Security Guard Tenders

PASONANCA ELEMENTARY SCHOOL ZAMBOANGA CITY Tender

Security and Emergency Services...+1Manpower Supply
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 240 K (USD 4.1 K)
Details: Description The Pasonanca 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: 02-0020-25 Procurement Of Security Services For Pasonanca 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 Pasonanca 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 (09524837103) 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 1:00 Pm And Must Be Marked Received With Time And Date To Be Dropped In The Drop Box Located At Pasonanca Elementary School Admin Building/principal’s Office. - The Opening Of Bids Will Be On February 24,2025 At Pasonanca Elementary School Grade 4 Pg (gt Building) At 1:00 Pm.

PASONANCA ELEMENTARY SCHOOL ZAMBOANGA CITY Tender

Security and Emergency Services
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 240 K (USD 4.1 K)
Details: Description 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 Luyahan 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 (09524837103) 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 March 03, 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 Pasonanca Elementary School Admin Building/principal’s Office. - The Opening Of Bids Will Be On March 03, 2025 At Luyahan Elementary School 3:00 Pm.

PASONANCA ELEMENTARY SCHOOL ZAMBOANGA CITY Tender

Security and Emergency Services...+1Manpower Supply
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 240 K (USD 4.1 K)
Details: Description The Pasonanca 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: 02-0020-25 Procurement Of Security Services For Pasonanca 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 Pasonanca 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 (09524837103) 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 March 03, 2025 , On Or Before 1:00 Pm And Must Be Marked Received With Time And Date To Be Dropped In The Drop Box Located At Pasonanca Elementary School Admin Building/principal’s Office. - The Opening Of Bids Will Be On March 03,2025 At Pasonanca Elementary School Grade 4 Pg (gt Building) At 1:00 Pm.

PASONANCA ELEMENTARY SCHOOL ZAMBOANGA CITY Tender

Security and Emergency Services
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 240 K (USD 4.1 K)
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.

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

FEDERAL AVIATION ADMINISTRATION USA Tender

Security and Emergency Services
United States
Closing Date30 Apr 2025
Tender AmountRefer Documents 
Details: Market Survey – Central Service Area Contract Security Officer Services in Accordance With Federal Aviation Administration (faa) Acquisition Management System (ams) Policy 3.2.1.2.1, Market Analysis, This Is A Market Survey / Sources Sought Announcement For The Purpose Of Soliciting Statements Of Interest And Capabilities From Interested Vendors. Responses To This Announcement Will Be Used For Informational Purposes Only To Support The Development Of An Acquisition Strategy For Contract Security Officer (cso) Services For The Central Service Area (csa). The Information Received Will Not Be Released, Except As Required Under The Freedom Of Information Act (foia). Proprietary Information Will Be Protected If Appropriately Marked. the Faa Is Required To Procure Security Officer Services Under The National Security Officer Services (nsos) Program. The Purpose Of This Market Survey/request For Information Is To Survey The Marketplace To Assess The Level Of Interest And Capabilities Among Qualified Providers Of The Required Services. The Acquisition Strategy Has Not Yet Been Finalized And The Feedback Received From This Market Survey May Affect Any Small Business Set Aside Acquisition Decisions, As Appropriate. this Is Not A Screening Information Request Or Request For Proposal. description Of Required Services: there Is A Need For Cso Services For The Central Service Area (csa). The Csa Is Comprised Of The Following States: Illinois, Indiana, Kansas, Minnesota, New Mexico, Michigan, Ohio And Texas. the Csos Will Be Responsible For Providing Security Officer Services To Safeguard Faa Employees And Faa Facilities. Some Of The Duties Will Include, But Are Not Limited To, Protecting United States Government Property And Assets From Loss, Theft, Damage, Unauthorized Use, Criminal Acts, Espionage, Sabotage, And Terrorism. the Scope Of The Required Services To Be Performed By The Csos Can Be Found In The Attached Statement Of Work (sow). The Sow Is Subject To Change If The Faa Determines It Is In Its Best Interest To Issue A Solicitation At A Future Date. This Service Area Includes Locations Within The Continental United States (conus) And Outside The Continental United States (oconus). interested Party Responses: the Faa Requests All Interested Businesses To Submit Past Performance Information With Similar Size, Scope, And Complexity As The Attached Sow. This Past Performance Information Should Include Information Regarding Contract Number, Period Of Performance, And A Detailed Summary Of Services Performed Under The Contract. In Addition To Past Performance, Interested Businesses Are Requested To Submit A Capability Statement That Shows How The Contractor Meets The Following Sow Requirements: contract Requirements: a. The Contractor’s Primary Business Must Be Providing Armed 24/7 Cso Services. b. The Contractor Must Have At Least Five (5) Consecutive Years Of Documented Experience In Providing Armed Cso Services In Four Or More States Concurrently. c. The Contractor Must Provide Written Evidence Of Armed Cso Services To Large Facilities Similar To Faa Security Level 4 Staffed Facility That Has Over 450 Employees And Over 150,000 Square Feet Of Space. This Includes Operation Of Automated Access Control, Visual Surveillance, Intrusion Detection, And X-ray Scanning Equipment. d. Contractor Must Provide Evidence Of Active Business Licenses And Security Permits For The Following States: Illinois, Indiana, Kansas, Minnesota, New Mexico, Michigan, Ohio And Texas. submission Requirements: interested Businesses Are Requested To Provide The Following Information To The Primary Point Of Contact In This Notice Via Email Only (no Mailed Submissions Please): past Performance Information As Described Above (no Page Limit) capability Statement As Described Above (not To Exceed 15 Pages). company Information Including Name, Sam Uei, Poc Telephone Number, E-mail Address, And Mailing Address. interested Parties' Responses Must Be Submitted By Email To The Contracting Officer Listed Below By No Later Than April 30, 2025. The Responses Must Be Written In Times New Roman Font, Size 12, With 1.0 Inch Top, Bottom, And Side Margins. Any Proprietary Information Submitted Must Be Properly Identified. Information From Vendor Submissions May Be Used In Future Acquisition Activities On A Non-vendor Specific Basis. this Market Survey Is Also Being Conducted In Order To Obtain The Information Necessary To Determine Whether Adequate Competition Exists To Conduct A Set-aside For Any Future Acquisition. The Naics Code For This Requirement Is 561612-security Guards And Patrol Services. Responses To This Market Survey Will Assist The Faa In Making Decisions About Any Acquisition That May Follow. this Market Survey Must Not Be Construed As An Obligation On The Part Of The Faa To Acquire These Services. Since This Is Not A Screening Information Request Or Request For Proposal, No Results Will Be Issued To The Responding Firms. No Solicitation For These Items Exists At This Time. If A Solicitation Is Issued, It Will Be Announced On Www.sam.gov. It Is The Vendor’s Responsibility To Monitor The Website For Release Of The Solicitation. The Faa Will Not Entertain Or Accept Unsolicited Proposals For This Work. the Faa Will Not Be Liable For Any Costs Associated With The Preparation Of Responses To This Market Survey, Nor Reimburse Or Otherwise Pay Any Costs Incurred By Any Party Responding To This Announcement. Any Costs Associated With The Market Survey Submissions Will Be Solely At The Interested Party’s Expense. the Faa May Request That One, Some, All, Or None Of The Respondents To The Market Survey / Sources Sought Provide Additional Information. Vendor Participation In Any Informational Session Is Not A Promise For Future Business With The Faa. note: The Far References Cited In Sam.gov Are Not Applicable To The Faa As The Faa Has Its Own Policies And Guidance Referenced In The Ams.

FEDERAL AVIATION ADMINISTRATION USA Tender

Security and Emergency Services
United States
Closing Date30 Apr 2025
Tender AmountRefer Documents 
Details: Market Survey – Northeast Service Area Contract Security Officer Services in Accordance With Federal Aviation Administration (faa) Acquisition Management System (ams) Policy 3.2.1.2.1, Market Analysis, This Is A Market Survey / Sources Sought Announcement For The Purpose Of Soliciting Statements Of Interest And Capabilities From Interested Vendors. Responses To This Announcement Will Be Used For Informational Purposes Only To Support The Development Of An Acquisition Strategy For Contract Security Officer (cso) Services For The Northeast Service Area (nesa). The Information Received Will Not Be Released, Except As Required Under The Freedom Of Information Act (foia). Proprietary Information Will Be Protected If Appropriately Marked. the Faa Is Required To Procure Security Officer Services Under The National Security Officer Services (nsos) Program. The Purpose Of This Market Survey/request For Information Is To Survey The Marketplace To Assess The Level Of Interest And Capabilities Among Qualified Providers Of The Required Services. The Acquisition Strategy Has Not Yet Been Finalized And The Feedback Received From This Market Survey May Affect Any Small Business Set Aside Acquisition Decisions, As Appropriate. this Is Not A Screening Information Request Or Request For Proposal. description Of Required Services: there Is A Need For Cso Services For The Northeast Service Area (nesa). The Nesa Is Comprised Of The Following States: New Hampshire, New York, New Jersey, Pennsylvania, And Virginia. The Csos Will Be Responsible For Providing Security Officer Services To Safeguard Faa Employees And Faa Facilities. Some Of The Duties Will Include, But Are Not Limited To, Protecting United States Government Property And Assets From Loss, Theft, Damage, Unauthorized Use, Criminal Acts, Espionage, Sabotage, And Terrorism. the Scope Of The Required Services To Be Performed By The Csos Can Be Found In The Attached Statement Of Work (sow). The Sow Is Subject To Change If The Faa Determines It Is In Its Best Interest To Issue A Solicitation At A Future Date. This Service Area Includes Locations Within The Continental United States (conus) And Outside The Continental United States (oconus). interested Party Responses: the Faa Requests All Interested Businesses To Submit Past Performance Information With Similar Size, Scope, And Complexity As The Attached Sow. This Past Performance Information Should Include Information Regarding Contract Number, Period Of Performance, And A Detailed Summary Of Services Performed Under The Contract. In Addition To Past Performance, Interested Businesses Are Requested To Submit A Capability Statement That Shows How The Contractor Meets The Following Sow Requirements: contract Requirements: a. The Contractor’s Primary Business Must Be Providing Armed 24/7 Cso Services. b. The Contractor Must Have At Least Five (5) Consecutive Years Of Documented Experience In Providing Armed Cso Services In Four Or More States Concurrently. c. The Contractor Must Provide Written Evidence Of Armed Cso Services To Large Facilities Similar To Faa Security Level 4 Staffed Facility That Has Over 450 Employees And Over 150,000 Square Feet Of Space. This Includes Operation Of Automated Access Control, Visual Surveillance, Intrusion Detection, And X-ray Scanning Equipment. d. Contractor Must Provide Evidence Of Active Business Licenses And Security Permits For The Following States: New Hampshire, New York, New Jersey, Pennsylvania, And Virginia. submission Requirements: interested Businesses Are Requested To Provide The Following Information To The Primary Point Of Contact In This Notice Via Email Only (no Mailed Submissions Please) past Performance Information As Described Above (no Page Limit) capability Statement As Described Above (not To Exceed 15 Pages). company Information Including Name, Sam Uei, Poc Telephone Number, E-mail Address, And Mailing Address. interested Parties' Responses Must Be Submitted By Email To The Contracting Officer Listed Below By No Later Than April 30, 2025. The Responses Must Be Written In Times New Roman Font, Size 12, With 1.0 Inch Top, Bottom, And Side Margins. Any Proprietary Information Submitted Must Be Properly Identified. Information From Vendor Submissions May Be Used In Future Acquisition Activities On A Non-vendor Specific Basis. this Market Survey Is Also Being Conducted In Order To Obtain The Information Necessary To Determine Whether Adequate Competition Exists To Conduct A Set-aside For Any Future Acquisition. The Naics Code For This Requirement Is 561612-security Guards And Patrol Services. Responses To This Market Survey Will Assist The Faa In Making Decisions About Any Acquisition That May Follow. this Market Survey Must Not Be Construed As An Obligation On The Part Of The Faa To Acquire These Services. Since This Is Not A Screening Information Request Or Request For Proposal, No Results Will Be Issued To The Responding Firms. No Solicitation For These Items Exists At This Time. If A Solicitation Is Issued, It Will Be Announced On Www.sam.gov. It Is The Vendor’s Responsibility To Monitor The Website For Release Of The Solicitation. The Faa Will Not Entertain Or Accept Unsolicited Proposals For This Work. the Faa Will Not Be Liable For Any Costs Associated With The Preparation Of Responses To This Market Survey, Nor Reimburse Or Otherwise Pay Any Costs Incurred By Any Party Responding To This Announcement. Any Costs Associated With The Market Survey Submissions Will Be Solely At The Interested Party’s Expense. the Faa May Request That One, Some, All, Or None Of The Respondents To The Market Survey / Sources Sought Provide Additional Information. Vendor Participation In Any Informational Session Is Not A Promise For Future Business With The Faa. note: The Far References Cited In Sam.gov Are Not Applicable To The Faa As The Faa Has Its Own Policies And Guidance Referenced In The Ams.

FEDERAL AVIATION ADMINISTRATION USA Tender

Security and Emergency Services
United States
Closing Date26 Mar 2025
Tender AmountRefer Documents 
Details: In Accordance With Federal Aviation Administration (faa) Acquisition Management System (ams) Policy 3.2.1.2.1, Market Analysis, This Is A Market Survey / Sources Sought Announcement For The Purpose Of Soliciting Statements Of Interest And Capabilities From Interested Vendors. Responses To This Announcement Will Be Used For Informational Purposes Only To Support The Development Of An Acquisition Strategy For Contract Security Officer (cso) Services For The Western Service Area (wsa). The Information Received Will Not Be Released, Except As Required Under The Freedom Of Information Act (foia). Proprietary Information Will Be Protected If Appropriately Marked. the Faa Is Required To Procure Security Officer Services Under The National Security Officer Services (nsos) Program. The Purpose Of This Market Survey/request For Information Is To Survey The Marketplace To Assess The Level Of Interest And Capabilities Among Qualified Providers Of The Required Services. The Acquisition Strategy Has Not Yet Been Finalized And The Feedback Received From This Market Survey May Affect Any Small Business Set Aside Acquisition Decisions, As Appropriate. this Is Not A Screening Information Request Or Request For Proposal. description Of Required Services: there Is A Need For Cso Services For The Western Service Area (wsa). The Wsa Is Comprised Of The Following States And U.s. Territory: Alaska, California, Washington, Colorado, Hawaii, Nevada, Arizona, Utah And Guam. The Csos Will Be Responsible For Providing Security Officer Services To Safeguard Faa Employees And Faa Facilities. Some Of The Duties Will Include, But Are Not Limited To, Protecting United States Government Property And Assets From Loss, Theft, Damage, Unauthorized Use, Criminal Acts, Espionage, Sabotage, And Terrorism. the Scope Of The Required Services To Be Performed By The Csos Can Be Found In The Attached Statement Of Work (sow). The Sow Is Subject To Change If The Faa Determines It Is In Its Best Interest To Issue A Solicitation At A Future Date. This Service Area Includes Locations Within The Continental United States (conus) And Outside The Continental United States (oconus). interested Party Responses: the Faa Requests All Interested Businesses To Submit Past Performance Information With Similar Size, Scope, And Complexity As The Attached Sow. This Past Performance Information Should Include Information Regarding Contract Number, Period Of Performance, And A Detailed Summary Of Services Performed Under The Contract. In Addition To Past Performance, Interested Businesses Are Requested To Submit A Capability Statement That Shows How The Contractor Meets The Following Sow Requirements: contract Requirements: a. The Contractor’s Primary Business Must Be Providing Armed 24/7 Cso Services. b. The Contractor Must Have At Least Five (5) Consecutive Years Of Documented Experience In Providing Armed Cso Services In Four Or More States Concurrently. c. The Contractor Must Provide Written Evidence Of Armed Cso Services To Large Facilities Similar To Faa Security Level 4 Staffed Facility That Has Over 450 Employees And Over 150,000 Square Feet Of Space. This Includes Operation Of Automated Access Control, Visual Surveillance, Intrusion Detection, And X-ray Scanning Equipment. d. Contractor Must Provide Evidence Of Active Business Licenses And Security Permits For The Following States And U.s. Territory: Alaska, California, Washington, Colorado, Hawaii, Nevada, Arizona, Utah And Guam. submission Requirements: interested Businesses Are Requested To Provide The Following past Performance Information As Described Above (no Page Limit) capability Statement As Described Above (not To Exceed 15 Pages). company Information Including Name, Sam Uei, Poc Telephone Number, E-mail Address, And Mailing Address. interested Parties' Responses Must Be Submitted By Email To The Contracting Officer Listed Below By No Later Than March 26, 2025 At 5:00 Pm Et. The Responses Must Be Written In Times New Roman Font, Size 12, With 1.0 Inch Top, Bottom, And Side Margins. Any Proprietary Information Submitted Must Be Properly Identified. Information From Vendor Submissions May Be Used In Future Acquisition Activities On A Non-vendor Specific Basis. this Market Survey Is Also Being Conducted In Order To Obtain The Information Necessary To Determine Whether Adequate Competition Exists To Conduct A Set-aside For Any Future Acquisition. The Naics Code For This Requirement Is 561612-security Guards And Patrol Services. Responses To This Market Survey Will Assist The Faa In Making Decisions About Any Acquisition That May Follow. this Market Survey Must Not Be Construed As An Obligation On The Part Of The Faa To Acquire These Services. Since This Is Not A Screening Information Request Or Request For Proposal, No Results Will Be Issued To The Responding Firms. No Solicitation For These Items Exists At This Time. If A Solicitation Is Issued, It Will Be Announced On Www.sam.gov. It Is The Vendor’s Responsibility To Monitor The Website For Release Of The Solicitation. The Faa Will Not Entertain Or Accept Unsolicited Proposals For This Work. the Faa Will Not Be Liable For Any Costs Associated With The Preparation Of Responses To This Market Survey, Nor Reimburse Or Otherwise Pay Any Costs Incurred By Any Party Responding To This Announcement. Any Costs Associated With The Market Survey Submissions Will Be Solely At The Interested Party’s Expense. the Faa May Request That One, Some, All, Or None Of The Respondents To The Market Survey / Sources Sought Provide Additional Information. Vendor Participation In Any Informational Session Is Not A Promise For Future Business With The Faa. note: The Far References Cited In Sam.gov Are Not Applicable To The Faa As The Faa Has Its Own Policies And Guidance Referenced In The Ams.

Government Of New Brunswick Tender

Others
Canada
Closing Date26 Jun 2025
Tender AmountRefer Documents 
Details: Right To Cancel In The Event The Province Of New Brunswick Changes The Manner In Which The Goods Specified On This Tender Are Obtained, The Province Reserves The Right To Cancel The Contract At Any Time, With 30 Days Advance Notice To The Successful Vendor(s). The Province Of New Brunswick Will Not Be Subject To Any Penalties Or Costs Associated With Contract Cancellation. This Procurement Is Subject To The Canadian Free Trade Agreement. New Brunswick Manufacturer Preference By Stating Yes In The Input Box, I Confirm That I Am A Manufacturer Of Goods With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Manufacturer Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Manufacturer Preference. Place Of Business Means An Establishment Where A Manufacturer Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. New Brunswick Vendor Preference By Stating Yes In The Input Box, I Confirm That I Am A Vendor Of Goods Or Services With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Vendor Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Vendor Preference. Place Of Business Means An Establishment Where A Vendor Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. Guard Services Scope Invitation To Tender For Professional Security Guard Services At Fundy Trail Provincial Park On Behalf Of The Department Of Tourism And Heritage. Security Firms Are To Provide A Minimum Of Three (3) Guards Per Shift, With A Maximum Of Up To Four (4) Guards For Expanding Operations (if Required). The Selected Firm Shall Meet The Requirements Outlined In The 'appendix A' Document Attached To This Invitation To Tender And Demonstrate Their Capability To Deliver High-quality Security Services. Services Required From Date Of Award Through August 1, 2025 With The Option To Extend For Two(2) Additional Months Upon Mutual Agreement From Both Parties. Gnb Reserves The Right To Withdraw From The Contract With Given Two (2) Week Notice To The Successful Security Firm. Submittals Bidders Shall Provide Required Information That Is Listed In Section 1 And Section 2 Of The Attached 'appendix A' Document. Bidders Must Meet Or Exceed Requirements Listed In Section 1 And 2 Of The 'appendix A' Document To Be Considered For Award. Bidders Shall Provide Required Information That Is Listed In Section 1, 2, 3, & 4 Of The Attached 'appendix B' Document Attached To This Invitation To Tender. Pricing & Payment Terms Bidder(s) Are Required To Indicate Pricing In The 'item Description' Section Listed Below Of This Invitation To Tender Document. - Payment Terms: Net 30 Days From Receipt Of Invoice. Award Criteria This Contract Will Be Awarded To The Lowest Compliant Total Bid Price Which Meets The Following Criteria: - Section 1 Of 'appendix A' - Section 2 Of 'appendix A' - Pricing And Payment Terms. Bidders Are Expected To Meet Or Exceed The Requirements In Section 1, 2, 3, & 4 Of The Attached 'appendix B' Document. If Bidder's Cannot Meet These 'duties & Procedures', Bids May Not Be Accepted. Note: Bids Received Are Subject To Reference Checks And Will Be The Sole Discretion Of The Department Of Tourism, Heritage And Culture. Tourism, Heritage And Culture Reserves The Right To Reject Any Or All Proposals And To Accept The Proposal Deemed To Be In The Best Interest Of The Organization. Service Agreement The Successful Bidder Must Enter Into A Formal Service Agreement With Parks New Brunswick. The Agreement Will Outline The Terms And Conditions Of The Service, Including But Not Limited To, The Scope Of Work, Payment Terms, Duration Of The Contract, And Performance Expectations. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Instructions For Bid Submission 1. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission By Email For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 2. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 3. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 4. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 5. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 6. All Tenders Must Be Ddp (delivery Duty Paid), Per Incoterms 2020 Ddp. The Seller Bears All Costs And Risks Until The Goods Are Delivered To The Buyer At The Named Place Of Destination, Ready For Unloading, And Cleared For Import, Including All Duties And Taxes. 7. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Excluded Jurisdictions 1. In Accordance With Section 162.1 Of Regulation 2014-93 Under The Procurement Act, Us Bids For This Solicitation May Be Refused At The Sole Discretion Of The Government Of New Brunswick. Refused Bids Will Not Be Returned And There Will Be No Further Notification To Refused Bidders. 2. For The Purpose Of This Section: 2.1 "us Bid" Means A Bid Submission From: A) A Us Entity, Or B) A Joint Venture, Syndicate, Partnership Or Other Business Combination Or Cooperative Arrangement In Combination With A Us Entity That Is Submitted From A Place Of Business Within The United States Of America. 2.2 "us Entity" Means A) A Business Or Professional Organization, Including Without Limitation A Corporation, Partnership, Joint Venture, Professional Corporation, Limited Liability Company, Sole Proprietorship, Trust Or Association Or Other Commercial Organization, That Is Created, Established, Formed Or Incorporated In Any Jurisdiction In The United States Of America; And B) Any Entity That Is Owned Or Controlled By An Entity Listed In Paragraph 2.2(a); And 2.3 "place Of Business" Means An Establishment Where A Vendor Or Manufacturer Conducts Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. Tariffs Price Adjustments Suppliers Should Prepare Bid Submissions Based On Information And Costs Known At The Time Of Submission. If The Price Of Any Goods Included Within This Solicitation Is Affected By New, Previously Undisclosed Tariffs Or Duties Implemented After The Bid Submission Period Has Closed, The Awarded Supplier(s) May Request A Price Increase From The Government Of New Brunswick (gnb) To Offset The Increased Costs (a "tariff Price Adjustment") As Outlined In This Section. Before Requesting A Tariff Price Adjustment From Gnb, Suppliers Should First Seek Refund Or Relief From Applicable Federal And Provincial/territorial Government Applicable Tariff Relief Programs. If The Supplier Is Unable To Obtain Financial Relief Or Support From Federal And/or Provincial/territorial Governments, Suppliers May Request A Tariff Price Adjustment From Gnb For The Affected Goods, After Providing Sufficient Evidence That Financial Relief Or Support Was Denied. Suppliers Must Substantiate Any Tariff Price Adjustment Request With Supporting Information And Documentation Satisfactory To Gnb In Its Sole Discretion, Including But Not Limited To: 1) A Detailed Description Of The Goods On Which A Price Increase Is Sought, The Associated Hs Codes, And The Applicable Tariffs; 2) Detailed Breakdown Of How Tariffs Have Impacted The Supplier's Operations And/or Supply Chain, Including Raw Materials, Production, And Shipping; 3) A Cost Comparison Before And After The Tariffs, Showing How They Directly Impact The Supplier's Pricing, And The Supplier's Plans To Mitigate Cost Pressures; 4) Evidence Demonstrating The Supplier's Inability To Source The Goods Or Substitutes From Non-us Suppliers, Or Other Factors Preventing The Sourcing Of The Goods Or Substitutes From Non-us Suppliers (e.g., Contractual Obligations); And 5) Any Supportive Or Corroborative Information, Such As Communications From The Supplier's Supply Chain Or Logistics Partners, Which Confirms The Impact Of Tariffs On The Supplier's Costs. Requests For Tariff Price Adjustments Should Be Sent To The Contact Person On The Purchase Order Or Contract. Acceptance Of Any Price Increase Is Solely At The Government Of New Brunswick's Discretion, And Subject To Any Conditions Imposed At The Time Of Approval. All Bids Will Be Deemed To Have Been Submitted In Contemplation Of The Above Noted Potential Adjustments To Price. By Submitting A Bid, Each Supplier Acknowledges That The Other Suppliers Who Have Submitted Bids May Obtain A Tariff Price Adjustment In Accordance With The Requirements Noted Above, And Waives Any Claim, Action Or Proceeding Against Gnb Relating To A Tariff Price Adjustment To Any Contract Arising From This Solicitation. A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. All Discounts Quoted Will Be Considered To Be Without Limitations. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Direct Deposit The Province Of New Brunswick Uses Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. Where Permissible Under The Applicable Trade Agreements And The Regulation Under The Procurement Act, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference.

Bustos Water District Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 792 K (USD 13.6 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 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
5611-5620 of 5645 archived Tenders