Security Guard Tenders

OFFICE OF PROCUREMENT OPERATIONS USA Tender

Security and Emergency Services
United States
Closing Date2 Apr 2025
Tender AmountRefer Documents 
Details: The U.s. Department Homeland Security, Federal Protective Services (fps), Is Conducting Market Research To Identify Contractors Capable Of Providing Protective Security Officer (pso) Services At Redstone Arsenal In Huntsville, Al . Pso Services Are Defined In Three Categories: Pso Basic Services, Temporary Additional Services (tas), And Emergency Security Services (ess). Pso Basic Services Are The Permanent Ongoing Services Pre-scheduled With Monthly Fluctuating Schedules Or Any Other Services Added Up To Any Established Maximums Identified In The Contract. Tas Are Services Beyond The Basic Service Requirements. Tas Are The Short Term, Short Notice, Non-recurring Needs For Service. Ess Are Services Beyond The Basic And Tas Service Requirements. Ess Services Are Used In The Event Of A National And/or State Declared Federal Emergency Disaster Requiring Additional Pso Resources To Be Established On Short Notice, And Generally In Commercial Or Make-shift Facilities (i.e. Federal Emergency Management Agency Disaster Recovery Location). the Fps Protects Federal Facilities And Those Who Occupy Them By Conducting Law Enforcement And Protective Security Services And Leveraging Access To The Intelligence And Information Resources Of Our Network Of Federal, State, Local, Tribal, Territorial, And Private Sector Partners. The Fps Mission Is To Prevent, Protect, Respond To And Recover From Terrorism, Criminal Acts, And Other Hazards Threatening The U.s. Government’s Critical Infrastructure, Services, And The People Who Provide Or Receive Them. fps Is Seeking Information From Contractors Who Have Performed Armed Pso Efforts In The Last Three Years That Were Approximately 120,000 Hours Per Year, Either Individually On One Contract Or In The Aggregate On Several Contracts. Contractors Must Be Fully Licensed In The State Of Alabama To Perform This Type Of Service. Additionally, Vendors Must Possess A Current, Top Secret Facility Clearance Level. this Is Not A Request For Proposal. This Is A Sources Sought Notice Only.please Complete And Submit The Attached Questionairre In Its Entiretyto Ryan.ferry@fps.dhs.gov. this Is A Sources Sought Synopsis For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. This Sources Sought Notice Is Released Pursuant To Far Part 10 Market Research And Is Issued For The Purpose Of Identifying Available Sources (interested Entities) Capable Of Performing The Requirement. This Is Not A Solicitation Announcement For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. The Information Gathered From This Source Sought Notice Will Be Utilized In The Government’s Determination On Contract And Business Type Utilized In The Solicitation. the North American Industrial Classification System (naics) Code For This Effort Is 561612, Security Guards And Patrol Services, With A Small Business Size Standard Of $29m. The Naics Code And Corresponding Size Standard Is Provided To Determine The Appropriate Business Size In Response To This Sources Sought Notice. For Further Information On Business Size Definitions Please Refer To The Small Business Administration's Web Site: Https://www.sba.gov/document/support-table-size-standards.

OFFICE OF PROCUREMENT OPERATIONS USA Tender

Security and Emergency Services
United States
Closing Date2 Apr 2025
Tender AmountRefer Documents 
Details: The U.s. Department Homeland Security, Federal Protective Services (fps), Is Conducting Market Research To Identify Contractors Capable Of Providing Protective Security Officer (pso) Services At Various Locations Throughout The State Of Alabama. Pso Services Are Defined In Three Categories: Pso Basic Services, Temporary Additional Services (tas), And Emergency Security Services (ess). Pso Basic Services Are The Permanent Ongoing Services Pre-scheduled With Monthly Fluctuating Schedules Or Any Other Services Added Up To Any Established Maximums Identified In The Contract. Tas Are Services Beyond The Basic Service Requirements. Tas Are The Short Term, Short Notice, Non-recurring Needs For Service. Ess Are Services Beyond The Basic And Tas Service Requirements. Ess Services Are Used In The Event Of A National And/or State Declared Federal Emergency Disaster Requiring Additional Pso Resources To Be Established On Short Notice, And Generally In Commercial Or Make-shift Facilities (i.e. Federal Emergency Management Agency Disaster Recovery Location). the Fps Protects Federal Facilities And Those Who Occupy Them By Conducting Law Enforcement And Protective Security Services And Leveraging Access To The Intelligence And Information Resources Of Our Network Of Federal, State, Local, Tribal, Territorial, And Private Sector Partners. The Fps Mission Is To Prevent, Protect, Respond To And Recover From Terrorism, Criminal Acts, And Other Hazards Threatening The U.s. Government’s Critical Infrastructure, Services, And The People Who Provide Or Receive Them. fps Is Seeking Information From Contractors Who Have Performed Armed Pso Efforts In The Last Three Years That Were Approximately 384,000 Hours Per Year, Either Individually On One Contract Or In The Aggregate On Several Contracts. Contractors Must Be Fully Licensed In The State Of Alabama To Perform This Type Of Service. Additionally, Vendors Must Possess A Current, Top Secret Facility Clearance Level. this Is Not A Request For Proposal. This Is A Sources Sought Notice Only. Please Complete And Submit The Attached Questionairre In Its Entirety To Ryan.ferry@fps.dhs.gov. this Is A Sources Sought Synopsis For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. This Sources Sought Notice Is Released Pursuant To Far Part 10 Market Research And Is Issued For The Purpose Of Identifying Available Sources (interested Entities) Capable Of Performing The Requirement. This Is Not A Solicitation Announcement For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. The Information Gathered From This Source Sought Notice Will Be Utilized In The Government’s Determination On Contract And Business Type Utilized In The Solicitation. the North American Industrial Classification System (naics) Code For This Effort Is 561612, Security Guards And Patrol Services, With A Small Business Size Standard Of $29m. The Naics Code And Corresponding Size Standard Is Provided To Determine The Appropriate Business Size In Response To This Sources Sought Notice. For Further Information On Business Size Definitions Please Refer To The Small Business Administration's Web Site: Https://www.sba.gov/document/support-table-size-standards.

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date3 Mar 2025
Tender AmountRefer Documents 
Details: Statement Of Work (sow) lodging-in-kind With Meals 377th Military Police Company 1600 E Seymour Ave, Cincinnati, Oh general: This Is A Non-inherently Governmental/non-personal Services Contract To Provide Lodging-in-kind With Meals. the Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Accomplish The Tasks Outlined In This Statement Of Work (sow). objective/scope: Lodging-in-kind And Meals Are Required To Support Military Service Members Of The 377th Military Police Company Attending Home Station Active Duty For Mobilization As Listed In #4 (place Of Performance) For The Date Of 29 March – 01 April 2025. period Of Performance: (see Specified Support Tables) 29 March – 01 April 2025 For The 377th Military Police Company place Of Performance: lodging the Lodging Facility Shall Be Within A 30-mile Radius Of The Unit Home Station The Distance Shall Be Calculated By Utilizing Google Maps. 377th Military Police Company- 1600 E Seymour Ave, Cincinnati, Oh 45237 soldiers Who Receive Lodging Will Check In On The Respective Dates Of 29 March 2025. The Soldiers Will Remain To Their Assigned Room. Soldiers Will Not Incur Additional Expenses. If The Solider Does, They Will Be Responsible For The Additional Cost Not Covered By The Contract. All Service Members Will Check Out Of The Respective Hotels By 01 April 2025 meals meals Shall Be Furnished/supplied At The Chosen Restaurant Or Hotel If Applicable 30-mile Radius Of Locations Listed In #4 (place Of Performance) The Distance Shall Be Calculated By Utilizing Google Maps. requiring Activity Point Of Contact (poc): The Following Poc Shall Be Utilized For The Performance Of The Requirement. They Shall Not Be Contacted Through The Procurement Process. name: Danny A. Alcantara title/rank: Ssg, Logistical Mobilization email: Danny.a.alcantara.mil@army.mil phone Number:718.427.5884 dodaac: W90ewt required Support See Enclosure 01: a. Lodging: Rooms Shall House Two Military Service Members Per Room Except Those Military Service Members Holding Commander, First Sergeant, E-9, Cw3 Or O-4 And Above Ranking Positions, Which Shall Be Authorized Single Rooms. rooms Shall Be Provided At Or Below The Prevailing Per-diem Rates In Accordance With The Per-diem Threshold Found At: Https://www.gsa.gov/travel/plan-book/per-diem-rates each Room Shall Contain At A Minimum; Television With Cable Access, Internet Access, Iron And Iron Board, And Alarm Clock. Double Occupancy Rooms Shall Have Two Standalone Beds (roll-away Beds, Pullout Sofas, Cots, Etc. Do Not Constitute A Bed And Cannot Be Considered A Double Occupancy Room). personal Expenses In Guest Rooms, Such As Ordering Movies, Telephone Fees, Laundry, And Room Service, Etc. Shall Be Paid By The Guest. the Government Cannot Exceed The Per Diem Rates For Lodging In Accordance With The Joint Travel Regulation. the Requiring Activity May Conduct A Site Visit Prior To Award Of The Contract To Ensure That The Facility Meets The Criteria Stated Within This sow. a Rooming Roster Shall Be Provided To The Contractor No Later Than 7 Calendar Days Before Checking In. The Roster May Include Each Military Service Member’s Name, Rank, Gender, Check-in Date, And Total Number Of Days Authorized. b. Meals: Military Service Members Shall Have Access To Three Meals Per Day, Breakfast, Lunch And Dinner In Accordance With Army Regulation 30-22. the Contractor Shall Provide Meals Detailed On Enclosure 01 Throughout The Period Of Performance And At The Locations Listed Above. Special Dietary Restrictions Will Be Identified And Accommodated For On An As Needed Basis. Vegetarian Options Shall Be Available. Food And Beverage Charges Are Based Upon A Total Of Servings Per Meal. Self-service Beverage Stations Are Preferred For Each Meal. Local Government Per Diem Meal Rate For Food Shall Apply. Per-diem Thresholds Can Be Found At: Https://www.gsa.gov/travel/plan-book/per-diem-rates/per-diem-rates breakfast: Provider Shall Furnish A Healthy Balanced Meal In Accordance With Army Regulation 30-22. lunch: Provider Shall Furnish A Healthy Balanced Meal In Accordance With Army Regulation 30-22. Box Lunch- Grab And Go Style Is Preferred. dinner: Provider Shall Furnish A Healthy Balanced Meal In Accordance With Army Regulation 30-22. the Dining Area Shall Have A Room Capacity That Can Accommodate The Number Of Military Service Members Being Provided Meals At Each Respective Location. special Dietary Restrictions Will Be Identified And Accommodated On An As Needed Basis. Food And Beverage Charges Are Based Upon A Total Of Servings Per Meal. All Utensils, Plates, Napkins, Etc. Shall Also Be Provided By The Contractor. the Government Cannot Exceed The Per Diem Rates For Breakfast, Lunch And Dinner In Accordance With The Joint Travel Regulation. health, Safety And Security: A. Lodging: all Rooms Shall Be In The Same Facility, Under The Same Roof. access To Individual Rooms Shall Have Interior Access. All Entrance Doors To Rooms Shall Have Interior Security Locks, Either Deadbolt Or Double Locking Locks. Each Room Occupant Shall Be Provided With A Room Key. the Lodging Facility Shall Have Accessible Parking Area And The Location Shall Be In A Low Crime Area, With Security Cameras Or A Security Guard On Property For After Hour Protection At The Facility. The Government May Utilize Information Obtained, To Include, But Not Limited To, Local, State Or Federal Law Enforcement Reports And/or Https://www.areavibes.com To Assess Crime Within The Area Of The Facility. daily Custodial Services Shall Include, But Not Limited To; Room Cleaning, Bed Making, Linen Change (as Required), Quantities Of Soap, Bath Towels, Hand Towels, Sanitized Drinking Glasses, Facial Tissues, And A Cloth Bathmat. bathrooms Shall Be In A Sanitary Condition. Bathrooms Shall Contain A Shower And/or Tub Combination With A Wash Basin, A Properly Functioning Toilet, And A Mirror. Additionally, Bathrooms Shall Have Adequate Lighting And Grounded Electrical Outlets For Use Of Electrical Razors, Hair Dryers Etc. The Shower Or Shower/tub Combination Shall Have Shower Doors Or Curtains. all Rooms Shall Be Non-smoking And Free Of Bed Bugs, Lice, Rodents, Mold Or Anything That Will Make The Living Conditions Unsafe And/or Unhealthy. rooms Shall Be Cooled By Refrigerated Air Conditioning, And Adequately Heated With Individual Temperature Controls In Each Room. the Lodging Facility Shall Have Efficient Procedures And Operating Instructions For The Effective Handling And Return Of Lost-and-found Items To Their Rightful Owners. Any/all Found Items Shall Be Stored In A Secure Area. The Housekeeping Staff Shall Maintain A Log Annotating All Found Property By Building, Room, Date Found, By Whom, And Disposition Of The Property. This Log Shall Be Transferred To The Front Desk When Housekeeping Is Not Available. Attempts Shall Be Made To Contact Departed Guests As Soon As Possible Regarding Their Forgotten Belongings. the Lodging Facility Shall Comply With All Applicable Fire And Safety Codes And Regulations. Electrical Outlets Shall Be Available And In Good Working Condition. The Lodging Facility Presented To The Government Shall Be Federal Emergency Management Agency Approved. the Lodging Facility Shall Have At Least An American Automobile Association (aaa) Three Diamond Rating Or Equivalent. b. Meals: the Contractor Shall Be Responsible For All Aspects Of Food Preparation For Each Meal Delivered, Including But Not Limited To Acquisition, Menu/food Preparation, And Transportation. the Contractor Shall Follow All Local, State And Federal Health And Safety Guidelines For Food Preparation And Transportation. electronic Invoicing: The Government Will Only Pay For Actual Rooms Occupied, Unless The Advance Notification Period Below Is Not Provided By The Government. If The Advance Notification Period Is Not Provided, The Prime Contractor May Invoice For All Rooms Indicated For That Date In The Sow. The Wide Area Workflow System In The Method To Electronically Process Vendor Payment Request And Receiving Reports, As Authorized By Defense Federal Acquisition Regulation 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports. advance Notification Period: The Government Reserves The Right To Cancel any Or All Portions Of A Reservation 48 Hours Prior To The Start Date. The Cancellation Notice Shall Be Issued By The Contracting Officer. The Contractor Shall Waive Any Charges Against The Government Due To The Cancellation And Release It From All Obligations Under The Contract Resulting From Mission Changes. roles And Responsibilities: contractor: A Supplier, Vendor Or Third Party Awarded A Contract To Provide Specific Supplies Or Service To The Government. The Term Used In This Contract Refers To The Prime Contractor. contracting Officer: The Contracting Officer Is The Only Official With The Expressed Authority To Obligate The Government Or Make Changes To The Contract/agreement. Under No Circumstances Shall Changes To The contract/agreement, Be Made Without The Written Consent Of The Contracting Officer. lodging Facility: A Hotel, Motel Or Other Establishment In Which Are Used On A Transient Basis, And Includes Customary Amenities And Facilities Operated As Part Of, Or Associated With, The Lodging Facility. May Also Be Known As The Subcontractor To The Prime Contractor. meal Provider: A Supplier Or Vendor Responsible For All Aspects Of Food Preparation For Each Meal Delivered, Including But Not Limited To Acquisition, Menu/food Preparation, And Transportation. May Also Be Known As The Subcontractor To The Prime Contractor. requiring Activity (poc): This Individual Has Authority To Provide technical Direction To The Contractor As Long As That Direction Is Within The Scope Of The Contract, Does Not Constitute A Change, And Has No Funding Implications. This Individual Does Not Have Authority To Change The Terms And Conditions Of The Contract. subcontractor: One That Enters Into A Contract With A Prime Contractor. The Government Does Not Have Privity Of Contract With The Subcontractor; Therefore, The Government Will Communicate With The Prime Contractor Who In Turn Communicates With The Subcontractor. 11. References: joint Travel Regulation, Https://www.defensetravel.dod.mil/docs/perdiem/jtr.pdf army Food Program, Army Regulation 30-22, Https://armypubs.army.mil/epubs/dr_pubs/dr_a/pdf/web/arn7458_r30_22_fi nal.pdf army Food Program, Pamphlet 30-22, Https://armypubs.army.mil/epubs/dr_pubs/dr_a/pdf/web/arn7458_r30_22_final.pdf

Office Of The President Tender

Others...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Closing Date7 Apr 2025
Tender AmountPHP 215 K (USD 3.6 K)
Details: Description Title Of The Project: One (1) Lot Monthly Preventive Maintenance Of One (1) Unit 500tr Water-cooled Centrifugal Chiller (carrier) Located At Machine Room, Area 2 (march To December Of Cy 2025) A) Request For Quotation 1. One (1) Lot Monthly Preventive Maintenance Of One (1) Unit 500tr Water-cooled Centrifugal Chiller (carrier) Located At Machine Room, Area 2 (march To December Of Cy 2025) I. Purpose The Scope Of The Preventive Maintenance Covers The Necessary Equipment/ Accessories/ Materials Needed In Order To Execute The Scope Of Works Indicated On Item Iv. Ii. Description Of Equipment Location Of Chiller: Machine Room, Area 2 Brand: Carrier Model: 19xrv Capacity: 500tr Type: Water-cooled Centrifugal Iii. Requirements To Ensure Attainment Of The Project Objectives, The Following Are The Contractor's Minimum Qualifications: A. The Contractor Must Be An Authorized Service Provider Of The Indicated Brand Of Water Cooled Chiller And Must Provide Certificate Or Equivalent Document From The Manufacturer. Iv. Scope Of Works Monthly Preventive Maintenance: 1. Perform Evaluation On The Operating Parameters Of The Units. Check Log Sheet Record. Evaluate For Any Unusual Condition. 2. Check The Chiller Operating Performance Or Conduct Control Test If The Unit On Stand-by Mode. 3. Check For Unusual Sound / Vibration. 4. Check Control And Set Points Adjustments Needed To Improve Equipment’s Performance. 5. Check Voltage And Current Imbalance. 6. Check For Proper Level Of Oil And Refrigerant Charge. 7. Visually Check For Any Traces Of Leak (water, Refrigerant And Oil) And Perform Leak Test At Connection Found With Leak. 8. Check Moisture Indicating Sight Glass For Presence Of Moisture. 9. Check The Pressure Drop Across Oil Filters And Driers, Recommend Replacement, If Necessary. 10. Monitor The Condenser And/or Evaporator Operating Data (water/refrigerant Temperature And Pressure). 11. Check Oil Heater Operation. 12. Check Oil Level At The Lower Oil Sight Glass And Upper Oil Sight Glass. 13. Check Guide Vane And Diffuser Operation. 14. Check Moisture Indicator At The Motor Cooling Line. 15. Check The Condition Of External Pressure Gauges And Thermometers. Check For Leaks, Tighten, If Necessary. 16. Check The Temperature Of Starter Main Terminals And Power Cables. 17. Observe Proper Loading And Unloading Of The Compressor Capacity Controllers And Mechanisms. 18. Check For Excessive Cooler Approach, Make Recommendations, If Necessary. 19. Check For Excessive Condenser Approach, Make Recommendations, If Necessary. 20. Perform Automated Control Test. 21. Record Operating Data. Quarterly Preventive Maintenance: 1. Perform All Monthly Preventive Maintenance Scope Of Works. 2. Check Safety Devices Including Flow Switches, Differential Pressure Switches, Oil And Refrigerant Pressure Gauges, Oil Pressure Switches And Interlocks, If Applicable. 3. Service And Inspect Starter And Control Panels. Examine Starters, Contactor Contacts, Arc Chutes, Cores, Breakers, Relay And Wirings. 4. Inspect Mechanical And Electrical Interlocks, Make Adjustments If Needed. 5. Test Oil Heater Operation. 6. Check All Refrigerant Joints And Valves For Leaks. 7. Perform Vacuum Cleaning Of Starter Cabinet. 8. Check Cooling Fans For Proper Operations. 9. Clean Chiller And Starter Cabinet Body. Annual Preventive Maintenance (on The Last Month) 1. Perform All Quarterly Preventive Maintenance Scope Of Works. 2. Check All Electrical Connections. Tighten As Necessary. 3. Perform Insulation Testing To Compressor Motor. 4. Check Motor Winding Resistance. 5. Check Accuracy Of Evaporator, Condenser, Oil And Water (if Equipped) Transducers, Replace As Necessary. 6. Check Accuracy Of Water And Refrigerant Thermistors, Replace If Greater Than ± 2° F (1.2° C) Variance From Calibrated Thermometer. 7. Obtain Oil Sample For Oil Analysis (oil Analysis Will Be Quoted Separately) 8. Change Oil And Filters If "7" Failed (oil And Oil Filter Will Be Quoted Separately) V. Support Services The Contractor Should Be Able To Send Certified Service Engineers Or Qualified Technicians During Emergency Call In Case Of Breakdown, Disorderly Operation, Or Malfunctioning Of The Equipment And To Provide 24/7 Response Center Service. The Contractor Shall Cover The Labor Of Replacement Of Available Material, Components, And Parts Not Covered In The Purchase Order (po) However Provided By The End-user. Vi. Safety And Health The Contractor Shall Be Responsible For: A. Compliance With All Applicable Safety And Health Regulations For Basic Ppes Under Dole-osh; B. Taking Care Of The Safety And Health Of All Contractor’s Personnel On The Site; C. Using Reasonable Efforts To Keep The Site And Works Clear Of Unnecessary Obstruction So As To Avoid Accident And Damage To Property; D. The Technician Of The Contractor Shall Submit Themselves To All Health Protocols As May Be Prescribed By Op/psg. Vii. Maintenance Schedule The Duration Of The Monthly Preventive Maintenance Is Within The Calendar Year 2025 (unless Renewed Or Extended) Will Take Effect Upon The Receipt Of The Po And The Release Of The Psc Clearance And/or Approval Of Visitor Management System (vms). The Preventive Maintenance Schedule Is To Be Agreed Upon By The End-user And Coordinated For Information With The Contract Implementer By The Contractor. Viii. Security Clearance The Contractor Upon Acceptance Of Po, Must Coordinate With The Engineering Office Within Five (5) Working Days For The Schedule Of The Preventive Maintenance Service, For The Vms Link, And For The Submission Of The Following Documentary Requirements: A. Letter Of Request For Access Addressed To The Head Of The Eo Indicating The Date And Time Of Scheduled Preventive Maintenance And List Of Personnel And Vehicle. (recommended To Be Accomplished Monthly At Least Three (3) Working Days Before The Scheduled Preventive Maintenance); B. Company Ids Of The Listed Personnel (clear Photocopy); C. Or/cr Of Service Vehicle/s (clear Photocopies); And D. Driver’s License Of The Driver/s Of The Service Vehicle/s (clear Photocopies) Each Personnel Of The Contractor Must Send A Visitor Request Every Service Day Through The Vms Link To Be Approved By The End-user. In The Case Wherein The Documentary Requirements Was Unable To Submit By The Contractor Only After The First Pms, The Approved Vms Request May Be Used As Reference For Security Clearance. Ix. Contract Renewal/extension/amendment Considering That The Preventive Maintenance Service Is Procured Repeatedly In The Last Three (3) Years And Deemed Essential To The Day To Day Operations And To Ensure Uninterrupted Operation Of The Equipment, The Contract/po May Be Renewed Or Extended In Accordance With Annex “a” – Guidelines On Renewal Of Regular And Recurring Services Of Government Procurement Policy Board (gppb) Resolution No. 06-2022 Dated 12 September 2022, Under The Following Conditions: 1. Renewal- The Duration Of Each Contract/po Renewal Shall Not Exceed One (1) Year; However, The Total Combined Period Covering The Original Contract/po, Renewal Contract/po, And Contract/po Extension/s, If Applicable, Shall Not Exceed Three (3) Years (section 3.5) ; And 2. Extension- The Duration For Each Contract Extension Shall Not Extend Three (3) Months; However, The Total Combined Period Covering All Contract/po Extension/s Shall Not Exceed Six (6) Months. The Duration Of Contract/po Extension/s Shall Form Part Of The Total Combined Period Of Three (3) Years As Previously Mentioned (section 5.2) 3. Amendment- The Terms And Conditions Of The Contract/po May Be Amended In Accordance To Existing Budgeting, Accounting, And Auditing Rules, Given The Following Instances Stated In Section 6, Appendix 37 Of Ra 9184. A Performance Evaluation Shall Be Conducted By The Op Through The Eo, Which Shall Have Direct Oversight And Supervision Of The Contractor To Ensure That The Services Are Effectively And Efficiently Conducted. X. Terms Of Payment The Preventive Maintenance Service Shall Be Paid Monthly Upon The Submission Of The Following Documents To The Contract Implementer: A. Letter Of Request For Payment B. Billing Service Invoice; And C. After Service Report Complete With Findings And Recommendation Duly Signed By Authorized Eo Representative With Attached Pictures. (original Copy To The Contract Implementer And A Copy To The End-user) Delivery Period: Three (3) Working Days Upon The Issuance Of The Presidential Security Guard (psg) Clearance. B) Use Company Letterhead For Your Quotation & Address To: The Procurement Management Service Office Of The President M-123 Mabini Hall, J.p. Laurel St., Malacañang Complex, San Miguel, Manila Tel. No. (02) 8249-8310 Local 8238 Email Address: Pmas@op.gov.ph C) Attached To The Quotation Or During The Evaluation Of Quotation/s: 1. Philgeps Registration Certificate 2. Latest/valid Mayor’s/business Permit 3. Latest Income/business (vat Or Percentage) Tax Return (for Abcs Above P500k) Prior To The Award 4. Omnibus Sworn Statement (for Abcs Above P50k) 5. Authority To Transact With The Op A. Special Power Of Attorney For Sole Proprietorships B. Secretary’s Certificate For Corporations, Partnerships, Or Cooperatives Note: •kindly Attach The Complete Eligibility Documents To Avoid Disqualification. •include The Back Page Of The Mayor’s/business Permit If Available •scan The Documents In A Manner That The Entries Are Legible/readable. •please Specify Brand/offer. •please Use The Rfq Template Provided By The Office Of The President (op). In Case You Submit Your Own Template And There Is Conflict Between The Two (2), The Op Rfq-template Shall Prevail. •collected Personal Information/data Is Processed In Accordance With The Existing Data Privacy Policy Of The Op. • In Case Of A Tie In The Offered Quotations Or When Two Or More Suppliers Have Been Evaluated To Be The Lowest Calculated And Responsive Quotation, The Winning Bidder Shall Be Determined Through The Drawing Of Lots. D) Indicate In Your Quotation The Following 1. Terms Of Payment: Government Terms 2. Price Validity: 3. Warranty: 4. Place Of Delivery: Amo Warehouse, Op Motorpool Compound, P. Casal St. Quiapo, Manila 5. Delivery Period: 6. Stock Availability (if For Goods). 7. Certificate Of Exclusive Distributorship (if Applicable). 8. Specify Brand (if Applicable). 9. Tin (submit Upon Award).

Office Of The President Tender

Others...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Closing Date6 Jun 2025
Tender AmountPHP 150.5 K (USD 2.5 K)
Details: Description Title Of The Project: One (1) Lot Monthly Preventive Maintenance Of One (1) Unit 500tr Water-cooled Centrifugal Chiller (carrier) Located At Machine Room, Area 2 (june To December Of Cy 2025) A) Request For Quotation 1. One (1) Lot Monthly Preventive Maintenance Of One (1) Unit 500tr Water-cooled Centrifugal Chiller (carrier) Located At Machine Room, Area 2 (june To December Of Cy 2025) I. Purpose The Scope Of The Preventive Maintenance Covers The Necessary Equipment/ Accessories/ Materials Needed In Order To Execute The Scope Of Works Indicated On Item Iv. Ii. Description Of Equipment Location Of Chiller: Machine Room, Area 2 Brand: Carrier Model: 19xrv Capacity: 500tr Type: Water-cooled Centrifugal Iii. Requirements To Ensure Attainment Of The Project Objectives, The Following Are The Contractor's Minimum Qualifications: A. The Contractor Must Be An Authorized Service Provider Of The Indicated Brand Of Water Cooled Chiller And Must Provide Certificate Or Equivalent Document From The Manufacturer. Iv. Scope Of Works Monthly Preventive Maintenance: 1. Perform Evaluation On The Operating Parameters Of The Units. Check Log Sheet Record. Evaluate For Any Unusual Condition. 2. Check The Chiller Operating Performance Or Conduct Control Test If The Unit On Stand-by Mode. 3. Check For Unusual Sound / Vibration. 4. Check Control And Set Points Adjustments Needed To Improve Equipment’s Performance. 5. Check Voltage And Current Imbalance. 6. Check For Proper Level Of Oil And Refrigerant Charge. 7. Visually Check For Any Traces Of Leak (water, Refrigerant And Oil) And Perform Leak Test At Connection Found With Leak. 8. Check Moisture Indicating Sight Glass For Presence Of Moisture. 9. Check The Pressure Drop Across Oil Filters And Driers, Recommend Replacement, If Necessary. 10. Monitor The Condenser And/or Evaporator Operating Data (water/refrigerant Temperature And Pressure). 11. Check Oil Heater Operation. 12. Check Oil Level At The Lower Oil Sight Glass And Upper Oil Sight Glass. 13. Check Guide Vane And Diffuser Operation. 14. Check Moisture Indicator At The Motor Cooling Line. 15. Check The Condition Of External Pressure Gauges And Thermometers. Check For Leaks, Tighten, If Necessary. 16. Check The Temperature Of Starter Main Terminals And Power Cables. 17. Observe Proper Loading And Unloading Of The Compressor Capacity Controllers And Mechanisms. 18. Check For Excessive Cooler Approach, Make Recommendations, If Necessary. 19. Check For Excessive Condenser Approach, Make Recommendations, If Necessary. 20. Perform Automated Control Test. 21. Record Operating Data. Quarterly Preventive Maintenance: 1. Perform All Monthly Preventive Maintenance Scope Of Works. 2. Check Safety Devices Including Flow Switches, Differential Pressure Switches, Oil And Refrigerant Pressure Gauges, Oil Pressure Switches And Interlocks, If Applicable. 3. Service And Inspect Starter And Control Panels. Examine Starters, Contactor Contacts, Arc Chutes, Cores, Breakers, Relay And Wirings. 4. Inspect Mechanical And Electrical Interlocks, Make Adjustments If Needed. 5. Test Oil Heater Operation. 6. Check All Refrigerant Joints And Valves For Leaks. 7. Perform Vacuum Cleaning Of Starter Cabinet. 8. Check Cooling Fans For Proper Operations. 9. Clean Chiller And Starter Cabinet Body. Annual Preventive Maintenance (on The Last Month) 1. Perform All Quarterly Preventive Maintenance Scope Of Works. 2. Check All Electrical Connections. Tighten As Necessary. 3. Perform Insulation Testing To Compressor Motor. 4. Check Motor Winding Resistance. 5. Check Accuracy Of Evaporator, Condenser, Oil And Water (if Equipped) Transducers, Replace As Necessary. 6. Check Accuracy Of Water And Refrigerant Thermistors, Replace If Greater Than ± 2° F (1.2° C) Variance From Calibrated Thermometer. 7. Obtain Oil Sample For Oil Analysis (oil Analysis Will Be Quoted Separately) 8. Change Oil And Filters If "7" Failed (oil And Oil Filter Will Be Quoted Separately) V. Support Services The Contractor Should Be Able To Send Certified Service Engineers Or Qualified Technicians During Emergency Call In Case Of Breakdown, Disorderly Operation, Or Malfunctioning Of The Equipment And To Provide 24/7 Response Center Service. The Contractor Shall Cover The Labor Of Replacement Of Available Material, Components, And Parts Not Covered In The Purchase Order (po) However Provided By The End-user. Vi. Safety And Health The Contractor Shall Be Responsible For: A. Compliance With All Applicable Safety And Health Regulations For Basic Ppes Under Dole-osh; B. Taking Care Of The Safety And Health Of All Contractor’s Personnel On The Site; C. Using Reasonable Efforts To Keep The Site And Works Clear Of Unnecessary Obstruction So As To Avoid Accident And Damage To Property; D. The Technician Of The Contractor Shall Submit Themselves To All Health Protocols As May Be Prescribed By Op/psg. Vii. Maintenance Schedule The Duration Of The Monthly Preventive Maintenance Is Within The Calendar Year 2025 (unless Renewed Or Extended) Will Take Effect Upon The Receipt Of The Po And The Release Of The Psc Clearance And/or Approval Of Visitor Management System (vms). The Preventive Maintenance Schedule Is To Be Agreed Upon By The End-user And Coordinated For Information With The Contract Implementer By The Contractor. Viii. Security Clearance The Contractor Upon Acceptance Of Po, Must Coordinate With The Engineering Office Within Five (5) Working Days For The Schedule Of The Preventive Maintenance Service, For The Vms Link, And For The Submission Of The Following Documentary Requirements: A. Letter Of Request For Access Addressed To The Head Of The Eo Indicating The Date And Time Of Scheduled Preventive Maintenance And List Of Personnel And Vehicle. (recommended To Be Accomplished Monthly At Least Three (3) Working Days Before The Scheduled Preventive Maintenance); B. Company Ids Of The Listed Personnel (clear Photocopy); C. Or/cr Of Service Vehicle/s (clear Photocopies); And D. Driver’s License Of The Driver/s Of The Service Vehicle/s (clear Photocopies) Each Personnel Of The Contractor Must Send A Visitor Request Every Service Day Through The Vms Link To Be Approved By The End-user. In The Case Wherein The Documentary Requirements Was Unable To Submit By The Contractor Only After The First Pms, The Approved Vms Request May Be Used As Reference For Security Clearance. Ix. Contract Renewal/extension/amendment Considering That The Preventive Maintenance Service Is Procured Repeatedly In The Last Three (3) Years And Deemed Essential To The Day To Day Operations And To Ensure Uninterrupted Operation Of The Equipment, The Contract/po May Be Renewed Or Extended In Accordance With Annex “a” – Guidelines On Renewal Of Regular And Recurring Services Of Government Procurement Policy Board (gppb) Resolution No. 06-2022 Dated 12 September 2022, Under The Following Conditions: 1. Renewal- The Duration Of Each Contract/po Renewal Shall Not Exceed One (1) Year; However, The Total Combined Period Covering The Original Contract/po, Renewal Contract/po, And Contract/po Extension/s, If Applicable, Shall Not Exceed Three (3) Years (section 3.5) ; And 2. Extension- The Duration For Each Contract Extension Shall Not Extend Three (3) Months; However, The Total Combined Period Covering All Contract/po Extension/s Shall Not Exceed Six (6) Months. The Duration Of Contract/po Extension/s Shall Form Part Of The Total Combined Period Of Three (3) Years As Previously Mentioned (section 5.2) 3. Amendment- The Terms And Conditions Of The Contract/po May Be Amended In Accordance To Existing Budgeting, Accounting, And Auditing Rules, Given The Following Instances Stated In Section 6, Appendix 37 Of Ra 9184. A Performance Evaluation Shall Be Conducted By The Op Through The Eo, Which Shall Have Direct Oversight And Supervision Of The Contractor To Ensure That The Services Are Effectively And Efficiently Conducted. X. Terms Of Payment The Preventive Maintenance Service Shall Be Paid Monthly Upon The Submission Of The Following Documents To The Contract Implementer: A. Letter Of Request For Payment B. Billing Service Invoice; And C. After Service Report Complete With Findings And Recommendation Duly Signed By Authorized Eo Representative With Attached Pictures. (original Copy To The Contract Implementer And A Copy To The End-user) Op’s Required Delivery Period (dp): Three (3) Working Days Upon The Issuance Of The Presidential Security Guard (psg) Clearance. B) Use Company Letterhead For Your Quotation & Address To: The Procurement Management Service Office Of The President M-123 Mabini Hall, J.p. Laurel St., Malacañang Complex, San Miguel, Manila Tel. No. (02) 8249-8310 Local 8238 Email Address: Pmas@op.gov.ph C) The Following Documentary Requirements Must Be Submitted As Follows (attached To The Quotation Or During The Evaluation Of Quotation/s.): 1. Philgeps Registration Certificate 2. Latest/valid Mayor’s/business Permit 3. Latest Income/business (vat Or Percentage) Tax Return (for Abcs Above P500k) Prior To The Award: 4. Omnibus Sworn Statement (for Abcs Above P50k) 5. Authority To Transact With The Op A. Special Power Of Attorney For Sole Proprietorships B. Secretary’s Certificate For Corporations, Partnerships, Or Cooperatives 6. Latest Gis For Corporation D) Indicate In Your Quotation The Following 1. Terms Of Payment: Government Terms 2. Price Validity: 3. Warranty: 4. Place Of Delivery: Amo Warehouse, Op Motorpool Compound, P. Casal St. Quiapo, Manila 5. Supplier’s Offered Delivery Period: (only Fill In The Dp If Supplier Is Offering A Dp That Is Different From That Indicated In The Rfq. In Case The Dp If Left Blank, It Is Understood That Supplier Conforms To The Rfq’s Dp. If The Offered Dp Exceeds The Rfq’s Dp, The Quotation Will Be Rejected. If The Dp Offered Is With A Range Where The Minimum Range Falls Within The Rfq’s Dp, The Supplier May Be Requested To Clarify Its Offered Dp If It Is The Lone Responsive Supplier, Otherwise, The Same Shall Be Considered Non-responsive And The Quotation Shall Be Rejected.) 6. Stock Availability (if For Goods). 7. Certificate Of Exclusive Distributorship (if Applicable). 8. Specify Brand (if Applicable). 9. Tin (submit Upon Award). Note: •kindly Attach The Complete Eligibility Documents To Avoid Disqualification. •include The Back Page Of The Mayor’s/business Permit If Available •scan The Documents In A Manner That The Entries Are Legible/readable. •please Specify Brand/offer. •please Use The Rfq Template Provided By The Office Of The President (op). In Case You Submit Your Own Template And There Is Conflict Between The Two (2), The Op Rfq-template Shall Prevail. •collected Personal Information/data Is Processed In Accordance With The Existing Data Privacy Policy Of The Op. •in Case Of A Tie In The Offered Quotations Or When Two Or More Suppliers Have Been Evaluated To Be The Lowest Calculated And Responsive Quotation, The Winning Bidder Shall Be Determined Through The Drawing Of Lots.

National Food Authority Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date9 Jan 2025
Tender AmountPHP 18.7 Million (USD 321.3 K)
Details: Description The National Food Authority Northern Mindanao Regional Office, Through The Corporate Operating Budget For Cy 2025 Intends To Apply The Sum Of Eighteen Million Seven Hundred Seven Thousand Four Hundred Eighteen Pesos And 51/100 Only (php 18,707,418.51) Being The Abc To Payments Under The Contract For Procurement Of Security Services For Nfa Region 10 For January 1, 2025 To December 31, 2025 With Project Reference No : Nfa-con-ss-2025-001. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Province No. Of Security Guards Approved Budget For The Contract (abc) Misamis Oriental 21 ₱ 5,648,675.94 Bukidnon 31 ₱ 7,427,717.34 Lanao Del Norte 24 ₱ 5,631,025.23 Total 76 ₱ 18,707,418.51 A. Regular Posting - Nfa Owned Warehouses Province Total No Of Sg’s Wage Rate No. Of Months Budgetary Requirement Bukidnon Malaybalay/ Valencia/ Maramag 15 24,268.95 12 4,368,411.00 Kalilangan 3 23,428.44 12 843,423.84 Wao 4 18,861.65 12 905,359.20 Lanao Del Norte Iligan 5 24,268.95 12 1,456,137.00 Lala 4 23,428.44 12 1,124,565.12 Ozamiz City 3 24,268.95 12 873,682.20 Misamis Oriental Cagayan De Oro City 7 24,268.95 12 2,038,591.80 Mambajao 1 23,428.44 12 281,141.28 Sub-total 42 11,891,311.44 B. Nfa Building Compound – Regional Office / Branch Offices Province Total No Of Sg’s Wage Rate No. Of Months Budgetary Requirement Bukidnon Malaybalay/ Valencia/ Maramag 3 24,268.95 12 873,682.20 Lanao Del Norte Iligan 3 24,268.95 12 873,682.20 Ozamiz City 3 24,268.95 12 873,682.20 Misamis Oriental Cagayan De Oro City 9 24,268.95 12 2,621,046.60 Mambajao 2 23,428.44 12 562,282.56 Sub-total 20 5,804,375.76 C. Others- Contingency Posting / Special Events Province Total No Of Sg’s Wage Rate No. Of Months Budgetary Requirement Bukidnon Malaybalay/ Valencia/ Maramag 6 24,268.95 03 Months 436,841.10 Lanao Del Norte Iligan 3 24,268.95 03 Months 218,420.55 Lala 3 23,428.44 03 Months 210,855.96 Mis Or Cagayan De Oro City 2 24,268.95 03 Months 145,613.70 Sub-total 14 1,011,731.31 Grand Total 76 18,707,418.51

Department Of Environment And Natural Resources - DENR Tender

Security and Emergency Services
Corrigendum : Tender Amount Updated
Philippines
Closing Date21 Mar 2025
Tender AmountPHP 1.3 Million (USD 22.9 K)
Details: Description Invitation To Bib For The Procurement Of Security Services For Penro Sultan Kudarat For Cy 2025 Pr No. 2025-03-050 1. The Denr Penro Sultan Kudarat, Through The Fy 2025 General Appropriations Act Intend To Apply The Sum Of One Million Three Hundred Thirty-five Thousand Pesos (1,335,000.00) (vat Inclusive) Being The Abc For The Payments Under The Contract For Procurement Of Security Services For Denr Penro Sultan Kudarat For 7 Security Guards To Be Assigned At Denr Penr Office And Cenr Offices Of This Province Covering From April 2025 To December Cy 2025. The Period For The Performance Of The Obligations Under The Contract Shall Not Go Beyond The Validity Of The Corresponding Appropriations For The Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. 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 Citizen/sole Proprietorship, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 3. Prospective Bidders May Obtain Further Information From Denr Penro Sk Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During 9:00 Am To 4:00 Pm. 4. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Monday To Friday From March 7, 2025 Until Bid Opening March 27, 2025 And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00) From The Given Address Below. 5. The Denr Penro Sultan Kudarat Will Hold A Pre-bid Conference On March 17, 2025, 10:30 Am Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Submitted Manually At The Office Address Duly Received By The Bac Secretariat Through At Address Below On Or Before 01:30 Pm Of March 27, 2025. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 1:30 Pm March 27, 2025 At The Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend The Activity. 9. The Denr Penro Sultan Kudarat Reserved The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Now Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Ms. Celeste Mae K. Camsa Head, Bac Secretariat Denr Penro Sultan Kudarat National Highway, Brgy. Kenram, Isulan, Sultan Kudarat Sgd. Jennifer A. Trajico Bac Chairman Denr Penro Sultan Kudarat National Highway, Brgy. Kenram, Isulan, Sultan Kudarat

DEPT OF THE ARMY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date25 Apr 2025
Tender AmountRefer Documents 
Details: Amendment 0002 Is To Update/add The Following: the Rfp Response Date Has Been Changed From 22 April 2025 To 25 April 2025 @ 10am Pst attach 1 Pws Updated To Attach 1 Pws 16apr2025 rfp Addendum 52.212-1 Updated attach 14 Questions And Answers Add attach 15 Site Visit Sign In And Slides clins 0005, 1005, 2005, 3005, 4005, 5005 Add For Surge, Periods Of Increased Security. amendment 0001 - Change Set Aside Fromservice-disabled Veteran-owned Small Business (sdvosb) Sole Source (far 19.14) Toservice-disabled Veteran-owned Small Business (sdvosb) (far 19.14). combined Synopsis/solicitation w9127n25ra011 lower Columbia River, Armed Guard Services (bonneville, The Dalles, John Day Dams) u.s. Army Corps Of Engineers, Portland District 19 March 2025 this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Follows A Prior Sources Sought Posted On Www.sam.gov Using Solicitation Number W9127n25r0009. request For Proposals (rfp) - W9127n25ra011 Seeks Proposals To Continue Armed Guard Services At The Three Critical Lcr Dams Bordering Washington/oregon. The New Performance Period To Continue Services Is Approximately 1 July 2025. The Following Solicitation Document, Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular 2025-03. award Will Be Made On A Best Value, Tradeoff Between Price, And Non-price Factors. The Setaside For This Solicitation Is Service-disabled Veteran Owned Small Business Set Aside.naics Code 561612 – Security Guards And Patrol Services Applies With A Small Business Size Standard Of $29 Million. All Prospective Offerors Must Be Registered In The System For Award Management (sam) At Www.sam.gov To Be Eligible For Award. Lack Of Sam Registration Will Make An Offeror Ineligible For Award. Sdvob Status Requires Sba Verification To Compete. contractors Shall Provide Proposals. See Far 52.212-2 Evaluation Of Commercial Products And Commercial Services, Guided Further By Far 52.212-1, Instruction To Offerors. Submit Quotes To Nathean.w.stoner@usace.army.mil. Only Electronic Submissions Will Be Accepted. Verify Receipt After Submitting. offer Due Date And Time: Proposal Due Date And Time Will Appear In The Sam Posting. the Contract Is Firm-fixed Price, Fob Destination. Contractors Are To Fill Out Pricing On The Attached Sf 1449 For All Clins. Offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items. For Offerors With A Current Registration In The System For Award Management (sam), Complete Paragraph (b) Of The Provision And Submit With Theresponse To The Rfq Only. site Visit. An Initial Site Visit Is Available To All Offerors To Walk The Three Servicelocations. Rsvp By 2pm Pacific Time, 7 April 2025 To Attend. An Initial Site Visit Isavailable To All Offerors Covering The Three Service Locations. See Far 52.237-1 For Replyingand Attendance Needs.

LAND TRANSPORTATION FRANCHISING & REGULATORY BOARD REGION Tender

Security and Emergency Services
Philippines
Closing Date10 Apr 2025
Tender AmountPHP 1.3 Million (USD 22.3 K)
Details: Description The Land Transportation Franchising And Regulatory Board (ltfrb) Regional Franchising And Regulatory Office (rfro) No. 10, Through Its Bids And Awards Committee For Procurement Of Goods (bac-pg), Intends To Apply The Sum Of One Million Three Hundred Thousand Pesos (₱1,300,000) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Security Services For The Ltfrb-10 For Fy-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Ltfrb-rfro No. 10 Now Invites Bids For Security Services With Six (6) Security Guards At The Ltfrb Regional Office No. 10, Apovel, Bulua, Cagayan De Oro City. Delivery Of The Services Is Required For A Period Of Nine (9) Months. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Single Contract Similar To The Aforementioned Contract. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii. Instruction To The Bidders. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure Using A Non-discretionary “pass/fail” Criteria As Specified In The Implementing Rules And Regulations (irr) Of Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act”. 4. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Corporations, Cooperatives Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To R.a. No. 5183 And Subject To Commonwealth Act No. 138. 5. Interested Bidders May Obtain Further Information From The Ltfrb-rfro No. 10 And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm, Monday To Friday. 6. The Bac-pg Of The Ltfrb Region 10 Will Hold A Pre-bid Conference On March 27, 2025, 10:00 Am At The Ltfrb-rfro No. 10, Apovel, Bulua, Cagayan De Oro City, Which Shall Be Open To All Interested Parties Only. 7. Bids Must Be Delivered To The Address Below On Or Before April 10, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Of 5% Of The Total Bid Value. 8. Bid Opening Shall Be On April 11, 2025, 2:00 Pm At The Ltfrb-rfro No. 10. 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. 9. The Ltfrb Region 10 Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process And To Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s. 10. For Further Information, Please Refer To: Elizabeth S. Paqueo, Administrative Officer Iii Bac Secretariat Ltfrb Regional Office No. 10 Apovel, Bulua, Cagayan De Oro City Tel. No.: (085) 857-5637 R10@ltfrb.gov.ph Date: March 18, 2025 Solayman B. Macatoon, Jr. Administrative Officer V Bac Chairperson Ltfrb Regional Office No. 10

Unique Identification Authority Of India - UIDAI Tender

Goods
Software and IT Solutions
GEM
Corrigendum : Corrigendum Added
India
Closing Date24 Jan 2025
Tender AmountINR 11.6 Million (USD 132.9 K)
This is an estimated amount, exact amount may vary.
Details: CATEGORY: Subscription renewal and activation of License of Qualys Guard Container Security for 1 year as per technical specification in Annexure A and scope of Work , Subscription renewal and activation of License of Qualys Guard Web Application Scanning for 1 year as per technical specification in Annexure B and scope of work , Subscription renewal and activation of License of Burp Suite Professional for 1 year as per technical specification in Annexure C and scope of work , Subscription, installation and activation of License of Qualys Guard Web Application Scanning for 1 year as per technical specification in Annexure B and scope of work , Two days on-premises training on Qualys Guard Tool for 6 number of UIDAI personnel as per scope of work
6041-6050 of 6121 archived Tenders