Security Guard Tenders
Security Guard Tenders
PASONANCA ELEMENTARY SCHOOL ZAMBOANGA CITY Tender
Security and Emergency Services
Philippines
Details: Description Procurement Of Security Services For Luyahan Elementary School For One (1) Year The Luyahan Elementary School- Sta. Maria District , Zamboanga City Through Its School Bids And Awards Committee (sbac) Is Inviting Philgeps Registered Agencies/organizations To Apply For Eligibility And To Quote For The Hereunder: 02-0019-25 Procurement Of Security Services For Luyahan Elementary School For One (1) Year 2 Security Personnel - One (1) Security Personnel For Pasonanca Es-day Shift - One (1) Security Personnel For Pasonanca Es-night Shift A. He Must Be Highly Experienced, At Least High School Graduate, Mentally And Physically Fit To Work. B. He Must Have Been Cleared From Derogatory Records Both By Local And National Clearing Authorities And Duly Licensed To Exercise The Profession By The Philippine National Police Security Agency Guard Supervisory Division (sagsd). C. Equip/arm The Personnel To Be Assigned The Following Equipment For The Exclusive Use Of Its Security Personnel Within The Premises As Follows: Baton Stick For Guard Deped Luayahn Elementary School, Zamboanga City Other Equipment Hand Held 2-way Radio – 1 Unit Per Personnel Flashlight – 1 Pc. Per Personnel Medicine Kit – 1 Pc. Per Personnel Bidder Shall Submit: - Authenticated Copy Of Valid License To Operate A Private Security Agency Issued By The Napolcom Civil Security Group - Dole Certificate Of Registration Important Notice To The Suppliers: - Prospective Suppliers May Obtain Further Information By Contacting The Bac Secretariat Thru (09559900643) For Issuance Of The Signed Quotation. Supplier May Also Download The Quotation And Canvasser’s Form In Philgeps Website. - Prospective Suppliers Must Submit 2 Separate Sealed Envelopes: 1. Sealed Envelope No.1 Must Be Contain The Copies Of The Philgeps Certificate, Mayor's Permit, Tax Clearance Certificate, And Omnibus Sworn Statement Indicating The Company Name, Project Number, And Address To Bac Chairperson 2. Sealed Envelope No. 2 Must Contain The Filled Out And Signed Quotation And Canvasser’s Form Indicating The Company Name, Project Number, And Address To Bac Chairperson. - The Deadline Of The Submission Of Bid Documents In A Two (2) Separate Sealed Envelopes Will Be On February 24, 2025 , On Or Before 3:00 Pm And Must Be Marked Received With Time And Date To Be Dropped In The Drop Box Located At Luyahan Elementary School Admin Building/principal’s Office. - The Opening Of Bids Will Be On February 24,2025 At Luyahan Elementary School Conference Room At 3:00 Pm.
Closing Date24 Feb 2025
Tender AmountPHP 240 K (USD 4.1 K)
Bicol Medical Center Tender
Others
Philippines
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
Closing Date2 Jan 2025
Tender AmountPHP 19.6 Million (USD 339.7 K)
Bicol Medical Center Tender
Others
Philippines
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
Closing Date2 Jan 2025
Tender AmountPHP 3.8 Million (USD 65.7 K)
Bustos Water District Tender
Civil And Construction...+1Water Storage And Supply
Corrigendum : Tender Amount Updated
Philippines
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
Closing Date4 Feb 2025
Tender AmountPHP 792 K (USD 13.5 K)
Bustos Water District Tender
Civil And Construction...+1Water Storage And Supply
Philippines
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 13, 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 14, 2025 At 11:00 A.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
Closing Date13 Feb 2025
Tender AmountPHP 792 K (USD 13.6 K)
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Details: Special Notice: The Department Of Homeland Security, United States Coast Guard, Operational Logistics Command (log-94) Intends To Award One (1) Sole Source Purchase Order On A Basis Of Other Than Full And Open Competition (under Far Authority 6.302) To Hornblower Yachts, Llc For Vessel Needed For Uscg Msrt West, Ca For Tactical Training Per Scope Of Work (sow) That Include The Following:
1 Each Target Vessel
this Sole Source Is Pursuant To 10 U.s.c. 2304(c)(1) Implemented By The Far Subpart 6.302-1 Entitled “only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements”.
the Naics Code For This Procurement Is 48599 – Other Transit And Ground Passenger Transportation. The Psc For This Procurement Is V214 Transportation/travel/relocation-travel/lodging/recruitment:marine Passenger. The Procurement Type Will Be A Firm-fixed Price. If No Responses Are Received Within Eight (8) Days With Sufficient Information To Determine That Another Responsible Source Is Available, Negotiations Will Be Conducted With Hornblower Yachts, Llc.
this Is Not A Request For Competitive Quotes/proposals And No Solicitation Is Available. Questions Concerning This Announcement Should Be Directed To The Contract Specialist Using The E-mail Link Provided. Telephone Requests For Information Or Questions Will Not Be Accepted. Please Email Requests Or Questions To Christopher U. Columbres At The Following E-mail Address: Christopher.u.columbres@uscg.mil.
Closing Date21 Feb 2025
Tender AmountRefer Documents
BUREAU OF ANIMAL INDUSTRY, Tender
Others
Philippines
Details: Description Invitation To Bid Ib No. 2025-001 Provision Of Security Services (april 1, 2025 To December 31, 2025) 1. The Bureau Of Animal Industry, Through The Gaa Fund Intends To Apply The Sum Of Twenty Million Seven Hundred Forty-two Thousand Three Hundred Twelve Pesos And Ninety-six Centavos (p20,742,312.96) Being The Abc To Payments Under The Contract For The Provision Of Security Services (april 1, 2025 To December 31, 2025) Under Ib No. 2025-001. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Animal Industry Now Invites Bids For The Above Procurement Project. Deployment Of Security Guards Is Required Within 10 Calendar Days Upon Receipt Of Notice To Proceed. 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. (i) 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 Bai-bac And Inspect The Bidding Documents At The Address Given Below During 8:00a.m. – 5:00 P.m., Monday To Friday Until Its Closing Period Posted In The Philgeps. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025-february 18, 2025 From The Bai-bac Secretariat Or Website Of The Procuring Entity (www.bai.da.gov.ph ) And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifteen Thousand Pesos (p15,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Bureau Of Animal Industry Will Hold A Pre-bid Conference On February 4, 2025, 9:30 A.m. At Bai-bac Conference Room, Bai Compound, Visayas Avenue, Diliman, Quezon City And/or Through Video Conferencing Or Webcasting Via Webex Or Google Meet, Which Shall Be Open To Prospective Bidders. A Personal Meeting Id Will Be Sent Through Email For Each Participant At Least One Day Before The Event. Prospective Bidders Need To Signify Their Intention To Participate By Sending An Email To Bac@bai.gov.ph. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 18, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Ib Clause 14. 9. Bid Opening Shall Be On February 18, 2025, 9:30 A.m. At Bai-bac Conference Room, Bai Compound, Visayas Avenue, Diliman, Quezon City And/or Via Webex Or Google Meet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Bureau Of Animal Industry 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. 11. The Bureau Of Animal Industry Bids And Awards Committee (bac) Will Use A Non-discretionary And Non-discriminatory Measure Based On Sheer Luck Or Chance, Which Is “draw Lots”, In The Event That Two Or More Bidders Have Been Post-qualified And Determined As The Bidder Having The Lowest Calculated Responsive Bid (lcrb) To Determine The Final Lcrb (in Alphabetical Order, The Bidders Shall Pick One Rolled Paper. The Lucky Bidder Who Would Pick The Paper With “congratulations” Remark Shall Be Declared As The Final Bidder Having Lcrb And Recommended For Award Of The Contract.) 12. Please Refer To The Following Schedule Of Activities. Activity Date Remarks Availability Of Bidding Documents January 28, 2025- February 18, 2025 Downloadable Through Philgeps, Bai Website And Can Be Requested Through Email (bac@bai.gov.ph) Pre-bid Conference February 4, 2025 (9:30 Am) A Personal Meeting Id Will Be Sent Through Email For Each Participant At Least One Day Before The Event. Prospective Bidders Need To Signify Their Intention To Participate By Sending An Email To Bac@bai.gov.ph Deadline For The Submission Of Bids February 18, 2025 (9:00 Am) Late Bids Shall Not Be Accepted. Through Personal Delivery Or Through Courier At The Bai- Bac Secretariat Office Bidders Must Ensure That The Bid Proposals Are Properly Delivered And Received By The Bac Secretariat Office On Or Before The Deadline Of Submission. Bid Opening February 18, 2025 (9:30 Am) A Personal Meeting Id Will Be Sent To Participants Through Email Who Submitted Bid Proposals On Time. 13. For Further Information, Please Refer To: Mr. Benjamin R. Gonzales Head, Bac Secretariat Office Bureau Of Animal Industry Visayas Avenue, Diliman, Quezon City Email: Bac@bai.gov.ph Contact No.: (02) 8528 2240 Local 1800 To 1804 14. For Downloading Of Bidding Documents, You May Visit: Www.bai.gov.ph (original Signed) Cheryl Rose B. Cayad-an, Dvm, Mdm Chair, Bids And Awards Committee
Closing Date18 Feb 2025
Tender AmountPHP 20.7 Million (USD 358.5 K)
STATE, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
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.
Closing Date29 Jan 2025
Tender AmountRefer Documents
Municipality Of Isabela, Negros Occidental Tender
Security and Emergency Services
Philippines
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
Closing Date28 Jan 2025
Tender AmountPHP 1.6 Million (USD 28.7 K)
INTERNATIONAL BOUNDARY AND WATER COMMISSION U S MEXICO USA Tender
Security and Emergency Services
United States
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
Closing Date15 Jan 2025
Tender AmountRefer Documents
1581-1590 of 1591 archived Tenders