Security Guard Tenders

Security Guard Tenders

DEPARTMENT OF SCIENCE AND TECHNOLOGY REGION IV A Tender

Manpower Supply
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 1.9 Million (USD 34.1 K)
Details: Description 1. The Dost Calabarzon, Through The General Appropriations Act 2023 Intends To Apply The Sum Of One Million Nine Hundred Ninety-four Thousand Four Hundred Forty-eight And 96/100 Pesos Only (php 1,994,448.96) Being The Abc To Payments Under The Contract For Provision Of Fy 2025 Security Manpower Services For Dost Calabarzon Compound, Psto Cavite & Psto Rizal, Negotiated Bidding (project 2024-03b). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dost Calabarzon Now Invites Bids For 7 Security Guards. Delivery Of The Goods Is Required Within Twelve Months (12). Bidders Should Have Completed, Within Five (5) 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, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Dost Calabarzon And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, As Follows: 500,000.00 And Below – P 500.00 More Than 500,000.00 Up To 1 Million – P 1,000.00 More Than 1 Million Up To 5 Million - P 5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Email. 6. The Dost Calabarzon Will Hold A Pre-bid Conference On 9:30am January 30, 2025 Thru Zoom, Which Shall Be Open To Prospective Bidders. For Further Details/queries Email To Dost4abac@gmail.com. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30am February 7, 2025. 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. 9. Bid Opening Shall Be On 9:40am February 7, 2025 At Dost Calabarzon, Jamboree Road, Timugan, Los Baños, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Dost Calabarzon 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Secretariat Bac Secretariat Department Of Science And Technology, Region Iv-a Jamboree Road, Timugan, Los Baños, Laguna Dost4abac@gmail.com (049) 536 5013 / 5005 Http://region4a.dost.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://region4a.dost.gov.ph

DEPARTMENT OF SCIENCE AND TECHNOLOGY REGION IV A Tender

Manpower Supply
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 1.9 Million (USD 34.3 K)
Details: Description 1. The Dost Calabarzon, Through The General Appropriations Act 2023 Intends To Apply The Sum Of One Million Nine Hundred Ninety-four Thousand Four Hundred Forty-eight And 96/100 Pesos Only (php 1,994,448.96) Being The Abc To Payments Under The Contract For Provision Of Fy 2025 Security Manpower Services For Dost Calabarzon Compound, Psto Cavite & Psto Rizal, Second Bidding (project 2024-03a). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dost Calabarzon Now Invites Bids For 7 Security Guards. Delivery Of The Goods Is Required Within Twelve Months (12). Bidders Should Have Completed, Within Five (5) 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, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Dost Calabarzon And Inspect The Bidding Documents At The Address Given Below During 8:00am To 4:30pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, As Follows: 500,000.00 And Below – P 500.00 More Than 500,000.00 Up To 1 Million – P 1,000.00 More Than 1 Million Up To 5 Million - P 5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Email. 6. The Dost Calabarzon Will Hold A Pre-bid Conference On 9:30am December 27, 2024 Thru Zoom, Which Shall Be Open To Prospective Bidders. For Further Details/queries Email To Dost4abac@gmail.com. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30am January 10, 2025. 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. 9. Bid Opening Shall Be On 9:40am January 10, 2025 At Dost Calabarzon, Jamboree Road, Timugan, Los Baños, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Dost Calabarzon 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Secretariat Bac Secretariat Department Of Science And Technology, Region Iv-a Jamboree Road, Timugan, Los Baños, Laguna Dost4abac@gmail.com (049) 536 5013 / 5005 Http://region4a.dost.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://region4a.dost.gov.ph

Department Of Education Division Of Cagayan Tender

Others
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 930 K (USD 15.8 K)
Details: Description Invitation To Bid For Procurement Of Security Services For The Schools Division Office Of Cagayan 1. The Department Of Education, Schools Division Office Of Cagayan, Through The Fy 2025 Mooe Intends To Apply The Sum Of Nine Hundred Thirty Thousand Pesos (p930,000.00) Being The Abc To Payments Under The Contract For Procurement Of Security Services For The Schools Division Office Of Cagayan / Goods2024-143. Bids Received In Excess Of The Abc Per Lot Shall Be Automatically Rejected At Bid Opening. Lot No. Project Description Contract Duration Qty Abc Amount (php) 1 Procurement Of Security Services For The Schools Division Office Of Cagayan No. Of Security Guards: 3 (2 Males And 1 Female) 1 Year 3 930,000.00 2. The Department Of Education, Schools Division Office Of Cagayan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Form January 01 To December 31, 2025. Bidders Should Have Completed, Within Five (5) 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, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education, Schools Division Office Of Cagayan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 04 To December 23, 2024 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb Amounting To One Thousand Pesos (p1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personally Or Through Electronic Means. 6. The Department Of Education, Schools Division Office Of Cagayan Will Hold A Pre-bid Conference On December 10, 2024 At 1:00p.m. 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 December 23, 2024 At 1:00pm. 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. 9. Bid Opening Shall Be On December 23, 2024, At 1:00pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education, Schools Division Office Of Cagayan 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Secretariat Department Of Education Region 02 Schools Division Office Of Cagayan Regional Government Center Carig Sur, Tuguegarao City Cp No. 09972870927/09173159778 Sdo.cagayan@deped.gov.ph Bac.cagayan@deped.gov.ph 12. You May Visit The Following Websites: Deped-sdocagayan.com.ph For Downloading Of Bidding Documents: Sdo.cagayan@deped.gov.ph Date Of Posting: December 03, 2024 Philgeps/deped Georgann Gabilo-cariaso Asst. Schools Division Superintendent Bac Chairman

Infanta quezon Water District Tender

Others
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 726 K (USD 12.4 K)
Details: Description Republic Of The Philippines Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta Quezon Rfq No: 01-001-s25 Request For Quotation (rfq) For “procurement Of Security Services From March 1, 2025, To December 31, 2025” 1. The Infanta (quezon) Water District (iqwd) Referred To As The “purchaser” Now Requests The Submission Of A Price Proposal For The Procurement Of The Above-stated Item Described In The Technical Specifications/schedule Of Requirements With An Approved Budget For The Contract (abc) Of Seven Hundred Twenty-six Thousand Pesos (₱ 726,000.00) 2. Attachment 1 Provides A Set Of Technical Specifications. All Items And Jobs Listed Under The Purchaser’s Specifications Must Be Complied With On A Pass-fail Basis. Failure To Meet Any Of The Requirements May Result In The Proposal Being Rejected. 3. Procurement Procedures Will Be Conducted According To The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. The Iqwd Intends To Evaluate The Bid/proposal On A Lump Sum Basis, And An Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations/proposals And Other Requirements Must Be Delivered At The Address Below Not Later Than 1:30 P.m., January 13, 2025, At Infanta (quezon) Water District (iqwd) Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon. 6. Interested Bidders May Acquire/download Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) And Iqwd’s Website. 7. Prices Must Be Quoted In Philippine Pesos And Include The Unit Price And Total Price, Including All Taxes To Be Paid And Other Incidental Costs To The Delivery Site/s If The Contract Is Awarded. 8. Your Bid/proposal May Be Typewritten And Placed In A Sealed Envelope Marked “procurement Of Security Services From March 1, 2025, To December 31, 2025,” Or You May Send It By Courier. 9. Bids/proposals Shall Be Valid For Sixty (60) Calendar Days From The Deadline For Submission Of Bids. 10. The Contract Period Shall Be Completed And Performed From March 1, 2025, To December 31, 2025. 11. Upon The Decision Of The End-user And Bac, The Supplier And Its Concerned Premises May Be Subjected To Ocular Inspection And Approval By The End-user And Bac Before The Event, If Any, Shall Be Awarded The Contract. 12. The Supplier That Submitted The Lowest Calculated Responsive Bid/proposal, And Passed The Ocular Inspection Conducted By The End User And Bac Before The Event, If Any, Shall Be Awarded The Contract. 13. Proposals Shall Be Compared And Evaluated Based On The Following Criteria: A. Completeness Of Submission Of Documentary Requirements B. Compliance With Technical Specifications/schedule Of Requirements C. Price 14. Delivery Site: Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon 15. The Applicable Rate For Late Deliveries Is One-tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Contract Amount. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 16. The Purchaser Reserves The Right To Accept Or Reject Any Proposal And To Annul The Procurement Process Or Reject All Proposals Before Contract Award, Without Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 17. The Prospective Bidder Shall Submit The Following Documentary Requirements: A. Duly Signed Request For Quotation (rfq) Form B. Technical Specifications/schedule Of Requirements C. Mayor’s/business Permit D. Philgeps Registration Number/certificate E. Income/business Tax Return (for Abcs Above P500k) F. Notarized Omnibus Sworn Statement Gerry C. Bustonera Bac Chairperson Attachment 1 Technical Specifications/schedule Of Requirements The “procurement Of Security Services From March 1, 2025 To December 31, 2025” Shall Completed And Performed From March 1, 2025, To December 31, 2025. Item No. Description/specifications Qty. Unit 1 Procurement Of Security Services For March 31, 2025, To December 31, 2025, 1 Lot The Security Agency Shall: 1. Ensure That The Security Guards Shall Have The Following Minimum Qualifications: A. Of Good Moral Character And Reputation, Courteous, Alert, And Without Criminal Or Police Record. B. Physically And Mentally Fit. C. Holder Of Valid Security License Issued By The Sosia D. Has Undergone The Required Training And Instructions E. Holder Of Neuro-psychiatric And Drug Test Clearances Issued By A Clinic Duly Accredited By The Pnp 2. Provide Security Services For Twenty-four (24) Hours A Day Inclusive Of Holidays 3. Provide Three (3) Security Personnel 4. Provide Guarding Schedule As Follows: No. Security Station Tour Of Duty No. Of Hours Days Of Duty 1 Iqwd Building – Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon 1st Shift: 8:00 A.m .– 4:00 P.m. 8 Hours Mon-sun 2 Iqwd Building – Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon 2nd Shift: 4:00 P.m .– 12:00 A.m. 8 Hours Mon-sun 3 Iqwd Building – Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon 3rd Shift: 12:00 Midnight – 8:00 A.m. 8 Hours Mon-sun Contract Duration: Ten (10) Months Inclusion: 13th Month Pay Overtime Night Differential ***nothing Follows***

Bicol Medical Center Tender

Others
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 19.6 Million (USD 339.7 K)
Details: Description Invitation To Bid For Procurement Of Security Services For Bmc-naga For Cy 2025 Ib No. 2024-71 1. The Bicol Medical Center, Through The National Expenditure Program 2025 Intends To Apply The Sum Of Pesos Nineteen Million Six Hundred Eighty-six Thousand Eight Hundred Sixty-eight & 80/100 (php 19,686,868.80) Being The Abc To Payments Under The Contract For Procurement Of Security Services For Bmc-naga For Cy 2025- Ib No. 2024-71. For Purpose Of Early Procurement Authorized Under Section 7.6 Of The 2016 Revised Irr Of Ra No. 9184, The Proposed Budget Under The Fy 2025 National Expenditure Program Shall Be Used As Basis. Further, Consistent With The Requirement In The Same Section 7.6, No Award Of Contract Shall Be Made Until The Approved And Effectivity Of The Fy 2025 General Appropriations Act. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bicol Medical Center Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Specified In Section Vi. Schedule Of Requirements. 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. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bicol Medical Center And Inspect The Bidding Documents At The Address Given Below During Office Hours From Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders At The Bac Secretariat Office (procurement Office), Bicol Medical Center. Schedule And Fees Of The Procurement Activities Is Listed In Tabular Form Below: Name Of Project Schedule Of Activities Sale Of Bid Documents Pre – Bid Conference Deadline Of Bid Submission Bid Opening Price Of Bid Documents Procurement Of Security Services For Bmc-naga For Cy 2025 December 12, 2024 – January 2, 2025 December 20, 2024 2:30p.m Procurement Conference Room, 2nd Floor, New Er Building, Bicol Medical Center January 2, 2025 1.00p.m Procurement Conference Room, 2nd Floor, New Er Building, Bicol Medical Center January 2, 2025 2.00p.m Procurement Conference Room, 2nd Floor, New Er Building, Bicol Medical Center Pesos Twenty Five Thousand (php 25,0000.00) Site Inspection Contact Person: Mr. Sofio U. Mella Iii / Mr. Rolando Tianes Assistant Head Security Security Guard I Contact No. 0947 349 1577 0921 356 2541 December 12 -27, 2024 To– 8:00 Am To 12:00 Noon; 1:00 Pm To 5:00pm (office Hours) Note: For Site Inspection Beyond Office Hours, Bidders Should Submit A Request In Writing To The Security Section At Least 3 Days Prior To The Inspection Date. Site Inspection Certificate Shall Be Issued Upon Presentation Of Official Receipt Or Validated Deposit Slip As Proof Of Payment For Bidding Documents. Payment For The Bidding Documents Can Be Made Through Cash Deposit, Online Bank Transfer Or Through The Land Bank Of The Philippines Link.bizportal (lbp-eservices.com) Using The Details Below: Account Name: Bicol Medical Center – Lbp Rotunda, Naga City Account Number: 3762-1010-67 Link.bizportal Merchant Name: Bicol Medical Center For Cash Deposits: Bidders Must Submit The Bank Validated Deposit Slip Of The Transaction Indicating The Name Of The Company And Purpose Of The Transfer. For Online Bank Transfers Or Link.bizportal Payments: Bidders Must Submit A Screenshot Of The Successful Transaction Together With The Name Of The Company And Purpose Of The Transfer. Kindly Email The Proof Of Payment To Bmc.bac2@gmail.com For The Processing Of The Official Receipt. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Bicol Medical Center Will Hold A Pre-bid Conference On The Above Stated Date And/or Through Video Conferencing Or Webcasting Via Cisco Webex, Which Shall Be Open To Prospective Bidders. The Prospective Bidders Are Advised To Register First On Or Before December 20, 2024 – 1:00pm At Bmc.bac2@gmail.com And Wait For Further Advice For The Cisco Webex Link Which Shall Be Provided To The Prospective Bidders Who Successfully Registered. The Prospective Bidders Are Admitted First At The Cisco Webex Waiting Room, And The Bac Will Provide Access Once The Pre-bid Conference Starts. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission Or Online / Electronic Submission On The Address, Date And Time As Stated Above. 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. 9. Bid Opening In The Address, Date And Time As Stated Above And/or Via Cisco Webex. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Official Representative Of Prospective Bidders Who Acquired Bidding Documents Who Will Be Participating Online Are Advised To Register First On Or Before January 2, 2025 – 1:00pm At Bmc.bac2@gmail.com And Wait For Further Advice For The Cisco Webex Link Which Shall Be Provided To The Prospective Bidders Who Successfully Registered. The Prospective Bidders Are Admitted First At The Cisco Webex Waiting Room, And The Bac Will Provide Access Once The Bid Opening Starts. 10. In Case Of Electronic Bid Submission, Please Take Note Of The Following: • Bids Must Contain The Technical And Financial Eligibility Requirements Inside Two (2) Separate Archived And Password Protected Folders (pdf Format). • The Folder Containing The Technical Eligibility Requirements Must Be Named And Identified With The Word Technical E.g. Ib-2024-71-companyname-technical • The Folder Containing The Financial Eligibility Requirements Must Be Named And Identified With The Word Financial E.g. Ib-2024-71-companyname-financial • The Archived And Password Protected Technical And Financial Folders Must Be Placed Inside A Main Folder With A File Name Indicating The Itb Number Followed By The Name Of Your Company • The Main Folder Shall Again Be Archived Without Password Protection • All Electronic Submissions Must Be Submitted On Or Before January 2, 2025, 1:00pm Philippine Standard Time To Bmc.ebidding@gmail.com • The Subject Of Your Email Must Indicate The Itb Number Followed By The Name Of Your Company In Uppercase Format Exactly As Seen In The Example Below. E.g. Ib-2024-71-companyname • Upon Submission, Bidders Shall Receive An Automatically Generated Acknowledgement From The Bmc Bac Secretariat Confirming The Receipt. • The Acknowledgement Shall Serve As Your Proof Of Submission Of The Bidding Document. • Bidders Who Submitted Through Electronic Mail But Did Not Receive An Acknowledgement Are Advised To Review The Subject Of Their Submission To Make Sure That It Follows The Required Format. • If The Bidders Are Still Encountering Problems With Their Bid Submissions, Kindly Contact The Bmc Bac Secretariat At 0998-247-0239 For Further Assistance. For Bidders Who Submitted Bids Through Electronic Mail, The Passwords For Accessing The Bidding Documents Will Be Disclosed By The Bidders Only During The Actual Bid Opening Which May Be Done In Person Or Face-to-face Through Videoconferencing, Webcasting Or Similar Technology. Bidder Who Opt To Participate In The Bid Opening Through Video Conferencing May Do So By Following The Instructions Provided In The Acknowledgement Email. 11. The Bicol Medical Center 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 Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Mr. Dustin P. Formalejo Head, Bac Secretariat Procurement Section 2nd Floor, New Er Building Bicol Medical Center Concepcion Pequeña Naga City, 4400 Email Address: Bmc.bac2@gmail.com Cellphone Numbers: 0998 247 0239 Website: Http://bmc.doh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://bmc.doh.gov.ph/opportunities/bidding-documents For Online Bid Submission: Bmc.ebidding@gmail.com December 12, 2024 [date Of Issue] Sgd.wulfrano J. Ricafort Jr., Md, Mha, Dpbs Bac Ii Chairperson

Bicol Medical Center Tender

Others
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 3.8 Million (USD 65.7 K)
Details: Description Invitation To Bid For Procurement Of Security Services For Bmc-pili (dsjrmmh) For Cy 2025 Ib No. 2024-72 1. The Bicol Medical Center, Through The National Expenditure Program 2025 Intends To Apply The Sum Of Pesos Three Million Eight Hundred Nine Thousand Five Hundred Eighty One & 80/100 (php 3,809,581.80) Being The Abc To Payments Under The Contract For Procurement Of Security Services For Bmc-pili For Cy 2025 - Ib No. 2024-72. For Purpose Of Early Procurement Authorized Under Section 7.6 Of The 2016 Revised Irr Of Ra No. 9184, The Proposed Budget Under The Fy 2025 National Expenditure Program Shall Be Used As Basis. Further, Consistent With The Requirement In The Same Section 7.6, No Award Of Contract Shall Be Made Until The Approved And Effectivity Of The Fy 2025 General Appropriations Act. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bicol Medical Center Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Specified In Section Vi. Schedule Of Requirements. 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. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bicol Medical Center And Inspect The Bidding Documents At The Address Given Below During Office Hours From Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders At The Bac Secretariat Office (procurement Office), Bicol Medical Center. Schedule And Fees Of The Procurement Activities Is Listed In Tabular Form Below: Name Of Project Schedule Of Activities Sale Of Bid Documents Pre – Bid Conference Deadline Of Bid Submission Bid Opening Price Of Bid Documents Procurement Of Security Services For Bmc-pili (dsjrmmh) For Cy 2025 December 12, 2024 – January 2, 2025 December 20, 2024 2:30p.m Procurement Conference Room, 2nd Floor, New Er Building, Bicol Medical Center January 2, 2025 1.00p.m Procurement Conference Room, 2nd Floor, New Er Building, Bicol Medical Center January 2, 2025 3.00p.m Procurement Conference Room, 2nd Floor, New Er Building, Bicol Medical Center Pesos Five Thousand (php 5,0000.00) Site Inspection Contact Person: Mr. Sofio U. Mella Iii / Mr. Rolando Tianes Assistant Head Security Security Guard I Contact No. 0947 349 1577 0921 356 2541 December 12 -27, 2024 – 8:00 Am To 12:00 Noon; 1:00 Pm To 5:00pm (office Hours) Note: For Site Inspection Beyond Office Hours, Bidders Should Submit A Request In Writing To The Security Section At Least 3 Days Prior To The Inspection Date. Site Inspection Certificate Shall Be Issued Upon Presentation Of Official Receipt Or Validated Deposit Slip As Proof Of Payment For Bidding Documents. Payment For The Bidding Documents Can Be Made Through Cash Deposit, Online Bank Transfer Or Through The Land Bank Of The Philippines Link.bizportal (lbp-eservices.com) Using The Details Below: Account Name: Bicol Medical Center – Lbp Rotunda, Naga City Account Number: 3762-1010-67 Link.bizportal Merchant Name: Bicol Medical Center For Cash Deposits: Bidders Must Submit The Bank Validated Deposit Slip Of The Transaction Indicating The Name Of The Company And Purpose Of The Transfer. For Online Bank Transfers Or Link.bizportal Payments: Bidders Must Submit A Screenshot Of The Successful Transaction Together With The Name Of The Company And Purpose Of The Transfer. Kindly Email The Proof Of Payment To Bmc.bac2@gmail.com For The Processing Of The Official Receipt. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Bicol Medical Center Will Hold A Pre-bid Conference On The Above Stated Date And/or Through Video Conferencing Or Webcasting Via Cisco Webex, Which Shall Be Open To Prospective Bidders. The Prospective Bidders Are Advised To Register First On Or Before December 20, 2024 – 1:00pm At Bmc.bac2@gmail.com And Wait For Further Advice For The Cisco Webex Link Which Shall Be Provided To The Prospective Bidders Who Successfully Registered. The Prospective Bidders Are Admitted First At The Cisco Webex Waiting Room, And The Bac Will Provide Access Once The Pre-bid Conference Starts. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission Or Online / Electronic Submission On The Address, Date And Time As Stated Above. 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. 9. Bid Opening In The Address, Date And Time As Stated Above And/or Via Cisco Webex. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Official Representative Of Prospective Bidders Who Acquired Bidding Documents Who Will Be Participating Online Are Advised To Register First On Or Before January 2, 2025 – 1:00pm At Bmc.bac2@gmail.com And Wait For Further Advice For The Cisco Webex Link Which Shall Be Provided To The Prospective Bidders Who Successfully Registered. The Prospective Bidders Are Admitted First At The Cisco Webex Waiting Room, And The Bac Will Provide Access Once The Bid Opening Starts. 10. In Case Of Electronic Bid Submission, Please Take Note Of The Following: • Bids Must Contain The Technical And Financial Eligibility Requirements Inside Two (2) Separate Archived And Password Protected Folders (pdf Format). • The Folder Containing The Technical Eligibility Requirements Must Be Named And Identified With The Word Technical E.g. Ib-2024-72-companyname-technical • The Folder Containing The Financial Eligibility Requirements Must Be Named And Identified With The Word Financial E.g. Ib-2024-72-companyname-financial • The Archived And Password Protected Technical And Financial Folders Must Be Placed Inside A Main Folder With A File Name Indicating The Itb Number Followed By The Name Of Your Company • The Main Folder Shall Again Be Archived Without Password Protection • All Electronic Submissions Must Be Submitted On Or Before January 2, 2025, 1:00pm Philippine Standard Time To Bmc.ebidding@gmail.com • The Subject Of Your Email Must Indicate The Itb Number Followed By The Name Of Your Company In Uppercase Format Exactly As Seen In The Example Below. E.g. Ib-2024-72-companyname • Upon Submission, Bidders Shall Receive An Automatically Generated Acknowledgement From The Bmc Bac Secretariat Confirming The Receipt. • The Acknowledgement Shall Serve As Your Proof Of Submission Of The Bidding Document. • Bidders Who Submitted Through Electronic Mail But Did Not Receive An Acknowledgement Are Advised To Review The Subject Of Their Submission To Make Sure That It Follows The Required Format. • If The Bidders Are Still Encountering Problems With Their Bid Submissions, Kindly Contact The Bmc Bac Secretariat At 0998-247-0239 For Further Assistance. For Bidders Who Submitted Bids Through Electronic Mail, The Passwords For Accessing The Bidding Documents Will Be Disclosed By The Bidders Only During The Actual Bid Opening Which May Be Done In Person Or Face-to-face Through Videoconferencing, Webcasting Or Similar Technology. Bidder Who Opt To Participate In The Bid Opening Through Video Conferencing May Do So By Following The Instructions Provided In The Acknowledgement Email. 11. The Bicol Medical Center 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 Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Mr. Dustin P. Formalejo Head, Bac Secretariat Procurement Section 2nd Floor, New Er Building Bicol Medical Center Concepcion Pequeña Naga City, 4400 Email Address: Bmc.bac2@gmail.com Cellphone Numbers: 0998 247 0239 Website: Http://bmc.doh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://bmc.doh.gov.ph/opportunities/bidding-documents For Online Bid Submission: Bmc.ebidding@gmail.com December 12, 2024 [date Of Issue] Sgd.wulfrano J. Ricafort Jr., Md, Mha, Dpbs Bac Ii Chairperson

Bustos Water District Tender

Civil And Construction...+1Water Storage And Supply
Corrigendum : Tender Amount Updated
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 792 K (USD 13.5 K)
Details: Description The Bustos Water District Now Invites Quotations From Eligible Suppliers For The Procurement Of Service For Security Services For Bwd Office And B. Mayor Pumping Station. The Description Of An Eligible Supplier Is Contained In The Instructions To Bidders (itb). Evaluation Will Be Conducted Using A Non-discretionary Pass/fail Criteria As Specified In The Implementing Rules And Regulations Part A (irra-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Quotations From Suppliers Who Pass The Eligibility Check Will Be Further Evaluated. The Supplier With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine His Responsiveness To The Technical And Financial Requirements For The Contract. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined In The Post-qualification Procedure. Interested Suppliers May Obtain Further Information From Bustos Water District And May Request A Copy Of The Official Documents/forms For The Above Items At The Address And Contact Numbers Given Below From Monday To Friday During Business Hours. Quotations And Eligibility Requirements Must Be Delivered To The Address Below On Or Before February 4, 2025 At 5:00 P.m. All Quotations Must Be Submitted Together With The Eligibility Requirements And Technical/financial Proposals. Late Quotations Shall Not Be Accepted. Evaluation Of Quotations Will Be On February 5, 2025 At 1:30 P.m. At Bustos Water District Office. Quotations Will Be Evaluated In The Presence Of The Supplier’s Representatives Who Choose To Attend At The Address Below. The Bustos Water District Reserves All The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, Postpone The Opening Of Bids And Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Bustos Water District Daisy C. Konishi Cissy P. Virgines Bids And Awards Committee Secretariat A. Raymundo St., Poblacion, Bustos, Bulacan 3007 Tel. No. (044) 761-1665 E-mail Address: Bustoswdprocurement@gmail.com Rolando C. Canoza Signature Of The Bac Chairperson Or Authorized Representative For Bwd Office And B. Mayor P.s. 3 Sg Security Services /guard Per Month Eligibility Requirements: (please Include The Following Requirements) ( √ ) Dti Or Sec Reg. Cert. (any) ( √ ) Mayor's Permit Or Business Permit (latest) ( √ ) Philgeps Registration Number ( √ ) Income / Business Tax Return (latest) ( √ ) Statement Of All Ongoing And Completed Government And Private Contracts Including Contracts Awarded But Not Yet Started ( √ ) Notarized Omnibus Sworn Statement ( √ ) Bir Registration (2303) ( √ ) Others: Other Documentary Requirements Listed Under The Terms Of Reference

STATE, DEPARTMENT OF USA Tender

Security and Emergency Services
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents 
Details: The Department Of State Is Conducting Market Research To Determine The Degree Of Interest And Capability By Small Businesses Only In Providing Local Guard Services At The U.s. Embassy Port Moresby, Papua New Guinea. the Department Of State, Bureau Of Diplomatic Security Plays An Essential Role In Ensuring That Foreign Policy Missions Are Accomplished In A Safe And Secure Environment. The Primary Mission Of The Local Guard Service Is To Provide Protection For United States Personnel, Facilities, And Equipment From Damage Or Loss Due To Violent Attack And Theft. The Local Guard Services Shall Prevent Unauthorized Access; Protect Life; Maintain Order; Deter Criminal And Terrorist Attacks Against Employees, Dependents, And Property; And Prevent Damage To All U.s. Assets. The Naics Code For These Services Is 561612. responses Must Clearly Demonstrate Capabilities Through Examples Of Previous And/or Current Guard Security Contracts Or Experience Closely Related Thereto. vendors Must Specifically Address The Following Capabilities: current Licenses, Work Authorizations In Compliance With Host Country Law Required For The Execution Of Work, Including Firearms Permits And Licenses. Licenses Must Be In The Name Of The U.s. Small Business. knowledge Of And Compliance With Host Country Labor Law Which May Require Bonuses, Specific Minimum Wage Levels, Premium Pay For Holidays, Payments For Social Security, Pensions, Severance Pay, Sick Or Health Benefits, Childcare Or Any Other Benefit knowledge Of And Compliance With Host Country Tax Law ability To Provide All Types Of Insurance Coverage Required By Host Country In Performance Of Services, Such As Automobile Liability, Comprehensive General Liability, Worker’s Compensation, Employer’s Liability, Etc. furnishing, Operating, And Maintaining A Radio Network, Including Acquiring All Licenses And Permits That May Be Required For Frequencies And The Operation Of All Communications Equipment familiarity Or Experience With Associated Security Equipment Such As Guard Electronic Monitoring System (gems), Central Alarm Monitoring Systems (cams), Closed-circuit Television Systems, X-ray And Explosive Detection Equipment furnishing Guard Force Equipment Such As Uniforms, Vehicles, And Weapons ability To Overcome Language Barriers capability Of Instructing, Providing, And Qualifying Personnel In The Use Of Firearms, As Well As X-ray Equipment And Radio Equipment, Including Obtaining The Access To A Firearm Training Facility ability To Maintain A Guard Staff On A 24 Hour 7 Day A Week Basis With The Ability To Immediately Backfill Vacant Positions Due To Resignations, Rotations And Illnesses Due To A Variety Of Reasons Such As Flu And Food Poisoning capability Of Dealing With Organized Actions By Direct Labor Personnel Such As Strikes (anticipated And Unanticipated) And Labor Unrest (work Slowdowns And/or Organized Failure Of Employees To Report For Shift Changes) ability To Hire And Train, Including English Language Training And Weapons Training, If Required, A Guard Staff Consisting Of Host Country Nationals ability To Provide Trained Equipment Technicians For All Vehicles, Radios And Weapons Required In The Performance Of The Contract ability To Train A Sizeable Workforce To Adapt Quickly To Unfamiliar Laws And Customs As Well As The Ability Of Company Officials To Gain Quickly Information Regarding The Laws And Customs Needed To Maintain And Equip Such A Workforce experience Or Capability Of Getting Contractor-furnished Equipment And Goods Through Customs And/or Similar Governmental Agencies Of The Host Country understanding Import And Export Regulations understanding And Familiarity Of The Arms Export Control Act (aeca) And International Traffic In Arms Regulation (itar) And The Capability Of Complying With Both By The Performance Date Of Any Contract Awarded Requiring The Execution Of This Statute (22 U.s.c. 2778-2780) managing Smooth Contract Transition Efforts. ability To Safely Keep And Track Government-furnished Property ability To Screen Personnel To Meet Suitability Requirements For Guard Force Positions strong Skill In Instant, Situational Decision-making, E.g., Response To Threats organized Billing And Invoicing Procedures it Is Requested That All Interested Parties Submit Their Capabilities By E-mail To Jenel A. Charles At Charlesja6@state.gov Addressing Each Of The Above Requirements By 13:00 Est, January 29, 2025. interested Parties Shall Also Complete The Attached: port Moresby Lgf Contractor Information Sheet and port Moresby Lgf Request For Access Form. if You Have Any Questions Or Comments, Please Reference This Sources Sought Notice In The Subject Block When Emailing. at This Time, The U.s. Department Of State Does Not Guarantee That Any Future Contracts May Be Awarded Covering The Aforementioned Duties And Responses To This Sources Sought Notice Do Not Bind The U.s. Department Of State To Any Agreement With The Responder, Be It Explicit Or Implied.

Municipality Of Isabela, Negros Occidental Tender

Security and Emergency Services
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 1.6 Million (USD 28.7 K)
Details: Description Republic Of The Philippines Province Of Negros Occidental Municipality Of Isabela Invitation To Bid For The Bidding Of Procurement Of Security Services, Lgu, Isabela, Negros Occidental. 1. The Municipality Of Isabela, Through The General Fund Intends To Apply The Sum Of One Million Six Hundred Eighty Four Thousand Eight Hundred Sixty Six Pesos And 48/100 (php 1,684,866.48) Only Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Bidding Of Procurement Of Security Services, Lgu, Isabela, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Isabela Now Invites Bids For The Bidding Of Procurement Of Security Services, Lgu, Isabela, Negros Occidental. Delivery Of The Goods Required Is Eleven (11) Months. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee, Municipality Of Isabela And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 A.m. – 5:00 P.m. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php 5,000.00) And One Thousand Pesos Only (p1,000.00) For Accreditation Fee. 5. Bids Must Be Delivered To The Address Below On Or Before January 28, 4:00 P.m. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 28, 2025 4:00 P.m. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. 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 Municipality Of Isabela 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. 7. The Bid Price Shall Be Submitted In Lump Sum Not To Exceed The Total Approved Budget For The Contract (abc). 8. For Further Information, Please Refer To: Virginia A. Ariola Bac Primary Secretariat Isabela, Municipal Hall Borromeo St., Brgy. 4, Isabela, Neg. Occ. Cellphone Number : 09317644890 Email Add: Virgie_aariola@yahoo.com Security Services (6 Guards Per Month) For The Months Of February 2025 To December 2025

INTERNATIONAL BOUNDARY AND WATER COMMISSION U S MEXICO USA Tender

Security and Emergency Services
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Description: This Is A Combined Synopsis/solicitation For Commercial Items In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued Separately. the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-06 Dated 7/30/2024. the Solicitation Number Isfy25r3101051 This Solicitation Is Issued As A Request For Quote (rfq). this Is A 100% Small Business Set Aside. The Associated North American Industry Classification System (naics) Code Is561612 Security Guards And Patrol Services, With A Corresponding Small Business Standard Of $29.0 Million. The Product Service Code (psc) For This Requirement Is R430 Support- Professional: Physical Security And Badging. only Offers From Small Businesses Will Be Considered For This Solicitation. services Shall Be Quoted All Or None As Per Clin Structure Attached. quotes Shall Be Good For 90 Days. a Site Visit Of Where The Work Will Be Performed Is Highly Recommended. Site Visits May Be Arranged With Mr. Esteban Martinez Via Email Esteban.martinez@ibwc.gov .(956) 825-0616 /(956) 848-5211. site Visit Will Be On 1/8/25 At 9am. address: anzalduas Dam Facility 6400 Anzalduas Dam Rd. mission, Tx 78752 the Site Visit Is Not A Question And Answer Session. Any Questions Must Be Submitted In Written Form. Questions In Writing Are Due By E-mail Directly To My Attention At Adrian.knights@ibwc.gov By January 13, 2025. Please Include Fy25r310-1051 In The Subject Line Of All Communication/emails. No Phone Calls Will Be Accepted. offer Due Date/local Time: January 15, 2025; 3:00 Pm Mst. active Uei (unique Entity Identifier) Must Be Included With Your Offer. only Questions Submitted By Email To Adrian.knights@ibwc.gov Will Be Considered. Questions Received From Offerors After 3p On 1/13/25, May Not Be Responded To. description: The International Boundary And Water Commission, United States Section (ibwc) Requiressecurity Guard Services For Ibwc Lower Rio Grande Field Office. this Procurement Consists Of A Base Period Plus 4 Option Years. Please Quote Unit Price And Total Price For Contract Line-item Numbers: Clin 001 Thru Clin 010 As Per Clin Structure Attached. This Document Shall Be Completed And Returned With Your Quote. refer To Attached Scope Of Work For Description Of The Requirement To Include Dates And Places Of Delivery, Inspection, And Acceptance. the Destination For Fob Destination Shall Be The Lower Rio Grandefield Office. evaluation Of Offer – The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: Technical Acceptability To Meet Ibwc Requirements; Technical Approach And Past Performance. the Government Will Award A Contract Resulting From This Combined Synopsis/solicitation To The Lowest Price Technically Acceptable (lpta), Responsible Offeror. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Items, With Its Offer. Note: The Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically Via The System For Award Management (sam) Website Accessed At Https://www.sam.gov. the Following Provisions And Clauses May Apply To This Solicitation: 52.204-13 System For Award Management 52.204-9 Personal Identity Verification Of Contractor Personnel 52.212-4 Contract Terms And Conditions-commercial Items 52.217-8 Option To Extend Services 52.217-9 Option To Extend The Term Of The Contract 52.232-18 Availability Of Funds 52.217-8 Option To Extend Services 52.217-9 Option To Extend The Term Of The Contract 52.237-2 Protection Of Government Building, Equipment And Vegetation 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (dec2023) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115-232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.233-3, Protest After Award (aug 1996) (31u.s.c.3553). (6) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19u.s.c.3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: [contracting Officer Check As Appropriate.] __ (1) 52.203-6, Restrictions On Subcontractor Sales To The Government (sept 2006), With Alternate I (oct 1995) (41u.s.c.4704 And 10u.s.c.2402). __ (2) 52.203-13, Contractor Code Of Business Ethics And Conduct (oct 2015) (41u.s.c.3509)). __ (3) 52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (june 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) xx (4) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (oct 2018) (pub. L. 109-282) (31u.s.c.6101note). __ (5)[reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111-117, Section 743 Of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111-117, Section 743 Of Div. C). xx (8) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (oct 2015) (31u.s.c.6101 Note). __ (9) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41u.s.c. 2313). __ (10)[reserved]. __ (11) (i) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (nov 2011) (15u.s.c.657a). __ (ii) Alternate I (nov 2011) Of 52.219-3. __ (12) (i) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2014) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15u.s.c.657a). __ (ii) Alternate I (jan 2011) Of 52.219-4. __ (13)[reserved] xx (14) (i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2011) (15u.s.c.644). __ (ii) Alternate I (nov 2011). __ (iii) Alternate Ii (nov 2011). __ (15) (i) 52.219-7, Notice Of Partial Small Business Set-aside (june 2003) (15u.s.c.644). __ (ii) Alternate I (oct 1995) Of 52.219-7. __ (iii) Alternate Ii (mar 2004) Of 52.219-7. __ (16) 52.219-8, Utilization Of Small Business Concerns (oct2018) (15u.s.c.637(d)(2) And (3)). __ (17) (i) 52.219-9, Small Business Subcontracting Plan (aug2018) (15u.s.c.637(d)(4)) __ (ii) Alternate I (nov 2016) Of 52.219-9. __ (iii) Alternate Ii (nov 2016) Of 52.219-9. __ (iv) Alternate Iii (nov 2016) Of 52.219-9. __ (v) Alternate Iv (aug 2018) Of 52.219-9 __ (18) 52.219-13, Notice Of Set-aside Of Orders (nov 2011) (15u.s.c.644(r)). __ (19) 52.219-14, Limitations On Subcontracting (jan 2017) (15u.s.c.637(a)(14)). __ (20) 52.219-16, Liquidated Damages-subcontracting Plan (jan 1999) (15u.s.c.637(d)(4)(f)(i)). __ (21) 52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2019) (15u.s.c.657f). xx (22) 52.219-28, Post Award Small Business Program Rerepresentation (jul 2013) (15u.s.c.632(a)(2)). __ (23) 52.219-29, Notice Of Set-aside For, Or Sole Source Award To, Economically Disadvantaged Women-owned Small Business Concerns (dec 2015) (15u.s.c.637(m)). __ (24) 52.219-30, Notice Of Set-aside For, Or Sole Source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (dec2015) (15u.s.c.637(m)). xx (25) 52.222-3, Convict Labor (june 2003) (e.o.11755). __ (26) 52.222-19, Child Labor-cooperation With Authorities And Remedies (jan2020) (e.o.13126). xx (27) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). xx (28) (i) 52.222-26, Equal Opportunity (sept 2016) (e.o.11246). __ (ii) Alternate I (feb 1999) Of 52.222-26. xx (29) (i) 52.222-35, Equal Opportunity For Veterans (oct2015) (38u.s.c.4212). __ (ii) Alternate I (july 2014) Of 52.222-35. xx (30) (i) 52.222-36, Equal Opportunity For Workers With Disabilities (jul 2014) (29u.s.c.793). __ (ii) Alternate I (july 2014) Of 52.222-36. __ (31) 52.222-37, Employment Reports On Veterans (feb 2016) (38u.s.c.4212). __ (32) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). xx (33) (i) 52.222-50, Combating Trafficking In Persons (jan 2019) (22u.s.c.chapter78 And E.o. 13627). __ (ii) Alternate I (mar 2015) Of 52.222-50 (22u.s.c.chapter 78 And E.o. 13627). __ (34) 52.222-54, Employment Eligibility Verification (oct 2015). (executive Order 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Items As Prescribed In 22.1803.) __ (35) (i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa–designated Items (may 2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) __ (ii) Alternate I (may 2008) Of 52.223-9 (42u.s.c.6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) __ (36) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693). __ (37) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693). __ (38) (i) 52.223-13, Acquisition Of Epeat®-registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514). __ (ii) Alternate I (oct 2015) Of 52.223-13. __ (39) (i) 52.223-14, Acquisition Of Epeat®-registered Televisions (jun2014) (e.o.s 13423 And 13514). __ (ii) Alternate I (jun2014) Of 52.223-14. __ (40) 52.223-15, Energy Efficiency In Energy-consuming Products (dec 2007) (42u.s.c.8259b). __ (41) (i) 52.223-16, Acquisition Of Epeat®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514). __ (ii) Alternate I (jun 2014) Of 52.223-16. xx (42) 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011) (e.o. 13513). __ (43) 52.223-20, Aerosols (jun 2016) (e.o. 13693). __ (44) 52.223-21, Foams (jun2016) (e.o. 13693). __ (45) (i) 52.224-3 Privacy Training (jan2017) (5 U.s.c. 552 A). __ (ii) Alternate I (jan 2017) Of 52.224-3. __ (46) 52.225-1, Buy American-supplies (may 2014) (41u.s.c.chapter83). __ (47) (i) 52.225-3, Buy American-free Trade Agreements-israeli Trade Act (may 2014) (41u.s.c.chapter83,19u.s.c.3301 Note, 19u.s.c.2112 Note, 19u.s.c.3805 Note, 19u.s.c.4001 Note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __ (ii) Alternate I (may 2014) Of 52.225-3. __ (iii) Alternate Ii (may 2014) Of 52.225-3. __ (iv) Alternate Iii (may 2014) Of 52.225-3. __ (48) 52.225-5, Trade Agreements (oct 2019) (19u.s.c.2501, Et Seq., 19u.s.c.3301 Note). xx (49) 52.225-13, Restrictions On Certain Foreign Purchases (june 2008) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __ (50) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10u.s.c. 2302note). __ (51) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov2007) (42u.s.c.5150). __ (52) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov2007) (42u.s.c.5150). __ (53) 52.232-29, Terms For Financing Of Purchases Of Commercial Items (feb 2002) (41u.s.c.4505, 10u.s.c.2307(f)). __ (54) 52.232-30, Installment Payments For Commercial Items (jan2017) (41u.s.c.4505, 10u.s.c.2307(f)). xx (55) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct2018) (31u.s.c.3332). __ (56) 52.232-34, Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013) (31 U.s.c.3332). __ (57) 52.232-36, Payment By Third Party (may 2014) (31u.s.c.3332). __ (58) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5u.s.c.552a). __ (59) 52.242-5, Payments To Small Business Subcontractors (jan 2017) (15u.s.c.637(d)(13)). __ (60) (i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46u.s.c.appx.1241(b) And 10u.s.c.2631). __ (ii) Alternate I (apr 2003) Of 52.247-64. __ (iii) Alternate Ii (feb 2006) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: [contracting Officer Check As Appropriate.] __ (1) 52.222-17, Nondisplacement Of Qualified Workers (may 2014)(e.o. 13495). xx (2) 52.222-41, Service Contract Labor Standards (aug 2018) (41u.s.c.chapter67). xx (3) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29u.s.c.206 And 41u.s.c.chapter 67). xx (4) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year And Option Contracts) (aug 2018) (29u.s.c.206 And 41u.s.c.chapter67). __ (5) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may 2014) (29u.s.c.206 And 41u.s.c.chapter67). __ (6) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41u.s.c.chapter67). __ (7) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41u.s.c.chapter67). xx (8) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015). xx (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706). xx (10) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (may 2014) (42u.s.c.1792). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, And Does Not Contain The Clause At 52.215-2, Audit And Records-negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Items. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause- (i) 52.203-13, Contractor Code Of Business Ethics And Conduct (oct 2015) (41u.s.c.3509). (ii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iii) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115-91). (iv) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115-232). (v) 52.219-8, Utilization Of Small Business Concerns (oct 2018) (15u.s.c.637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds $700,000 ($1.5 Million For Construction Of Any Public Facility), The Subcontractor Must Include 52.219-8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (vi) 52.222-17, Nondisplacement Of Qualified Workers (may2014) (e.o. 13495). Flow Down Required In Accordance With Paragraph (l) Of Far Clause 52.222-17. (vii) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (viii) 52.222-26, Equal Opportunity (sept 2015) (e.o.11246). (ix) 52.222-35, Equal Opportunity For Veterans (oct 2015) (38u.s.c.4212). (x) 52.222-36, Equal Opportunity For Workers With Disabilities (jul2014) (29u.s.c.793). (xi) 52.222-37, Employment Reports On Veterans (feb2016) (38u.s.c.4212) (xii) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40. (xiii) 52.222-41, Service Contract Labor Standards (aug2018) (41u.s.c.chapter67). (xiv) (a) 52.222-50, Combating Trafficking In Persons (jan 2019) (22u.s.c.chapter78 And E.o 13627). (b) Alternate I (mar2015) Of 52.222-50(22u.s.c.chapter78 And E.o 13627). (xv) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xvi) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may2014) (41u.s.c.chapter67). (xvii) 52.222-54, Employment Eligibility Verification (oct 2015) (e.o. 12989). (xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015). (xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706). (xx) (a) 52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b) Alternate I (jan 2017) Of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10u.s.c. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (may 2014) (42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxiii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46u.s.c. Appx.1241(b) And 10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Items A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) far 52.252-2 - Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov (end Of Clause) invoice Processing Platform the U.s. Section International Boundary And Water Commission (usibwc) Has Transitioned To An Electronic Invoicing System. The Invoice Processing Platform (ipp) Is A Secure, Web-based System Provided By The U.s. Department Of The Treasury’s Bureau Of The Fiscal Service In Partnership With The Federal Reserve Bank Of St. Louis. Ipp Is Available At No Cost To Any Commercial Vendor Or Independent Contractor Doing Business With A Participating Government Agency. information Concerning Accessing The Ipp System Will Be Provided At Time Of Award. end Of Combined Synopsis/solicitation
1131-1140 of 1141 archived Tenders