Item/lot And Compare It With Other Bids/quotation Separately And Recommend For Contract Award Separately.contract Award Will Be Made To The Lowest Evaluated Quotation, Per Item/lot, Meeting Purchaser’s Technical Specifications. Likewise, In Accordance With Section 54.6 And Appendix A Of Annex "h" (consolidated Guidelines For The Alternative Methods Of Procurement) Of The Irr Of Ra No. 9184, The Supplier Shall Provide The Following Documentary Requirements As A Condition For Award Of The Contract: 1. Mayor’s Permit 2. Philgeps 3. Omnibus Sworn Statement Your Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site If The Contract Is Awarded. All Quotations May Be Typewritten Or Handwritten And May Be Placed In Sealed Envelope Marked Supply And Delivery Office Supplies 1st Qtr 2025 Through(rfq No. _____________) And Must Be Delivered/submitted On ______________at The Bac Secretariat Office, 2f Main Building, Municipal Compound, Pinamalayan, Oriental Mindoro. Quotations Shall Be Valid For Thirty (30)calendar Days From The Deadline Of Submission Of The Same. The Delivery Period Shall Be Within Thirty(30) Calendar Days From Receipt Of The Purchase Order (po). The Supplier Should Inform The Purchaser At Least A Day Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. Delivery Site:pinamalayan Municipal Police Station The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Portion For Every Day Of Delay.the Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. The Prospective Supplier Shall Submit The Following: A) Duly Accomplished Quotation Form (annex A); And B) Brochures Of The Items Offered, If Any. The Municipal Government Of Pinamalayanreserves The Right To Accept Or Reject Any Quotation, And To Annul The Procurement Process And Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier Or Suppliers. Municipal Government Of Pinamalayanalso Reserves The Right To Waive Any Required Formality In The Proposals Received, And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. Carlito M. Mejico, Cpa, Reb Municipal Assessor Bac Chairperson Annex A (rfq No. _____________) Quotation Form ____________________ Date The Chairperson Bids And Awards Committee Municipal Government Of Pinamalayan Madrid Blvd., Zone Ii, Pinamalayan, Oriental Mindoro Sir/madam: Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliverthe Following Items (with Our Unit Prices And Total Price): Item/lot No. Item Description No. Of Units Unit Price Total Price 1 2 3 4 Coupon Bond (long) S-20 Coupon Bond (a4) S-20 Ink 003 (black) Ink 003 (colored) Reams Reams Bottles Bottles Grand Total Note: Purchaser’s Specifications Are Minimum Requirements. The Bidder/supplier May Offer Higher Specifications Or Additional Items, If Any. All Items Shall Be Covered By At Least One (1) Year Warranty On Parts And Labor. (attach Additional Sheets If Necessary) We Undertake, If Our Quotation Is Accepted To Supply And Deliver The Above Goods Within Ten (10) Days From The Receipt Of Purchase Order (po). We Agree To Abide By This Quotation For A Period Of Thirty (30) Days After The Dated Deadline Of Submission Specified In Your Rfq. We Understand That Payment For Items Delivered And Installed Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered And Installed. Canvassed By: __________________________________________ Supplier’s/authorized Representative Signature Over Printed Name Designation: __________________________________________ ________________________ Name Of Company:_____________________________________ ____________________________ Address: _____________________________________________ Contact No.: __________________________________________ Tax Identification Number (tin): _________________________ Philgeps Registration Number: ___________________________
Closing Soon3 Feb 2025
Tender AmountPHP 79.9 K (USD 1.3 K)
Department Of Education Division Of Quezon Tender
Others
Philippines
Details: Description Bids And Awards Committee Rfq No. 2025-07-rfqs Date: January 28, 2025 Request For Quotation The Department Of Education, Division Of Quezon, Through Its Bids And Awards Committee (bac), Will Undertake An Alternative Method Of Procurement Through Small Value Procurement For The “supply Of Food, Venue And Accommodation For The Conduct Of Training Titled Streamlining Financial Processing: Dv, Ors And Cash Management” In Accordance With Section 53.9 Of The Implementing Rules And Regulations Of Republic Act No. 9184 Name Of Project : Supply Of Food, Venue And Accommodation For The Conduct Of Training Titled Streamlining Financial Processing: Dv, Ors And Cash Management Approved Budget For The Contract : One Hundred Fifty Eight Thousand Pesos & 00/100 (php 158,000.00) Specifications : See Attached Annex “b” For The Technical Specifications Location : Talipan, Pagbilao, Quezon Delivery Term : 7 Cd Upon Receipt Of Purchase Order Interested Suppliers Are Required To Submit Their Valid And Current Mayor’s Permit, Income/business Tax Return (for Abcs Above Php500k), Philgeps Registration, Dti Or Sec Registration, Bir Certificate Of Registration And Original Notarized Omnibus Sworm Statement, And Original Special Power Of Attorney Of The Owner Or All Members Of The Joint Venture Giving Full Power And Authority To Its Officer Or Designated Person To Sign The Oss And Do Acts To Represent The Bidder, Upon Submission Of Quotation. Award Of Contract Shall Be Made To The Lowest Quotation, Which Complies With The Minimum Description As Stated Above And Other Tems And Conditions Stated In The Price Quotation Form. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If There Are Signed Or Initialed By The Bidder Or His/her Duly Authorized Representative/s. Submission Of Quotation And Eligibility Documents Is On Or Before 3:00 P.m. Of February 3, 2025 At Deped, Division Of Quezon, Talipan, Pagbilao, Quezon. Please Submit Your Quotation In A Sealed Envelope Addressed To: Joepi F. Falqueza Bac Chairman Deped, Division Of Quezon Talipan, Pagbilao, Quezon You May Also Download The Quotation Form At Www.depedquezon.com.ph. For Inquiries, You May Contact Us At Tel. No. 042-784-0366 And Look For Hilariona E. Coronado. Very Truly Yours, Joepi F. Falqueza Bac Chairman Approved Budget For The Contract Project Description Item No. Item Description Unit Quantity Unit Cost (php) Total Cost (php) Supply Of Food, Venue And Accommodation For The Conduct Of Training Titled Streamlining Financial Processing: Dv, Ors And Cash Management Feb. 6-7, 2025 Feb 6, 2025 Food/venue/accommodation Food: Breakfast, Am Snack, Lunch, Pm Snacks & Dinner Feb 7, 2025 Food/venue/accommodation Food: Breakfast, Am Snack, Lunch, Pm Snacks & Dinner Pax Pax 38 38 2000.00 2000.00 76,000.00 76,000.00 Grand Total 152,000.00 Annex “c” Price Quotation Form _______________________ Date The Bids And Awards Committee Deped, Division Of Quezon Talipan. Pagbilao, Quezon Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s, As Follows: Project Description Item No. Item Description Unit Quantity Unit Cost (php) Total Cost (php) Supply Of Food, Venue And Accommodation For The Conduct Of Training Titled Streamlining Financial Processing: Dv, Ors And Cash Management Feb. 6-7, 2025 Feb 6, 2025 Food/venue/accommodation Food: Breakfast, Am Snack, Lunch, Pm Snacks & Dinner Feb 7, 2025 Food/venue/accommodation Food: Breakfast, Am Snack, Lunch, Pm Snacks & Dinner Pax Pax 38 38 Grand Total Total Amount In Words ____________________________________________________________________________________________________________________________________________________________________________________ _____________________________________ Signature Over Printed Name Of Bidder Annex “d ” Technical Specifications Bidders Must State Here Either “comply” Or Any Equivalent Term In The Column “bidder’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each “specification”. Project Description Item No. Item Description Statement Of Compliance Supply Of Food, Venue And Accommodation For The Conduct Of Training Titled Streamlining Financial Processing: Dv, Ors And Cash Management Feb. 6-7, 2025 Feb 6, 2025 Food/venue/accommodation Feb 7, 2025 Food/venue/accommodation 1. Foods Day 1: Feb. 6, 2025 – Breakfast, Am & Pm Snacks, Lunch & Dinner -38 Pax Day 2: Feb. 7, 2025 – Breakfast, Am & Pm Snacks, Lunch & Dinner -38 Pax Assisted Buffet • Breakfast – Rice , 2 Viands, Fresh Fruits , Bread And Butter And Coffee • Morning Snacks- Snacks And 250 Ml Drinks Or Juice • Lunch – Rice, Vegetables, 2 Viands , Soup , Dessert & 250 Ml Drinks • Afternoon Snacks- Snacks And 250 Ml Drinks Or Juice • Dinner – Rice, Vegetables, 2 Viands , Soup , Dessert & 250 Ml Drinks • Free Flowing Purified Water And Coffee • Flexibility Of Menu To Accommodate Guest With Preference In Food Due To Religious Belief And Health Conditions 2. Session Hall (day 1-2) • Provision Of One (1) Plenary Hall • Provision Of 2 Overhead Projectors • Provision Of 3 Microphones • Provision Of Two 4x6 Tarpaulin • Fully Air-conditioned Hall • With Reliable Internet Service • With Excellent Sound System • Provision Of Extra Extension Cords 3. Room Accommodation Day 1: Feb. 6, 2025 – 38 Pax Day 2: Feb. 7, 2025 – 38 Pax • Fully Airconditioned Rooms • Provision Of Rooms For Participants Preferably 2-4 Pax In A Room For 2 Nights • With Bottled Water And Individual Personal Kit (bath Towel, Toothpaste, Toothbrush, Shampoo, Bath Soap) For The Entire Duration Of The Event • Provision Of Rooms For Facilitators Preferably 2 Pax In A Room For 2 Nights. Other Inclusions: • With Available Front Desk Personnel 24/7 • With Daily Supply Of Toiletries • With Facilities For Disabled Guest • With Clean Comfort Rooms And Continuous Water Supply • Provision Of Vehicle To Transport Guest To The Hospital In Case Of Emergency • With Safe, Secured Premises And Wide Parking Area • With Electrical Generator System • Single Compound Area That Can Accommodate The Total Number Of Participants • Location Shall Be Within Lucena City ** And In Case The Service Provider Need To Transfer The Participants To Another Venue/accommodation Due To Unforeseen Events, They Must Ensure The Following: 1) The Choice Of Venue/accommodation Must Still Follow The Details Required In The Contract; 2) Additional Cost If Any For The Transfer Of Accommodation To Other Hotels Will Be Shouldered By The Service Provider, Including The Shuttle Service To & From The Venue. I Hereby Certify To Comply With All The Above Technical Specifications. _______________________ _______________________________________ __________________ Name Of Bidder Signature Over Printed Name Of Representative Date Checklist Of Eligibility And Technical Documents For Submission Class “a” Documents 1. Legal Documents • Philgeps Registration • Mayor’s/business Permit • Dti Or Sec Registration • Bir Certificate Of Registration (line Of Business Shall Be Relevant To The Kind Of Goods Or Services To Be Supplied) • Income/business Tax Return (for Abcs Above 500k) 2. Technical Documents • Notarized Omnibus Sworn Statement • Authority Of The Signatory (special Power Of Attorney Or Secretary’s Certificate), If Applicable Class “b” Documents • Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of The 2016 Revised Irr, If Applicable Notes: 1. All Documents Must Be Prepared In Two (2) Sets Of Copies, One (1) Original Copy And One (1) Photocopy 2. The Proposal Shall Be Accompanied By The Aforementioned Documents, Otherwise, Non-submission Of Which Shall Result To Disqualification Of Proposal. 3. Documents Must Be Fastened To Avoid Missing Of Pages And Must Be Have Ear Tags For Easy Identification
Closing Soon3 Feb 2025
Tender AmountPHP 158 K (USD 2.6 K)
1241-1250 of 5635 active Tenders