Solid Waste Tenders
Department Of Environment And Natural Resources - DENR Tender
Food Products
Philippines
Closing Date7 Apr 2025
Tender AmountPHP 356.8 K (USD 6.2 K)
Details: Description Request For Quotation Date: Quotation No.: Company Name: Address: T.i.n.: Dear Sir/ma'am: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than ____________________ In The Return Envelope Attached Herewith. Note: Atty. Claudio A. Nistal, Jr. 1. All Entries Must Be Typewritten / Written In Ink Oic, Ard For Management Services 2. Delivery Period Within The Date Of Activity Calendar Days. Bac, Chairperson 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity. 4. Price Validity Shall Be For A Period Of 90 Calendar Days. 5. G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certificates Of The Product Being Offered. 7. In Line With The Denr Caraga R-13 Application For Environmental Management System, Standards And Iso 14001, Service Providers For Catering Services Are Discouraged The Use Of Bottled Mineral Water, Bottled Softdrinks And Juices, Plastic Cups, Spoons And Forks And Other Plastic This Is To Adhere To Mandate Of Environmental Objectives Which Is The Reduction Generation Of Solid Wastes. Item No. Item & Description Abc Qty. Unit Unit Price Total Cost (php) Catering Services Unit Cost Total Cost April 22, 2025 1 A.m. Snacks 200.00 8,000.00 40 Pax -puto Maya With Mango Fruit & Hot Native Chocolate 2 Lunch 280.00 11,200.00 40 Pax -chicken Barbecue, Fish Tinola, Four Seasons Vegetables, Rice, Fresh Fruits Salad, Softdrink In A Glass Bottle 3 P.m. Snacks 200.00 8,000.00 40 Pax -buko Pie And Iced Tea In A Glass 4 Dinner 250.00 10,000.00 40 Pax -beef With Ampalaya, Fish Fillet In Sweet And Sour Sauce, Cream Of Corn Soup, Rice, Fresh Fruits, Softdrink In A Glass Bottle April 23, 2025 5 Breakfast 250.00 8,750.00 35 Pax -tortang Talong, Dried Fish, Hotdog, Rice, Fresh Fruits And Coffee 6 A.m. Snacks 180.00 7,200.00 40 Pax -banana Cake And Pineapple Juice In A Glass 7 Lunch 280.00 11,200.00 40 Pax -garlic Chicken, Pork Ribs Nilaga, Adobong Kangkong W/ Tufo, Rice, Fresh Fruits, Softdrink In A Glass Bottle 8 P.m. Snacks 200.00 8,000.00 40 Pax -lomi With Bread And Iced Tea In A Glass 9 Dinner 250.00 10,000.00 40 Pax -grilled Fish, Sweet And Sour Chicken Fillet, Miswa With Patola Soup, Rice, Mixed Fruits, Softdrink In A Glass Bottle April 24, 2025 10 Breakfast 250.00 8,750.00 35 Pax -daing Na Bangus, Corned Beef With Potato, Rice, Fresh Fruits And Coffee 11 A.m. Snacks 200.00 8,000.00 40 Pax -assorted Kakanin And Buko Juice In A Glass 12 Lunch 280.00 11,200.00 40 Pax -chicken Curry, Special Sotanghon, Beef Halang Halang, Rice, Buko Salad, Softdrink In A Glass Bottle 13 P.m. Snacks 200.00 8,000.00 40 Pax -cassava Cake & Lemonade In A Bottle 14 Dinner 250.00 10,000.00 40 Pax -beef With Brocolli, Pork Barbecue, Chicken Oriental Soup, Rice, Mixed Fruits, Softdrink In A Glass Bottle April 25, 2025 15 Breakfast 250.00 8,750.00 35 Pax -tocino, Scrambled Egg With Tomato, Rice, Fresh Fruits And Coffee 16 A.m. Snacks 200.00 8,000.00 40 Pax -tuna Sandwich With Chips And Fruit Juice 17 Lunch 280.00 11,200.00 40 Pax -chicken Adobo, Law-oy Soup, Fried Fish, Rice, Mango Tapioca, Softdrink In A Glass Bottle 18 P.m. Snacks 180.00 7,200.00 40 Pax -banana Turon With Langka & Iced Tea In A Glass Bottle 19 Dinner 250.00 10,000.00 40 Pax -beef Mechado, Lumpia Shanghai, Pinakbet, Rice, Fresh Fruits, Softdrink In A Glass Bottle April 26, 2025 20 Breakfast 250.00 8,750.00 35 Pax - Tuna Paksiw, Egg With Ampalaya, Rice, Fresh Fruits And Coffee 21 A.m. Snacks 200.00 8,000.00 40 Pax -submarine Sandwich And Iced Tea In A Glass 22 Lunch 280.00 11,200.00 40 Pax -fried Chicken, Eggplant Salad, Beef Bas-oy, Rice, Fresh Fruit Salad, Softdrink In A Glass Bottle 23 P.m. Snacks 180.00 7,200.00 40 Pax -special Binignit 24 Dinner 280.00 11,200.00 40 Pax -fried Pork With Black Beans, Sinigang Na Pasayan, Lumpia Shanghai (chicken), Rice, Fresh Fruits, Softdrink In A Glass Bottle April 27, 2025 25 Breakfast 250.00 8,750.00 35 Pax -fish Paksiw, Chorizo, Rice, Fresh Fruits And Coffee 26 A.m. Snacks 200.00 8,000.00 40 Pax -chocolate Cake And Pineapple Juice In A Glass 27 Lunch 280.00 11,200.00 40 Pax -grilled Bangus, Boiled Vegetables With Salted Fish, Fish Tinola (tuna), Rice, Macaroni Salad, Softdrink In A Glass Bottle 28 P.m. Snacks 200.00 8,000.00 40 Pax -special Mammon & Mango Juice In A Glass 29 Dinner 250.00 10,000.00 40 Pax -fish Escabeche, Breaded Pork With Honey Mustard Sauce, Molo Soup, Rice, Fresh Fruits, Softdrink In A Glass Bottle April 28, 2025-community Engagement & Immersion 30 Breakfast 250.00 8,750.00 35 Pax -mixed Vegetable With Egg, Fried Fish, Rice, Banana, Bottled Water (500ml) 31 A.m. Snacks 200.00 16,000.00 80 Pax -special Ensaymada And Canned Juice 32 Lunch 280.00 22,400.00 80 Pax Beef W/ Mushroom, Pork Bola-bola, Chopsuey Guisado, Rice, Mixed Fruits, Softdrink In A Glass Bottle 33 P.m. Snacks 200.00 16,000.00 80 Pax -chicken Empanada (2pcs./serving) And Canned Juice 34 Dinner 280.00 11,200.00 40 Pax -pork Barbecue, Garlic Chicken, Pancit Canton, Rice, Fresh Fruits, Softdrink In A Glass Bottle April 29, 2025 35 Breakfast 250.00 8,750.00 35 Pax -chicken Tocino, Stir Fry Baguio Beans, Rice, Fresh Fruits And Coffee 36 A.m. Snacks 200.00 8,000.00 40 Pax Siopao And Canned Juice -------------------- 356,850.00 *w/free Flowing Coffee, Purified Drinking Water & Table Skirting Purpose: Requested Catering Services For The Conduct Of Environment And Natural Resources Academy (enra) Frontline Course On April 22-29, 2025 At Denr Regional Office, Ambago, Butuan City. Page 1 Of 1 Brand And Model : Highly Standard Delivery Period : Warranty : Price Validity : After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. ________________________________ End-user Representative/canvasser Printed Name / Signature Tel. No. / Cellphone No.: ___________________ E-mail Address: _________________________ ________________________________ Procurement Representative/canvasser
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date10 Apr 2025
Tender AmountRefer Documents
Details: This Announcement Is A Sources Sought (market Research Only) Notice. This Is Not A Request For Quote (rfq) Or Request For Proposal (rfp). This Announcement Is For Information And Planning Purposes Only And Is Not To Be Taken As A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. the 413th Contracting Support Brigade (csb), Regional Contracting Office-hawaii (rco-hi) Is Performing Market Research On A Service Type Contract To Perform The Following: provide Comprehensive Grease Trap Pumping, Cleaning, Inspection, And Disposal Services Across Several U.s. Army Installations On The Island Of Oahu, Hawaii, Including Schofield Barracks, Wheeler Army Airfield, Fort Shafter, And Aliamanu Military Reservation (detailed In Technical Exhibit #1).the Contractor Will Be Responsible For Furnishing All Personnel, Labor, Equipment, Transportation, Supplies, And Materials Necessary To Fulfill These Essential Maintenance Services. The Contractor Shall Provide Grease Trap Pumping And Interceptor Services. The Work Performed Entails The Inspection, Preventative Maintenance (pm), Cleaning, And Disposal Of Collected Waste (solid Materials, Wastewater And Grease). During The Preventative Maintenance Of The Grease Traps, The Contractor Shall Scrape The Trap’s Interior Walls To Remove Oil, Grease And Other Materials. In The Event Of A Clog, The Contractor Will Be Responsible For The Sewer Lines 50 Feet Upstream Of The Grease Trap And 50 Feet Downstream Of The Grease Trap As Needed Or When Flow Rates Indicate Restrictions Are Accumulating. the Purpose Of This Sources Sought Notice Is To Determine Interest And Capability Of Potential Qualified Firms Relative To North American Industry Classification System (naics) Code 562998, All Other Miscellaneous Waste Management Services. submission Requirement For Responses To This Sources Sought Notice: 1-your Intent To Submit A Quote/proposal For This Project When It Is Formally Advertised; 2-name Of Firm With Address, Phone Number, E-mail Address, And Point Of Contact; 3-cage Code And Unique Entity Id (uei) 4-size Of Firm Including Category Of Small Business, Such As 8(a), Women-owned Small Business (wosb), Hubzone, Small Disadvantanged Veteran Owned Small Business (sdvosb); And 5-statement Of Capability Stating The Company Skills, Experience, And Knowledge Required To Perform The Specific Type Of Work. firms Responding To This Sources Sought Notice, Who Fail To Provide All Of The Required Information Requested, Will Not Be Used To Assist The Government In The Acquisition Decision, Which Is The Intent Of This Sources Sought Notice. note: If You Do Not Intend To Submit A Quote/proposal For This Project When It Is Formally Advertised, Please Do Not Submit A Response To This Sources Sought Notice. send Your Responses To Angela Mccolor At Angela.u.mccolor.civ@army.mil By 4/10/2025 At 11:00a.m. Honolulu Time (hawaii Standard Time).
Mindanao State University Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Closing Date12 Mar 2025
Tender AmountPHP 301.6 K (USD 5.2 K)
Details: Description The Western Mindanao State University, Through Its Bids And Awards Committee (bac), Is Inviting Philgeps Registered Suppliers To Apply For Eligibility And To Submit Bids For The Item Mentioned Hereunder: 1.) One (1) Piece Of External Drive Specification .portable Storage 1tb .usb 3.2 Gen 1 .type A To Micro B .plug And Play .shock Proof For: Cn - Dr. Emelie J. Tan. Abc: Php 3,000.00 2.) Four (4) Pcs Of Flash Drive 16 Gb For: Cn - Dr. Emelie J. Tan. Abc: Php 1,200.00 3.) Seven (7) Unit Of 3-in-1 Multifunction Printer With Wireless Connectivity Specification Function: Print, Scan, Copy Connectivity: Wi-fi Continuous Ink Supply System For: Coe - Engr. Lizamyl R. Laping - 1 Unit New Extension Projects - 6 Units Abc: Php 105,000.00 4.) One (1) Unit Of 3-in-1 Multifunction Printer Specifications: . Function: Print, Scan, Copy . Continuous Ink Supply System For: Cn - Dr. Emelie J. Tan. Abc: Php 12,000.00 5.) Sixteen (16) Pcs Of Manila Paper For: Cn - Dr. Emelie J. Tan. Abc: Php 112.00 6.) Five (5) Pcs Of Puncher, Heavy Duty For: Csm - Ms. Dionne Lara Herwig. Abc: Php 890.00 7.) Eight (8) Reams Of Special Paper A4, 200 Gsm For: Csm - Ms. Dionne Lara Herwig - 5 Reams Coe - Engr. Lizamyl R. Laping - 3 Reams. Abc: Php 3,600.00 8.) Ten (10) Box Of Sign Pen Gel Type, Blue 12pcs/box For: Csm - Ms. Dionne Lara Herwig. Abc: Php 3,000.00 9.) Sixty-three (63) Pcs Of White Board Marker Bullet Tip, Blue, Odorless For: Cn - Dr. Emelie J. Tan - 21 Pieces Csm - Ms. Dionne Lara Herwig - 30 Pieces Csm - Mr. Reymond G. Paragas - 12 Pieces. Abc: Php 1,575.00 10.) Ten (10) Pcs Of White Board Eraser For: Csm - Ms. Dionne Lara Herwig . Abc: Php 500.00 11.) Twelve (12) Bottle Of White Board Marker Ink Refill 400 Ml/bottle For: Csm - Ms. Dionne Lara Herwig - 10 Pieces Csm - Mr. Reymond G. Paragas - 2 Pieces. Abc: Php 2,400.00 12.) Three Hundred Ten (310) Pcs Of Ordinary Ballpen Blue - 155 Pieces Black - 155 Pieces For: Cn - Dr. Emelie J. Tan - 200 Pieces (blue - 100, Black - 100) Csm - Ms. Dionne Lara Herwig - 31 Pieces ((blue - 15, Black - 16) Coe - Engr. Lizamyl R. Laping - 79 Pieces (blue - 40, Black - 39). Abc: Php 1,860.00 13.) Sixty-three (63) Reams Of Bondpaper A4, 70 Gsm, Subs. 20 For: Cn - Dr. Emelie J. Tan - 3 Reams Esu Pagadian - Ms. Julienne Stephanie Fabie-agapin - 5 Reams Csm - Ms. Dionne Lara Herwig - 5 Reams Coe - Engr. Lizamyl R. Laping - 30 Reams Csm - Mr. Reymond G. Paragas - 20 Reams. Abc: Php 13,230.00 14.) Sixty-four (64) Reams Of Bondpaper Legal, 70 Gsm, Subs. 20 For: Cn - Dr. Emelie J. Tan - 2 Reams Esu Pagadian - Ms. Julienne Stephanie Fabie-agapin - 5 Reams Csm - Ms. Dionne Lara Herwig - 33 Reams Coe - Engr. Lizamyl R. Laping - 4 Reams Csm - Mr. Reymond G. Paragas - 20 Reams. Abc: Php13,760.00 15.) Two Hundred (200) Pcs Of Certficate Holder/jacket A4 For: Esu Pagadian - Ms. Julienne Stephanie Fabie-agapin. Abc: Php 8,400.00 16.) Twenty-two (22) Pcs Of Pencil Lead/graphite, With Eraser 12 Pcs/box For: Cn - Dr. Emelie J. Tan. Abc: Php 1,474.00 17.) Sixty-seven (67) Bottle Of Alcohol Ethyl 500 Ml/bottle For: Cn - Dr. Emelie J. Tan. Abc: Php 6,030.00 18.) Thirty (30) Pcs Of Id Holder With Lanyard For: Csm - Ms. Dionne Lara Herwig. Abc: Php 510.00 19.) Twenty-five (25) Box Of Paper Fastener Non-sharp Edge (metal) 50 Set/box For: Csm - Ms. Dionne Lara Herwig. Abc: Php 1,150.00 20.) Thirty-five (35) Box Of Paper Clip 33 Mm Or 50 Mm 100 Pcs/box For: Csm - Ms. Dionne Lara Herwig. Abc: Php 910.00 21.) Eighty (80) Pcs Of Expanding Envelope Legal, Brown With Garter For: Csm - Ms. Dionne Lara Herwig - 30 Pieces Coe - Engr. Lizamyl R. Laping - 50 Pieces. Abc: Php 2,800.00 22.) Eight (8) Pcs Of Color Coded Bins (trash Can) Dimension: 365 X 340 X 330 Mm Blue Color - 2 Black Color - 2 Green Color - 2 Red Color - 2 For: Coe - Engr. Lizamyl R. Laping. Abc: Php 3,600.00 23.) Two (2) Pcs Of Permanent Marker Bullet Tip, Black For: Coe - Engr. Lizamyl R. Laping . Abc: Php 30.00 24.) Three (3) Pcs Of Flip Chart 70 Cm X 100 Cm Mostly Metal Magnetic Whiteboard With Pen Tray Adjustable Tilting Angle & Height Reinforced Triangular Support For Stability Spring Loaded Clips/hanging Hooks For Flip-chart Paper For: Coe - Engr. Lizamyl R. Laping. Abc: Php 2,370.00 25.) Thirty (30) Pcs Of Cartolina 19" X 22", 80 Gsm Assorted Color For: Cn - Dr. Emelie J. Tan . Abc: Php 270.00 26.) Two (2) Reams Of Bond Paper Short, 70 Gsm For: Cn - Dr. Emelie J. Tan . Abc: Php 500.00 27.) Thirty-three (33) Pcs Of Folder White Color With Tab Long For: Cn - Dr. Emelie J. Tan - 15 Pieces Esu Pagadian - Ms. Julienne Stephanie Fabie-agapin - 18 Pieces. Abc: Php 297.00 28.) Two (2) Box Of Chalk 0.9 D X 8.0 L Cm, Anti-alleregy, Non-toxic, Less Dust, Marks And Erases Easily 100 Pcs/box For: Cn - Dr. Emelie J. Tan. Abc: Php 170.00 29.) Two Hundred Sixty-nine (269) Pcs Of Transparent Envelope With Brown Envelope Inside Double Snap Button, Legal Size For: Cn - Dr. Emelie J. Tan - 250 Pieces Esu Pagadian - Ms. Julienne Stephanie Fabie-agapin - 19 Pieces. Abc: Php 8,608.00 30.) Two Hundred Fifty (250) Pcs Of Notebook Spiral, 40 Leaves For: Cn - Dr. Emelie J. Tan. Abc: Php 4,750.00 31.) Four (4) Pcs Of Clip Board Legal Size, Clipboard With Smooth Polypropylene Base Provides A Hard, Portable Writing Surface Made Of Polypropylene (pp) Plastic, Water Resistant For: Cn - Dr. Emelie J. Tan. Abc: Php 600.00 32.) Two Hundred (200) Pcs Of Face Towel Soft, Machine Washable For: Cn - Dr. Emelie J. Tan. Abc: Php 6,000.00 33.) Two Hundred (200) Pcs Of Antibacterial Hand Soap Sachet, 25g For: Cn - Dr. Emelie J. Tan. Abc: Php 2,000.00 34.) Two Hundred (200) Pcs Of Toothbrush Soft, Polished Rounded Bristles, Streamlined, Straightforward Handle Design, With Bristle Cap For: Cn - Dr. Emelie J. Tan. Abc: Php 4,000.00 35.) Two Hundred (200) Sachet Of Toothpaste Antibacterial Fluoride Toothpaste Sachet, 30g For: Cn - Dr. Emelie J. Tan. Abc: Php 2,000.00 36.) Two (2) Pcs Of Pickle Ball Racket Specifications: Carbon Composite Glass Fiber Paddle Length: 15.7 Inches Paddle Width: 7 Thickness: 11mm Weight: 8 Oz./221 Grams Grip Size: 2 Color: Green Skill Level: Collegiate For: Csspe - Mr. Christian T. Llaness. Abc: Php 5,000.00 37.) Ten (10) Pcs Of Pickle Ball (outdoor Balls) 40 Holes Standard Color: Green, White Blue, Pink, Orange, Yellow For: Csspe - Mr. Christian T. Llaness. Abc: Php 1,000.00 38.) Twenty (20) Pcs Of Arnis Padded Sticks Color: Blue, Size: Large Length: 30 Inches, Diameter: 1.25 Inches Material: Pe Foam-covered Rattan Stick, Nylon Cover With Rubber Backing, With Patch For: Csspe - Mr. Christian T. Llaness. Abc: Php 6,000.00 39.) Four (4) Pcs Of Basketball Ball Size: 7, Men's Standard, Durable Outdoor Cover Fiba Approved Fully Engraved Logos For: Csspe - Mr. Christian T. Llaness. Abc: Php 12,000.00 40.) Two (2) Pcs Of Volleyball Ball Specifications: Perfect Balance 18 Panel, Fiba Approved Materials: Super Composite Cover Construction: Laminated Feature Double Laminated Surface Size: 5 For: Csspe - Mr. Christian T. Llaness. Abc: Php 6,000.00 41.) Forty-four (44) Bottles Of Printer Ink, Cyan For Existing Epson Printer, Epson 003 For: Esu Pagadian - Ms. Julienne Stephanie Fabie-agapin - 4 Bottles Csm - Ms. Dionne Lara Herwig - 10 Bottles Coe - Engr. Lizamyl R. Laping - 2 Bottles Csm - Mr. Reymond G. Paragas - 4 Bottles New Projects - 24 Bottles. Abc: Php 13,200.00 42.) Forty-four (44) Bottles Of Printer Ink, Yellow For Existing Epson Printer, Epson 003 For: Esu Pagadian - Ms. Julienne Stephanie Fabie-agapin - 4 Bottles Csm - Ms. Dionne Lara Herwig - 10 Bottles Coe - Engr. Lizamyl R. Laping - 2 Bottles Csm - Mr. Reymond G. Paragas - 4 Bottles New Projects - 24 Bottles. Abc: Php 13,200.00 43.) Forty-four (44) Bottles Of Printer Ink, Magenta For Existing Epson Printer, Epson 003 For: Esu Pagadian - Ms. Julienne Stephanie Fabie-agapin - 4 Bottles Csm - Ms. Dionne Lara Herwig - 10 Bottles Coe - Engr. Lizamyl R. Laping - 2 Bottles Csm - Mr. Reymond G. Paragas - 4 Bottles New Projects - 24 Bottles. Abc: Php 13,200.00 44.) Forty-five (45) Bottles Of Printer Ink, Black For Existing Epson Printer, Epson 003 For: Esu Pagadian - Ms. Julienne Stephanie Fabie-agapin - 5 Bottles Csm - Ms. Dionne Lara Herwig - 10 Bottles Coe - Engr. Lizamyl R. Laping - 2 Bottles Csm - Mr. Reymond G. Paragas - 4 Bottles New Projects - 24 Bottles For Items No.36-40: Title "institutional Project Titled "community Service Sports Physical Engagement (csspe) Program" - Mr. Christian T. Llanes/csspe For Items No.1,2,4,5,9,12-14,16,17,25-35: Title "caring, Enriching, Empowering And Nurturing (ceen) The College Of Nursing Approach" - Dr. Emelie J. Tan/cn For Items No.13-15,27,29,41-44: Title "project Kahibalo: A Project To Promote Science Research Among High School Learners Across Zampen" - Ms. Julienne Stephanie Fabie-agapin/esu Pagadian For Items No.6-14,18-21,41-44: Title "empowering Physics Educators: Ict Integration And Mmodule Construction For Physics Laboratory Classes In Zamboanga City High School (zchs) - Main" - Ms. Dionne Lara Herwig/csm For Items No.3,7,12-14,21-24,41-44: Tilte "information, Education Campaign (iec) Of Solid Waste Management For Barangay Lunzuran" - Engr. Lizamyl R. Laping/coe For Items No.9,11,13,14,41-44: Tilte "enhancing The Mathematics And Research Capabilities Of Teachers And Students: An Extension Project" - Mr. Reymond G. Paragas/csm For Items No.3,41-44: New Projects - Extension Projects. Abc: Php 13,500.00 The Criteria To Be Used For The Eligibility Check Of The Prospective Bidders, Examination And Evaluation Of Bids, Post-qualification And All Matters Relevant To This Procurement Shall Be In Accordance With Republic Act. No. 9184 (the Government Procurement Reform Act) And Its Implementing Rules And Regulations. Pursuant To Annex “h” Documentary Requirements Interested Bidders Are Required To Submit Their Valid And Current Mayor’s Permit, Philgeps Registration And Other Relevant Documents (if Necessary), Upon The Submission Of Quotation. Award Of Contract Shall Be Made To The Lowest Calculated And Responsive Bid, Which Complies With The Necessary Description As Stated Above And Other Terms And Conditions Stated In The Price Quotation Form. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By The Bidder Or His/her Duly Authorized Representative/s. Submission Of Quotation And Eligibility Documents Is On Or Before March 12, 2025 9:30 Am At The Bac Office, 2nd Floor, Admin Building, Western Mindanao State University, Normal Road, Baliwasan, Zamboanga City. Open Submission May Be Submitted Manually, Email (bac@wmsu.edu.ph) Or Through Facsimile At (062) 991-1771 Loc 1003 For Inquiries, You May Coordinate With The Bac Secretariat At Telephone No. (062) 991-1771 Loc 1003 The Western Mindanao State University Reserves The Right To Reject Any Or All Bids And To Accept The Bid Most Advantageous To The Government, And To Award The Contract By Lot, If Warranted.
BARANGAY ALANIB,LANTAPAN, BUKIDNON Tender
Others
Philippines
Closing Date29 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Procurement Of Goods Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..8 Section Ii. Instructions To Bidders…………………………………………...12 1. Scope Of Bid ………………………………………………………………………. 8 2. Funding Information………………………………………………………………. 13 3. Bidding Requirements ……………………………………………………………. 13 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 13 5. Eligible Bidders…………………………………………………………………… 13 6. Origin Of Goods ………………………………………………………………….. 15 7. Subcontracts ……………………………………………………………………… 15 8. Pre-bid Conference ………………………………………………………………. 15 9. Clarification And Amendment Of Bidding Documents …………………………… 15 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 15 11. Documents Comprising The Bid: Financial Component …………………………... 16 12. Bid Prices …………………………………………………………………………. 16 13. Bid And Payment Currencies ……………………………………………………… 17 14. Bid Security ………………………………………………………………………. 17 15. Sealing And Marking Of Bids ……………………………………………………… 17 16. Deadline For Submission Of Bids …………………………………………………. 18 17. Opening And Preliminary Examination Of Bids ………………………………….. 18 18. Domestic Preference ……………………………………………………………… 18 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 18 20. Post-qualification ………………………………………………………………… 19 21. Signing Of The Contract …………………………………………………………… 19 Section Iii. Bid Data Sheet …………………………………………………..20 Section Iv. General Conditions Of Contract ……………………...………..22 1. Scope Of Contract ………………………………………………………………… 23 2. Advance Payment And Terms Of Payment ……………………………………….. 23 3. Performance Security ……………………………………………………………. 23 4. Inspection And Tests ……………………………………………………………… 23 5. Warranty …………………………………………………………………………. 24 6. Liability Of The Supplier ………………………………………………………….. 24 Section V. Special Conditions Of Contract ………………………………….25 Section Vi. Schedule Of Requirements ……………………………………....30 Section Vii. Technical Specifications …………………………………………31 Section Viii. Checklist Of Technical And Financial Documents …………..34 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Purchase & Installation Of Office Aircondition (1st Bid) 1. The Local Government Unit Of Lantapan, Through The Capital Outlay Cy 2019 And Supplemental Budget 2024 Intends To Apply The Sum Of (php 200,000.00) Being The Abc To Payments Under The Contract Purchase And Installation Of Office Air-condition Itb # 2025-01-22-001 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required Is 15 Calendar Days. Bidders Should Have Completed, From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To January 29, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On _____ At _____which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 1st Floor, Barangay Alanib, Lantapan, Bukidnon, On Or Before 9:45 A.m (philippine Standard Time) On January 29, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 29, 2025 At 10:00 O’clock A.m At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Lani D. Arida Bac Secretariat Bac Office, 1/f Barangay Alanib Purok 3, Alanib, Lantapan Bukidnon, Philippines Email Add: Lanialbertodevibar45@gmailcom.ph 13. You May Visit The Following Website/s: Lantapan.gov.ph For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: January 22, 2025 Celestino M. Alob Barangay Alanib/bac Chairperson Reference No.: Itb # 2025-01-22-001 Name Of Project: Purchase & Installation Of Office Air-condition Location Of Delivery: Bgu-alanib, Lantapan, Bukidnon Abc: Php 200,000.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 2.5tr ( 3.0hp)floor Mounted Inverter Model: 28tcfs/ji Cooling Capacity: 28,000(18,000-30,000) Kjh Heating Capacity:29,000(20,000-31,000)kjh Eer For Cooling3.18 W Power Supply: 220-240 V, 1 Phse/60hz Voltage Range : 165-264 Current: 11 Refrigerants:r32 Self Diagnose: Anti Cold Wind Auto Retart Golden Fin Note: Free Installation Unit 2 Total Total Bid Price In Figure: Total Bid Price In Words: Prepared And Submitted By:
Municipality Of Batuan, Bohol Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date8 Apr 2025
Tender AmountPHP 441.6 K (USD 7.7 K)
Details: Description Republic Of The Philippines Province Of Bohol Municipality Of Batuan Office Of The Bids And Awards Committee Email: Lgubatuan@gmail.com; Tel. (038) 417-7754 Invitation To Bid For Procurement Of Goods (purchase Of Office Supplies For 1st And 2nd Quarter Cy 2025) 1. The Municipality Of Batuan, Through Maintenance And Other Operating Expenses 2025 (mooe 2025) Intends To Apply The Sum Of Five Hundred Thirty-nine Thousand Nine Hundred Ninety Pesos (php 441,602.50) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Ib Solicitation No. _________. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Batuan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within 12 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With Atleast 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. 5. Prospective Bidders May Obtain Further Information From The Municipality Of Batuan Through The Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00 Pm, Monday To Friday Except Holidays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 02, 2025 To April 08, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 7. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents : April 02, 2025 2. Pre-bid Conference 3. Closing Date/time : : April 08, 2025 @ 2:00 P.m 4. Pre-qualification & Bid Opening : April 08, 2025 @ 2:00 P.m 5. Bid Evaluation : To Be Determined After Opening 6. Post Qualification : To Be Determined After Evaluation 7. Notice Of Award : To Be Determined After Evaluation 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On April 08, 2025 At 2:00 Pm At The Bac Office, Municipality Of Batuan. Bids Will Be Opened In The Presence Of The Bidders Or Its Duly Authorized Representatives Who Choose To Attend The Activity. 10. The Municipality Of Batuan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Maria Myla E. Ybas Head – Bac Secretariat Office Of The Bids And Awards Committee Municipality Of Batuan, Batuan, Bohol Mobile Nos. 09302456208 Or 09198652866 Eliseo B. Sumampong Bac Chairperson Republic Of The Philippines Province Of Bohol Municipality Of Batuan Office Of The Bids And Awards Committee Procurement Of Goods Abstract Of Bid/bill Of Quantities ____________________________ ____________________________ ____________________________ Sealed Proposals Plainly Marked “proposals For Supplying To The Government” Subject To The Terms And Conditions Set Forth Will Be Received On _______________________ Of ___________________and Publicly Opened In The Presence Of The Members Of The Bids And Awards Committee (bac), Twg And Observer. Purchase Of Office Supplies For 1st And 2nd Quarter Cy 2025 Item No. Item Description Quantity Unit Unit Price Amount 1 Alcohol 99.99% 6 Bot 2 Alcohol 500 Ml 56 Bot 3 Rubbing Alcohol 70% 150 Bot 4 Arch File Long 6 Pcs 5 Air Freshener 1 Pcs 6 Arch File Folder Short (black) 1 Pcs 7 Arch File Folder Long 10 Pcs 8 Ballpen Black 0.7 219 Pcs 9 Ballpen Blue (0.5) 78 Pcs 10 Ballpen Black 0.5 18 Pcs 11 Ballpen Red 0.7 20 Pcs 12 Ballpen Blue 0.7 120 Pcs 13 Ballpen Blue 12 Pcs 14 Ballpen Black Retractable 5 Pcs 15 Ballpen Blue Retractable 5 Pcs 16 Ballpen Blue 24 Pcs 17 Ballpen Black 50 Pcs 18 Ballpen Black 34 Pcs 19 Air Freshener Ordinary 50 Pcs 20 Alcohol 5 Bot 21 Battery Double A 2 Pcs/pck 8 Pack 22 Battery R6p, Lr 2 Pack 23 Bond Paper 8.5x14 3 Reams 24 Bond Paper Long 176 Reams 25 Bond Paper Short 17 Reams 26 Bond Paper Long 17 Reams 27 Bond Paper A4 29 Reams 28 Bond Paper Short 161 Reams 29 Board Folder Green (long) 15 Pcs 30 Broom Tingting 15 Pcs 31 Broom Tambo 10 Pcs 32 Broom Tambo Thick (ibjok) 2 Pcs 33 Broom Ordinary (walis Ibjok) 9 Pcs 34 Brown Envelope Long 34 Pcs 35 Binder Clip Big 1" 10 Box 36 Binder Clip Big 1 5/8 3 Box 37 Binder Clip Big 2" 130 Pcs 38 Binder Clip Small 129 Pcs 39 Binder Clip Small 3 Box 40 Boots 2 Pcs 41 Book Binder Short Red 8 Pcs 42 Bolo (big) 2 Pcs 43 Led Bulb 18watts 30 Pcs 44 Cartolina Assorted 5 Pcs 45 Calculator 5 Pcs 46 Columnar 24 Columns/32 40 Pcs 47 Calculator Ms 120 Bm 12 Digits 1 Pcs 48 Calculator 3 Pcs 49 Computer Ink L3110 003 Black 31 Bot 50 Computer Ink L3110 003 Cyan 16 Bot 51 Computer Ink L3110 003 Yellow 16 Bot 52 Computer Ink L3110 003 Magenta 12 Bot 53 Computer Ink L360 664 Magenta 4 Bot 54 Computer Ink L360 664 Cyan 4 Bot 55 Computer Ink L360 664 Yellow 4 Bot 56 Computer Ink L360 664 Black 4 Bot 57 Computer Ink Brother Btd60bk Black 11 Bot 58 Computer Ink Bt 5000 Cyan 13 Bot 59 Computer Ink Bt 5000 Magenta 13 Bot 60 Computer Ink Bt 5000 Yellow 13 Bot 61 Brother Lc 535xl Ink (yellow) 2 Bot 62 Correction Pen 18 Pcs 63 Correction Pen Big 11 Pcs 64 Correction Tape 12mtrs 29 Roll 65 Correction Tape 27 Roll 66 Cutter Blade (18x110) 2 Roll 67 Scotch Tape Dispenser 1 Roll 68 Cups 12 Pcs 69 Coffee Maker 1 Pcs 70 Chlorine (small) 10 Pcs 71 Curtain 2 Pcs 72 Clip Board 12 Pcs 73 Data File Folder 10 Pcs 74 Double Sided Tape 1" 5 Roll 75 Double Sided Tape 2" 7 Roll 76 Divider 1 Pcs 77 Detergent Powder Sachet/powder Soap 276 Sachet 78 Detergent Powder W/ Antibac 1.19 Kg 2 Packs 79 Drinking Glass 12 Pcs 80 Dishwashing Liquid 2 Bot 81 Dishwashing Paste 550g 69 Pcs 82 Dishwashing Paste 4 Pcs 83 Disinfectant 50 Bot 84 Dust Pan Big 7 Pcs 85 Dipper/kabo 6 Pcs 86 Dong A Pen 0.4 Blue 6 Pcs 87 Fabric Softener 7 Bot 88 Dong-a Refill 12 Pcs 89 Fabric Conditioner (big) 10 Pack 90 Fabric Conditioner 100 Bot 91 Expanded Envelope Long (assorted Colors) 12 Pcs 92 Expanded Envelope Long W/ Garter 29 Pcs 93 Envelope Brown Long 10 Pcs 94 Empty Sacks 79 Pcs 95 Expanded Envelope Long Green W/ Garter 10 Pcs 96 Expanded Envelope Ordinary 35 Pcs 97 External Hard Drive 1tb 2 Pcs 98 Facemask 37 Box 99 Expanded Folder 15 Pcs 100 Electrical Tape 10 Pcs 101 Folder Long White 223 Pcs 102 Folder Plastic Assorted Short 100 Pcs 103 Folder Plastic Assorted Long 20 Pcs 104 Folder Ordinary 10 Pcs 105 Folder Plastic Long Green Ordinary 15 Pcs 106 T8 Flourescent 18 Watts 50 Pcs 107 Fork 1 Pcs 108 Feather Duster 1 Pcs 109 File Folder Red Long 15 Pcs 110 Floor Mop 7 Pcs 111 Photo Frame 45 Pcs 112 Garbage Bag Medium 36 Pack 113 Garbage Bag Large 35 Pack 114 Garden Hose (10mtrs) 1 Set 115 Garbage Bag Small 150 Pack 116 Garden Hose (20mtrs) 1 Pack 117 Glass Clearner 2 Pcs 118 Glass / Baso 10 Pcs 119 Glue 5 Bot 120 Glue Big 2 Bot 121 Gloves Rubber (hand) 7 Pcs 122 Gloves Rubber (solid Waste) 7 Dozen 123 Hand Soap 50 Pcs 124 Hand Soap 500ml 4 Gal 125 Heavy Duty Padlock With Long And Thin Shackle 1 Pcs 126 Head Lamp (for Lgu Vehicles) 8 Pcs 127 Highlighter Pink 5 Pcs 128 Highlighter Yellow Green 5 Pcs 129 Id Sling 145 Pcs 130 Id Jacket W/ Lace 30 Pcs 131 Iron Pen Holder 3 Pcs 132 Laminating Film A4 10 Pcs 133 Mailing Envelope 4 Box 134 Mailing Envelope 1 Box 135 Manila Paper 8 Pcs 136 Masking Tape 1" 6 Roll 137 Masking Tape 2" 100 Roll 138 Mop With Handle 1 Pcs 139 Muriatic Acid Big 5 Gal 140 Muriatic Acid Small 5 Gal 141 Notebook 60 Pcs 142 Pail/balde 3 Pcs 143 Pail/balde (big) 8 Pcs 144 Photo Paper 6 Pack 145 Photo Paper A4 1 Pack 146 Paste (200gms) 5 Pcs 147 Paper Clips (big) 6 Box 148 Paper Clip (small) 6 Box 149 Paper Fastener Plastic 5 Box 150 Paper Fastener Short 3 Box 151 Paper Fastener Long 5 Box 152 Fastener 1 Box 153 Paper Trays (3 Layers) File Rack 2 Pcs 154 Paper Trays 3 Pcs 155 Packaging Transparent Tape 1/2 1 Pcs 156 Pencil 2 Box 157 Pencil 1 22 Pcs 158 Pencil 2 8 Pcs 159 Pentel Pen Black Fine 7 Pcs 160 Pentel Pen Black Broad 7 Pcs 161 Pentel Pen Blue Broad 12 Pcs 162 Plastic Envelope With Handle 15 Pcs 163 Plastic Sliding Folder (transparent Long White) 10 Pcs 164 Pitcher 1 Pcs 165 Ruler 3 Pcs 166 Ruler Stainless 12 Inch 2 Pcs 167 Philippine Flag 20 Pcs 168 Rubber Boots #8 1 Pair 169 Rubber Band (small) 1 Box 170 Rubber Eraser 6 Box 171 Rain Coat 3 Pcs 172 Record Book 500 Leaves 5 Pcs 173 Record Book 500 Leaves 6 Pcs 174 Record Book 300 Leaves 12 Pcs 175 Rug Doormat 6 Pcs 176 Rug Doormat (rescue Vehicle) 5 Pcs 177 Ruler 12" 3 Pcs 178 Sign Pen Blue 0.5 40 Pcs 179 Sign Pen Black 0.5 29 Pcs 180 Sign Pen Blue .7 7 Pcs 181 Sign Pen Black .7 7 Pcs 182 Sign Pen V5 Blue 3 Pcs 183 Sign Pen V5 Black 6 Pcs 184 Specialty Paper For Id Yellow/cream 21 Pack 185 Spoon 3 Pcs 186 Scotch Tape Transparent 1" Thick 7 Roll 187 Scotch Tape Transparent 2" 4 Roll 188 Scotch Tape Transparent 24mmx66 4 Roll 189 Scotch Tape 1" 15 Roll 190 Staple Wire #10 9 Box 191 Staple Wire No. 35 44 Box 192 Stapler With Remover (heavy Duty) 5 Pcs 193 Stapler Big 1 Pcs 194 Socket 25 Pcs 195 Stamping Pad Blue 2 Pcs 196 Stampad Ink Blue Small 16 Pcs 197 Scissors Medium 8 Pcs 198 Scissor Heavy Duty 1 Pcs 199 Sticky Note Arrow Flourescent Pad (sign Here) 2 Pads 200 Note Pad/sticky Note (small) 2 Pads 201 Sticky Note Assorted 1 Pads 202 Sticky Notes 2 Pads 203 Trashbin Small 2 Pcs 204 Tissue Paper 48pcs /bag 1 Bag 205 Tissue Paper 112 Pcs 206 Brush Long 2 Pcs 207 Brush Short 2 Pcs 208 Toilet Paper 12's/2 Ply 42 Pack 209 Toilet Brush 6 Pcs 210 Toilet Bowl Cleaner Small 37 Bot 211 Toilet Bowl Cleaner Big 4 Bot 212 Usb Flash Drive 32gb 4 Pcs 213 Usb Flash Drive 64gb 2 Pcs 214 Ups 3 Pcs 215 Umbrella Big 10 Pcs 216 Wall Clock 1 Pcs 217 Wireless Microphone 1 Pcs 218 White Board Marker Black Fine 10 Pcs 219 Hp Smart Ink Tank 750 1 Pcs 220 Keyboard And Mouse Bundle 3 Pcs 221 Bleaching Solution 10 Pcs 222 Stamp Pad ( Received By) 1 Pcs 223 Trolley W/ Wheels 4 Layers 2 Pcs 224 Atx Cpu Power Supply 700 Watts 6 Pin 1 Pcs 225 Yellow Pad 3 Pads Total Bid Or Quotation Should Not Exceed The Approved Abc. Name Of Project : Purchase Of Office Supplies For 1st And 2nd Quarter Cy 2025 Place Of Delivery: Lgu Batuan, Bohol Time Of Delivery : ___________________________ Date Of Delivery :____________________________ Form Of Bid Security: Surety (5%) Cash / Guarantee (2%) Others: _________________________ I Hereby Certify That The Above Articles Are Actually Carried In Stock By Me. The Terms And Conditions Specified Above Are Hereby Read And Accepted. Submitted By: Name And Signature Of Bidder Or Representative ___________________________ Position ___________________________ Name & Signature Of Bidder ___________________________ Date Eliseo B. Sumampong Bac Chairman
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Closing Date25 Feb 2025
Tender AmountPHP 30.3 Million (USD 525 K)
Details: Description Philippine Bidding Documents Procurement Of Infrastructure Projects Government Of The Republic Of The Philippines 25ff0028 Organizational Outcome 1: Ensure Safe And Reliable National Road System – Widening Of Permanent Bridges – Himaao Br. (b00409lz) Along Pili-tigaon-albay Bdry. Rd. Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Infrastructure Projects (hereinafter Referred To Also As The “works”) Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By All Branches, Agencies, Departments, Bureaus, Offices, Or Instrumentalities Of The Government, Including Government-owned And/or -controlled Corporations, Government Financial Institutions, State Universities And Colleges, Local Government Units, And Autonomous Regional Government. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. The Pbds Are Intended As A Model For Admeasurements (unit Prices Or Unit Rates In A Bill Of Quantities) Types Of Contract, Which Are The Most Common In Works Contracting. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Duration; And (iv)the Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Works To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Infrastructure Projects. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bds, General Conditions Of Contract, Special Conditions Of Contract, Specifications, Drawings, And Bill Of Quantities Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Names Of The Project, Contract, And Procuring Entity, In Addition To Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 5 Section I. Invitation To Bid 8 Section Ii. Instructions To Bidders 11 1. Scope Of Bid 13 2. Funding Information 13 3. Bidding Requirements 13 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 14 5. Eligible Bidders 14 6. Origin Of Associated Goods 14 7. Subcontracts 14 8. Pre-bid Conference 15 9. Clarification And Amendment Of Bidding Documents 15 10. Documents Comprising The Bid: Eligibility And Technical Components 15 11. Documents Comprising The Bid: Financial Component 16 12. Alternative Bids 16 13. Bid Prices 16 14. Bid And Payment Currencies 17 15. Bid Security 17 16. Sealing And Marking Of Bids 17 17. Deadline For Submission Of Bids 17 18. Opening And Preliminary Examination Of Bids 18 19. Detailed Evaluation And Comparison Of Bids 18 20. Post Qualification 18 21. Signing Of The Contract 18 Section Iii. Bid Data Sheet 19 Section Iv. General Conditions Of Contract 20 1. Scope Of Contract 24 2. Sectional Completion Of Works 24 3. Possession Of Site 24 4. The Contractor’s Obligations 24 5. Performance Security 24 6. Site Investigation Reports 25 7. Warranty 25 8. Liability Of The Contractor 25 9. Termination For Other Causes 25 10. Dayworks 25 11. Program Of Work 26 12. Instructions, Inspections And Audits 26 13. Advance Payment 26 14. Progress Payments 26 15. Operating And Maintenance Manuals 26 Section V. Special Conditions Of Contract 28 Section Vi. Specifications 30 Section Vii. Drawings 32 Section Viii. Bill Of Quantities 33 Section Ix. Checklist Of Technical And Financial Documents 35 Glossary Of Terms, Abbreviations, And Acronyms Abc –approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Cda – Cooperative Development Authority. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. Foreign-funded Procurement Or Foreign-assisted Project –refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Gfi – Government Financial Institution. Gocc –government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Pcab – Philippine Contractors Accreditation Board. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria. The Ib Should Be Incorporated Into The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman Invitation To Bid For 25ff0028 – Organizational Outcome 1: Ensure Safe And Reliable National Road System – Widening Of Permanent Bridges – Himaao Br. (b00409lz) Along Pili-tigaon-albay Bdry. Rd. The Dpwh Camarines Sur 3rd District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 30,379,465.51 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ff0028- Organizational Outcome 1: Ensure Safe And Reliable National Road System – Widening Of Permanent Bridges – Himaao Br. (b00409lz) Along Pili-tigaon-albay Bdry. Rd. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Camarines Sur 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Project. Completion Of The Works Is Required 181 Cd. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Procurement Id/contract Id: 25ff0028 Contract Name: Organizational Outcome 1: Ensure Safe And Reliable National Road System – Widening Of Permanent Bridges – Himaao Br. (b00409lz) Along Pili-tigaon-albay Bdry. Rd. Brief Description: Widening Of Bridge Approved Budget For The Contract (abc): Php. 30,379,465.51 Source Of Funds: Gaa Fy 2025 Contract Duration: 181 Calendar Days Cost Of Bidding Documents: P 25,000.00 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 3. Interested Bidders May Obtain Further Information From Dpwh Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At Baras, Canaman, Camarines Sur During Weekdays From 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 To February 25, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. Prospective Bidders Shall Present Their Original Official Receipt Of Payment For Bid Documents (project Specific) To The Bac Secretariat Of This Office Before The Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representatives Included In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 64 Series Of 2012. All Participating Bidders Must Be In The Document Request List (drl) Of The Philgeps Website And Secure A Print-out Copy Showing That They Are Included In The List. 5. The Dpwh Camarines Sur 3rd District Engineering Office Will Hold A Pre-bid Conference On February 13, 2025 9:00am At Bac Room, Dpwh - Cam. Sur 3rd Deo, Baras, Canaman, Cam. Sur And/or Through Videoconferencing/webcasting Via Facebook Livestreaming, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before February 25, 2025 At 10:00am Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 8. Bid Opening Shall Be On February 25, 2025 At 10:01am At The Given Address Below And/or Through Facebook Livestreaming. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. Moreover, As Per Department Order No. 127, Series Of 2018, “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. Implementing Office In Accordance With Periods Provided Under 2016 Irr Of Ra 9184. 10. The Dpwh Camarines Sur 3rd Engineering District Office Reserves The Right To Reject Any All Bids, Declare A Failure Of Bidding Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184 Without Thereby Incurring Any Liability To The Bidder Or Bidders. 11. For Further, Please Refer To: Bac Chairperson: Jose B. Gigantone, Jr. Bac-secretariat Head: Debbie H. Escuro Address: Dpwh Camarines Sur 3rd Deo Address: Dpwh Camarines Sur 3rd Deo Telephone Number: 8811-25-00 Loc. 54211 Telephone Number: 8811-25-00 Loc. 54217 Email Address: Dpwhbac_camsur3rddeo@yahoo.com Email Address: Dpwhbac_camsur3rddeo@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement Date Of Publication: February 5, 2025 To February 25, 2025 Newspaper: Not Applicable Jose B. Gigantone, Jr. Assistant District Engineer Bac- Chairman Approved By: Romeo D. Doloiras District Engineer
Municipality Of Batuan, Bohol Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date21 Apr 2025
Tender AmountPHP 441.6 K (USD 7.7 K)
Details: Description Republic Of The Philippines Province Of Bohol Municipality Of Batuan Office Of The Bids And Awards Committee Email: Lgubatuan@gmail.com; Tel. (038) 417-7754 Invitation To Bid For Procurement Of Goods (purchase Of Office Supplies For 1st And 2nd Quarter Cy 2025) 1. The Municipality Of Batuan, Through Maintenance And Other Operating Expenses 2025 (mooe 2025) Intends To Apply The Sum Of Five Hundred Thirty-nine Thousand Nine Hundred Ninety Pesos (php 441,602.50) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Ib Solicitation No. _________. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Batuan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within 12 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With Atleast 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. 5. Prospective Bidders May Obtain Further Information From The Municipality Of Batuan Through The Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00 Pm, Monday To Friday Except Holidays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 11, 2025 To April 21, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 7. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents : April 11, 2025 2. Pre-bid Conference 3. Closing Date/time : : April 21, 2025 @ 2:00 P.m 4. Pre-qualification & Bid Opening : April 21, 2025 @ 2:00 P.m 5. Bid Evaluation : To Be Determined After Opening 6. Post Qualification : To Be Determined After Evaluation 7. Notice Of Award : To Be Determined After Evaluation 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On April 21, 2025 At 2:00 Pm At The Bac Office, Municipality Of Batuan. Bids Will Be Opened In The Presence Of The Bidders Or Its Duly Authorized Representatives Who Choose To Attend The Activity. 10. The Municipality Of Batuan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Maria Myla E. Ybas Head – Bac Secretariat Office Of The Bids And Awards Committee Municipality Of Batuan, Batuan, Bohol Mobile Nos. 09302456208 Or 09198652866 Eliseo B. Sumampong Bac Chairperson Republic Of The Philippines Province Of Bohol Municipality Of Batuan Office Of The Bids And Awards Committee Procurement Of Goods Abstract Of Bid/bill Of Quantities ____________________________ ____________________________ ____________________________ Sealed Proposals Plainly Marked “proposals For Supplying To The Government” Subject To The Terms And Conditions Set Forth Will Be Received On _______________________ Of ___________________and Publicly Opened In The Presence Of The Members Of The Bids And Awards Committee (bac), Twg And Observer. Purchase Of Office Supplies For 1st And 2nd Quarter Cy 2025 Item No. Item Description Quantity Unit Unit Price Amount 1 Alcohol 99.99% 6 Bot 2 Alcohol 500 Ml 56 Bot 3 Rubbing Alcohol 70% 150 Bot 4 Arch File Long 6 Pcs 5 Air Freshener 1 Pcs 6 Arch File Folder Short (black) 1 Pcs 7 Arch File Folder Long 10 Pcs 8 Ballpen Black 0.7 219 Pcs 9 Ballpen Blue (0.5) 78 Pcs 10 Ballpen Black 0.5 18 Pcs 11 Ballpen Red 0.7 20 Pcs 12 Ballpen Blue 0.7 120 Pcs 13 Ballpen Blue 12 Pcs 14 Ballpen Black Retractable 5 Pcs 15 Ballpen Blue Retractable 5 Pcs 16 Ballpen Blue 24 Pcs 17 Ballpen Black 50 Pcs 18 Ballpen Black 34 Pcs 19 Air Freshener Ordinary 50 Pcs 20 Alcohol 5 Bot 21 Battery Double A 2 Pcs/pck 8 Pack 22 Battery R6p, Lr 2 Pack 23 Bond Paper 8.5x14 3 Reams 24 Bond Paper Long 176 Reams 25 Bond Paper Short 17 Reams 26 Bond Paper Long 17 Reams 27 Bond Paper A4 29 Reams 28 Bond Paper Short 161 Reams 29 Board Folder Green (long) 15 Pcs 30 Broom Tingting 15 Pcs 31 Broom Tambo 10 Pcs 32 Broom Tambo Thick (ibjok) 2 Pcs 33 Broom Ordinary (walis Ibjok) 9 Pcs 34 Brown Envelope Long 34 Pcs 35 Binder Clip Big 1" 10 Box 36 Binder Clip Big 1 5/8 3 Box 37 Binder Clip Big 2" 130 Pcs 38 Binder Clip Small 129 Pcs 39 Binder Clip Small 3 Box 40 Boots 2 Pcs 41 Book Binder Short Red 8 Pcs 42 Bolo (big) 2 Pcs 43 Led Bulb 18watts 30 Pcs 44 Cartolina Assorted 5 Pcs 45 Calculator 5 Pcs 46 Columnar 24 Columns/32 40 Pcs 47 Calculator Ms 120 Bm 12 Digits 1 Pcs 48 Calculator 3 Pcs 49 Computer Ink L3110 003 Black 31 Bot 50 Computer Ink L3110 003 Cyan 16 Bot 51 Computer Ink L3110 003 Yellow 16 Bot 52 Computer Ink L3110 003 Magenta 12 Bot 53 Computer Ink L360 664 Magenta 4 Bot 54 Computer Ink L360 664 Cyan 4 Bot 55 Computer Ink L360 664 Yellow 4 Bot 56 Computer Ink L360 664 Black 4 Bot 57 Computer Ink Brother Btd60bk Black 11 Bot 58 Computer Ink Bt 5000 Cyan 13 Bot 59 Computer Ink Bt 5000 Magenta 13 Bot 60 Computer Ink Bt 5000 Yellow 13 Bot 61 Brother Lc 535xl Ink (yellow) 2 Bot 62 Correction Pen 18 Pcs 63 Correction Pen Big 11 Pcs 64 Correction Tape 12mtrs 29 Roll 65 Correction Tape 27 Roll 66 Cutter Blade (18x110) 2 Roll 67 Scotch Tape Dispenser 1 Roll 68 Cups 12 Pcs 69 Coffee Maker 1 Pcs 70 Chlorine (small) 10 Pcs 71 Curtain 2 Pcs 72 Clip Board 12 Pcs 73 Data File Folder 10 Pcs 74 Double Sided Tape 1" 5 Roll 75 Double Sided Tape 2" 7 Roll 76 Divider 1 Pcs 77 Detergent Powder Sachet/powder Soap 276 Sachet 78 Detergent Powder W/ Antibac 1.19 Kg 2 Packs 79 Drinking Glass 12 Pcs 80 Dishwashing Liquid 2 Bot 81 Dishwashing Paste 550g 69 Pcs 82 Dishwashing Paste 4 Pcs 83 Disinfectant 50 Bot 84 Dust Pan Big 7 Pcs 85 Dipper/kabo 6 Pcs 86 Dong A Pen 0.4 Blue 6 Pcs 87 Fabric Softener 7 Bot 88 Dong-a Refill 12 Pcs 89 Fabric Conditioner (big) 10 Pack 90 Fabric Conditioner 100 Bot 91 Expanded Envelope Long (assorted Colors) 12 Pcs 92 Expanded Envelope Long W/ Garter 29 Pcs 93 Envelope Brown Long 10 Pcs 94 Empty Sacks 79 Pcs 95 Expanded Envelope Long Green W/ Garter 10 Pcs 96 Expanded Envelope Ordinary 35 Pcs 97 External Hard Drive 1tb 2 Pcs 98 Facemask 37 Box 99 Expanded Folder 15 Pcs 100 Electrical Tape 10 Pcs 101 Folder Long White 223 Pcs 102 Folder Plastic Assorted Short 100 Pcs 103 Folder Plastic Assorted Long 20 Pcs 104 Folder Ordinary 10 Pcs 105 Folder Plastic Long Green Ordinary 15 Pcs 106 T8 Flourescent 18 Watts 50 Pcs 107 Fork 1 Pcs 108 Feather Duster 1 Pcs 109 File Folder Red Long 15 Pcs 110 Floor Mop 7 Pcs 111 Photo Frame 45 Pcs 112 Garbage Bag Medium 36 Pack 113 Garbage Bag Large 35 Pack 114 Garden Hose (10mtrs) 1 Set 115 Garbage Bag Small 150 Pack 116 Garden Hose (20mtrs) 1 Pack 117 Glass Clearner 2 Pcs 118 Glass / Baso 10 Pcs 119 Glue 5 Bot 120 Glue Big 2 Bot 121 Gloves Rubber (hand) 7 Pcs 122 Gloves Rubber (solid Waste) 7 Dozen 123 Hand Soap 50 Pcs 124 Hand Soap 500ml 4 Gal 125 Heavy Duty Padlock With Long And Thin Shackle 1 Pcs 126 Head Lamp (for Lgu Vehicles) 8 Pcs 127 Highlighter Pink 5 Pcs 128 Highlighter Yellow Green 5 Pcs 129 Id Sling 145 Pcs 130 Id Jacket W/ Lace 30 Pcs 131 Iron Pen Holder 3 Pcs 132 Laminating Film A4 10 Pcs 133 Mailing Envelope 4 Box 134 Mailing Envelope 1 Box 135 Manila Paper 8 Pcs 136 Masking Tape 1" 6 Roll 137 Masking Tape 2" 100 Roll 138 Mop With Handle 1 Pcs 139 Muriatic Acid Big 5 Gal 140 Muriatic Acid Small 5 Gal 141 Notebook 60 Pcs 142 Pail/balde 3 Pcs 143 Pail/balde (big) 8 Pcs 144 Photo Paper 6 Pack 145 Photo Paper A4 1 Pack 146 Paste (200gms) 5 Pcs 147 Paper Clips (big) 6 Box 148 Paper Clip (small) 6 Box 149 Paper Fastener Plastic 5 Box 150 Paper Fastener Short 3 Box 151 Paper Fastener Long 5 Box 152 Fastener 1 Box 153 Paper Trays (3 Layers) File Rack 2 Pcs 154 Paper Trays 3 Pcs 155 Packaging Transparent Tape 1/2 1 Pcs 156 Pencil 2 Box 157 Pencil 1 22 Pcs 158 Pencil 2 8 Pcs 159 Pentel Pen Black Fine 7 Pcs 160 Pentel Pen Black Broad 7 Pcs 161 Pentel Pen Blue Broad 12 Pcs 162 Plastic Envelope With Handle 15 Pcs 163 Plastic Sliding Folder (transparent Long White) 10 Pcs 164 Pitcher 1 Pcs 165 Ruler 3 Pcs 166 Ruler Stainless 12 Inch 2 Pcs 167 Philippine Flag 20 Pcs 168 Rubber Boots #8 1 Pair 169 Rubber Band (small) 1 Box 170 Rubber Eraser 6 Box 171 Rain Coat 3 Pcs 172 Record Book 500 Leaves 5 Pcs 173 Record Book 500 Leaves 6 Pcs 174 Record Book 300 Leaves 12 Pcs 175 Rug Doormat 6 Pcs 176 Rug Doormat (rescue Vehicle) 5 Pcs 177 Ruler 12" 3 Pcs 178 Sign Pen Blue 0.5 40 Pcs 179 Sign Pen Black 0.5 29 Pcs 180 Sign Pen Blue .7 7 Pcs 181 Sign Pen Black .7 7 Pcs 182 Sign Pen V5 Blue 3 Pcs 183 Sign Pen V5 Black 6 Pcs 184 Specialty Paper For Id Yellow/cream 21 Pack 185 Spoon 3 Pcs 186 Scotch Tape Transparent 1" Thick 7 Roll 187 Scotch Tape Transparent 2" 4 Roll 188 Scotch Tape Transparent 24mmx66 4 Roll 189 Scotch Tape 1" 15 Roll 190 Staple Wire #10 9 Box 191 Staple Wire No. 35 44 Box 192 Stapler With Remover (heavy Duty) 5 Pcs 193 Stapler Big 1 Pcs 194 Socket 25 Pcs 195 Stamping Pad Blue 2 Pcs 196 Stampad Ink Blue Small 16 Pcs 197 Scissors Medium 8 Pcs 198 Scissor Heavy Duty 1 Pcs 199 Sticky Note Arrow Flourescent Pad (sign Here) 2 Pads 200 Note Pad/sticky Note (small) 2 Pads 201 Sticky Note Assorted 1 Pads 202 Sticky Notes 2 Pads 203 Trashbin Small 2 Pcs 204 Tissue Paper 48pcs /bag 1 Bag 205 Tissue Paper 112 Pcs 206 Brush Long 2 Pcs 207 Brush Short 2 Pcs 208 Toilet Paper 12's/2 Ply 42 Pack 209 Toilet Brush 6 Pcs 210 Toilet Bowl Cleaner Small 37 Bot 211 Toilet Bowl Cleaner Big 4 Bot 212 Usb Flash Drive 32gb 4 Pcs 213 Usb Flash Drive 64gb 2 Pcs 214 Ups 3 Pcs 215 Umbrella Big 10 Pcs 216 Wall Clock 1 Pcs 217 Wireless Microphone 1 Pcs 218 White Board Marker Black Fine 10 Pcs 219 Hp Smart Ink Tank 750 1 Pcs 220 Keyboard And Mouse Bundle 3 Pcs 221 Bleaching Solution 10 Pcs 222 Stamp Pad ( Received By) 1 Pcs 223 Trolley W/ Wheels 4 Layers 2 Pcs 224 Atx Cpu Power Supply 700 Watts 6 Pin 1 Pcs 225 Yellow Pad 3 Pads Total Total Bid Or Quotation Should Not Exceed The Approved Abc. Name Of Project : Purchase Of Office Supplies For 1st And 2nd Quarter Cy 2025 Place Of Delivery: Lgu Batuan, Bohol Time Of Delivery : ___________________________ Date Of Delivery :____________________________ Form Of Bid Security: Surety (5%) Cash / Guarantee (2%) Others: _________________________ I Hereby Certify That The Above Articles Are Actually Carried In Stock By Me. The Terms And Conditions Specified Above Are Hereby Read And Accepted. Submitted By: Name And Signature Of Bidder Or Representative ___________________________ Position ___________________________ Name & Signature Of Bidder ___________________________ Date Eliseo B. Sumampong Bac Chairman
NATIONAL PARK SERVICE USA Tender
Others
United States
Closing Date6 Jun 2025
Tender AmountRefer Documents
Details: This Request For Proposals (rfp) Provides The Opportunity For Any Interested Individual Or Organization, Hereinafter Referred To As “offeror” To Submit Proposals To The National Park Service (nps, ‘lessor’) To Lease Nps Property At Fort Monroe National Monument For A Commercial Use Under The Following General Terms And Conditions. The Selected Offeror (offeror, ‘you’, ‘your’) Will Have Exclusive Negotiation Rights To Enter Into A Lease Based On The Attached Sample Lease (see Attachment A). Elements Of Your Proposal May Be Incorporated Into The Lease At Lessor’s Discretion. Overview Of Property Offered For Lease The Recreational Vehicle (rv) Park And Campground Is Located At 501 Fenwick Road In Fort Monroe, Hampton, Virginia 23651. The Property Is Situated At The Northern Edge Of Fort Monroe National Monument And Is Accessible Via Fenwick Road. It Runs Along The Western Side Of The Fort Monroe Peninsula With The Hampton River And Mill Creek On The West, And Gulick Drive And Chesapeake Bay On The East. the Lease Premises Are Situated On An Approximately 13-acre Site And Include A 13-space Parking Lot On The East Side Of Building 32 And Includes 14 Full-service Camping Sites With 30/50 Amps And Paved Pads, 9 Additional Sites With 30 Amps, Electricity And Water, Several Tent Locations, Operation Of Park Shelters 2-5. An Additional 150- Space Parking Is Included For The Use Of Shelter 5 With Restrictions As It Is A Grassy Area. The Lease Premises Are Listed Below And Provided As Exhibit A To The Attached Sample Lease. The Lease Premises Include: • Building 32 (approximately 3,300 Sf) • Shelter 2, 3, And 4 • Shelter 5 • Adjacent Area “the Grounds” • Two Tennis Courts allowed Uses Of The Lease Premises The Property For Lease May Be Used As An Rv Park And Campground, And Shelter 5 May Be Used As A Small-scale Event Venue (maximum Capacity Of 200 People). key Information About This Leasing Opportunity • Deferred Maintenance: Building 32 Is In Overall Good Condition Though It Could Use Some Aesthetic Updates. Any Prospective Lessees Would Be Responsible For Tenant Fit Outs For Any Specific Use. Each Offeror Is Responsible For Developing The Scope Of Work For And Cost Estimate Of Its Improvement Plan. • Lessor Improvements: The Nps Does Not Plan To Make Improvements To The Property At This Time But Reserves The Right To Make Improvements At A Later Date At Its Sole Discretion. • Building Codes And Zoning: For Building Codes And Zoning, The Lease Premises Are Under Exclusive Jurisdiction Of The Federal Government And Are Not Subject To The Zoning Regulations Of Hampton, Virginia. However, The Nps Will Expect Any Work Done On The Property, Where Relevant, To Meet The Standards Set Forth By The 2024 Icc Family Of Codes And All Codes Referenced In Those Codes. For Fire Codes, Follow All Codes Referenced In Nps Director’s Order #58 And Nps Reference Manual #58. For Accessibility, Work Must Meet The Icc Codes And The Architectural Barriers Act Accessibility Standard (abaas). Additionally, Certificates Of Occupancy Are Issued By The Nps Building Code Official. • Historic Preservation: Construction Design, Authorization, Regulatory Compliance, And Permitting Will Be Required To Comply With One Or Several Of The Following: The Secretary Of The Interior's Standards And Guidelines; National Historic Preservation Act (nhpa) And Section 106 Compliance; National Environmental Policy Act (nepa); Nfpa 914 Code For Protection Of Historical Structures; And Relevant Fort Monroe Authority Historic Preservation Covenants. Please Note That Your Proposal May Trigger Compliance Processes In Accordance With One Or More Of The Laws, Regulations Or Policies Listed Above. The Cost Of Any Such Compliance Process As Well As The Costs Of Plan Check, Code Review And Construction Inspections Will Be Borne By The Lessee. • Subleasing: The Lessee May Not Sublease To The Same Tenant More Than 210 Consecutive Days In A 12- Month Period jurisdiction For Purposes Except Building Codes And Zoning The Lease Premises Are Subject To Concurrent Jurisdiction. Under Concurrent Jurisdiction, Federal And State Governments Share The Governmental Authority, And Unless Otherwise Stated, The Laws Of Both Governments Are Applicable. The Lessee Must Comply, At Its Sole Cost And Expense, With All Applicable Laws And Requirements (including Federal, State, And Local Laws, Rules, Regulations, Requirements, And Policies) In Fulfilling Its Obligations Under The Lease. It Is The Responsibility Of The Lessee To Determine Whether It Is Subject To Specific Taxes And Assessments And Abide By Those Applicable Statutes. Any Comments Made By The Nps In This Rfp Do Not Alter Those Responsibilities, If Any, Nor Should They Be Construed To Take A Position Nor Express A View On Behalf Of The Lessee. Rfp For The Rv Park And Campground At Fort Monroe Page 6 Term Of The Lease The Term Of The Lease Will Be Negotiated With The Selected Offeror. The Term Shall Be As Short As Possible, While Considering The Financial Obligations Of The Lessee And Other Factors Related To Determining An Appropriate Lease Term. No Lease Shall Have A Term Of More Than 60 Years And The Nps Anticipates A Term Of 10 Years For This Opportunity. The Lease Term Will Commence As Soon As Possible Following Selection Of The Best Offer Pending Completion Of Any Required Compliance Work And Property Valuation By The Nps. Rent Nps Is Required Under 36 Cfr Part 18 To Receive, At A Minimum, Fair Market Value Rent (fmvr). The Fmvr Has Been Determined To Be 10% Of Gross Revenue For This Opportunity. Offerors May Propose Higher Rent Payments Than The Fmvr To Increase The Competitiveness Of Their Proposal. The Final Amount Of Rent Will Be Negotiated Subsequently With The Selected Offeror, Provided That, The Final Rent Must At Least Equal The Fmvr As Determined By The Nps. Insurance During The Term Of This Lease, The Lessee Shall Maintain General Liability, Property & Casualty, Worker’s Compensation & Employer’s Liability, And Business Interruption & Extra Expense Insurance In Amounts Set By The Lessor. Further Information Regarding Insurance Requirements Can Be Found In Attachment A (sample Lease). Lessee’s Insurance Coverage Amounts Will Be Periodically Reviewed By The Lessor. These Reviews Will Ensure The Lessee Has Appropriate Coverage In Light Of Any Changing Circumstances. At Lease Commencement, Property Insurance In The Amount Of $2,000,000 And Commercial General Liability Insurance In The Amount Of $2,000,000 Single / $4,000,000 Aggregate Will Be Required. Utilities The Lessee Is Solely Responsible For All Utilities Including Telephone, Cable, And Internet Access. Subject To Advance Written Approval By The Lessor Of Any Utility Service, The Lessee At Its Sole Expense Shall Make All Arrangements With Appropriate Utility Providers (including The Lessor Where Applicable), For All Utilities Not Provided By The Lessor And Furnished To The Premises. Any Utility Service Provided By Lessor Will Be Subject To The Lessor’s Established Policies And Procedures For Provision Of Utility Services To Third Parties. Maintenance Responsibilities Lessee’s Responsibilities • Lessee Will Be Responsible For Scheduled Repair And Maintenance Of The Buildings Within The Lease Premises. • Lessee Will Be Responsible For Any Unscheduled, Emergency Work (e.g. After-hours Drain Clearing, Plumbing Or Electrical Work) Necessary To Ensure The Successful Operation Of The Lease Premises. • Lessee Will Be Responsible For Routine Housekeeping Of The Lease Premises And Its Exterior Facilities Including. • Lessee Will Be Responsible For Grounds Maintenance Within The Lease Premises. This Includes Maintaining The Grass And The Grounds In Good Condition, Including, Without Limitation, Regular Grass Mowing, Care Of Ornamental Plantings, Snow Removal And Trash Removal. • Lessee Will Be Responsible For Pest Management Within The Lease Premises. Lessor’s Responsibilities • Lessor Will Be Responsible For All Tree Maintenance Unless Agreed To In Advance And In Writing By Both Parties. Rfp For The Rv Park And Campground At Fort Monroe Page 7 Potential Improvement Projects • Lessor May Undertake Projects Intended To Improve The Lease Premises Or Utilities Serving The Lease Premises During The Lease Term. Lessor Will Coordinate With Lessee To Minimize The Impact On Lessee’s Operations. Additional Parking Due To The Layout Of The Premises And Limited Available Parking, Lessee Will Be Allowed To Use A Grassy Area For Events At Shelter 5 With The Following Stipulations In Place To Protect The Resources: 1. Designated Use Only – The Parking Area For Shelter 5 Is Strictly For Events Held At The Shelter. It Is Not A General-use Parking Area. 2. Weather Restrictions – If Adverse Weather Conditions Occur, The Designated Parking Area May Not Be Used. If The Ground Is Saturated Or Otherwise Compromised, Track Mats Must Be Used To Prevent Rutting And Damage To Sensitive Resources. 3. Responsibility For Damages – If Rutting Or Damage Occurs, The Tenant Is Responsible For All Costs Associated With Repairing The Affected Area. 4. No Alterations Allowed – No Modifications, Such As Paving Or Adding Gravel, Are Permitted In The Parking Area. 5. Containment Of Parking Area – The Parking Area Must Remain Within Its Approved Boundaries. Noninvasive Methods, Such As Pigtails And Stakes, Should Be Used To Ensure Vehicles Do Not Extend Beyond The Designated Space. Alternative Containment Methods May Be Proposed But Must Be Approved In Advance. Key Personnel Lessee Shall Be Required To Maintain And Provide To Nps An Updated List Of Its Qualified And Experienced Personnel, Including A List Of All Subcontractors It Uses. Premises Condition Facility Will Be Delivered To Lessee, “as-is With All Faults.” Contractors Lessee May Utilize Contractors To Perform Repairs, Replacements, And Improvements, And To Provide Event Services. • Contractors Must Abide By All Lease Provisions As Well As All Local And National Laws And Regulations. • Lessee Will Require Contractors To Maintain Appropriate Insurance Coverage That Names The Lessee And The United States Of America As An Additional Insured Party. • Lessee Will Develop And Implement, Subject To Nps Prior Approval, A Contractor Informational Document, Which Will Inform The Contractor(s) Of All Pertinent Information About The Site. Sustainability The Park Manages Its Sustainability Program Under An Environmental Management System, Which Sets Forth Goals Ranging From Solid Waste And Energy Conservation And More. • Lessee Shall Require That Hazardous And Universal Waste Generated From The Site Is Disposed Of In Accordance With State And Local Laws. • Lessee Shall Ensure That All Trash, Recycling, And Composting Meet Applicable Federal, State, And Local Requirements And Goals. • Lessee Shall Make Every Effort To Reduce, Reuse, And Recycle Solid Waste. Rfp For The Rv Park And Campground At Fort Monroe Page 8 • Lessee Shall Make Every Effort To Utilize Efficient Energy And Develop And Implement A Comprehensive Plan For Energy And Water Conservation. Other Terms And Conditions The Proposed Terms And Conditions Of The Offered Lease Are As Described In Attachment A, “sample Lease” Included In This Rfp And Are Consistent With 36 Cfr Part 18. Competitive Process This Lease Opportunity Is Open To All Interested Persons And Businesses On A Competitive Basis. Whoever Submits The Proposal Judged Best Under The Proposal Selection Criteria Will Be Given An Opportunity To Negotiate A Final Lease Agreeable To Both The Selected Offeror And Nps. To Be Selected By The Nps You Must Demonstrate That You Have The Capacity To Plan, Carry Out, And Finance Your Proposal. Evaluation Criteria And The Process For Selecting A Lessee Are Described In Detail In The proposal Content And Criteria And Evaluation And Selection Process Sections Of This Rfp. The Nps Reserves The Right To Reject One Or All Proposals Or Terminate Lease Negotiations At Any Time Prior To Executing A Final Lease Without Penalty Or Liability. Appointments-only Site Tour And Additional Information Requests For Site Tours And Questions About The Rfp Or The Lease Premises Should Be Sent Via Email To Fomr_leasing@nps.gov Questions From Interested Parties Will Be Answered Via A Question & Answers (q&a) Or Frequently Asked Questions (faqs) Section On The Park’s Website. Questions Must Be Submitted By The Dates Provided On The First Page Of This Rfp. Nps Reserves The Right At Any Time, And From Time To Time, For Its Own Convenience, And In Nps’ Sole Discretion, To Cause Or Do Any Or All Of The Following: • Waive Or Correct Any Defect Or Technical Error As To Form Or Content Of This Rfp Or In Any Response, Proposal, Or Proposal Procedure, As Part Of The Rfp Or Any Subsequent Selection And Negotiation Process. • Reissue An Rfp. • Modify, Amend, Cancel, Or Suspend Any And All Aspects Of The Rfp And Selection Process. • Modify The Scope Of The Lease Or The Required Responses Or Modify The Components Of The Lease. • Request That Respondents Clarify, Supplement, Or Modify The Information Submitted. • Extend Deadlines For Accepting Rfp Responses, Or Request Amendments To Responses After Expiration Of Deadlines. • Consider Comparable Projects Owned, Developed, Or Operated By A Respondent. Rfp For The Rv Park And Campground At Fort Monroe Page 9 Key Dates For This Request For Proposals: Rfp Release Date: April 2, 2025 Site Tours: Scheduled Upon Request Initial Question Submission Deadline: May 16, 2025 Rolling Question Submittal Deadlines: Every Friday At 1:00pm Edt Until A Selection Is Made Initial Proposal Submittal Deadline: June 6, 2025 Rolling Submittal Deadlines: Every Friday At 5:00pm Edt Until A Selection Is Made Anticipated Date For Selection Of Qualified Proposals: Four To Six Weeks After Submittal Deadline Anticipated Lease Effective Date: Subject To Negotiation The Initial Rfp Solicitation Will Be Open For At Least 60 Days, If The Nps Has Not Received Enough Proposals By The Initial Submittal Deadline The Rfp Solicitation Will Remain Open On A Rolling 1-week Basis Until A Proposal Has Been Selected. During A Rolling Rfp Period, Questions Must Be Submitted By Friday’s At 1:00 Pm Edt (or Est If Applicable). Proposal Submission Protocol Proposals May Only Be Submitted Electronically. Proposals That Are Not Received At The Designated Electronic Address By The Specified Deadline Will Not Be Considered. Nps Will Not Consider Hardcopy Proposals. Telephonic Proposals, Faxes, E-mails To Other Addresses, And Other Means Of Transmittal Will Not Be Considered. Please Refer To The Proposals Considered Public Documents Section, In This Rfp If You Believe That A Proposal Contains Trade Secrets Or Confidential Commercial And Financial Information That You Do Not Want To Be Made Public. Authority This Rfp Is Issued Under The Authority Of Title 36 Of The Code Of Federal Regulations Part 18 Leasing Of Properties In Park Areas (36 Cfr Part 18). This Rfp And The Offered Lease Are Subject To And Incorporate All Terms And Conditions Of Part 18 As Applicable. In The Event Of Any Conflict Between The Terms Of This Rfp And Part 18, Part 18 Controls. The Nps Has The Authority To Lease Historic Property Through The Historic Leasing Authority (54 Usc 306121), As Well As The Authority To Lease Nps-administered Buildings And Associated Property Pursuant To The National Park Service General Leasing Authority (54 Usc Ch. 1021), And Other Applicable Authorities. Nps Regulations Require All Leases With The Nps To Receive Fair Market Value Rent. The National Park Service And Fort Monroe National Monument The United States National Park Service Was Created By Congress To “conserve The Scenery And The Natural And Historic Objects And The Wildlife Therein, And To Provide For The Enjoyment Of The Same In Such A Manner And By Such Means As Will Leave Them Unimpaired For The Enjoyment Of Future Generations.” Additionally, Congress Has Declared That The National Park System Should Be “preserved And Managed For The Benefit And Inspiration Of All The People Of The United States.” To Learn More About The National Park Service, Visit Our Website At Www.nps.gov. This Site Includes Information About Who We Are, Our Mission, Nps Policies And Individual Parks. Rfp For The Rv Park And Campground At Fort Monroe Page 10 Fort Monroe National Monument Was Established In 2011 And Is Located In Hampton, Va. The Peninsula Known As Old Point Comfort, Which Contains Fort Monroe National Monument, Is In Southeastern Virginia Approximately 2.8 Miles East Of The Downtown Area Of The City Of Hampton. The Gateway Communities Of Historic Phoebus And Buckroe Are Adjacent To Old Point Comfort. The Park Is Located In The Hampton Roads Metropolitan Area Containing A Large Military Presence Along With The Cities Of Norfolk, Virginia Beach, Yorktown, Newport News, And Williamsburg. As Part Of The Regional Heritage Tourism Of Southeastern Virginia Known As The “historic Triangle,” Fort Monroe Is Now Considered A New Component Of What Is Being Referred To As The “historic Diamond.” In Addition To Fort Monroe, Three Other Important Historic Sites Attract Visitors To The Region: Jamestown And Yorktown In Colonial National Historical Park, And Colonial Williamsburg. Old Point Comfort Also Serves As An Anchor Point In The Lower Chesapeake Bay For The Captain John Smith Chesapeake National Historic Trail, The Nation’s First National Water Trail. Fort Monroe Was Built Near The Strategic Point Where The James And York Rivers Meet The Chesapeake Bay. The Site Is Almost Surrounded By Bodies Of Water Including The Chesapeake Bay, Hampton Roads, And Mill Creek. At The Heart Of The Park Is The 63-acre Moated Masonry And Earthen Fortress, Completed By The Us Army In The 1830s On The Site Of A Succession Of Fortifications Dating Back To 1607 When Colonists Built Defensive Works On The Peninsula. Over Time The Army Expanded And Improved The Military Campus To Include Areas Inside And Outside Of The Moated Fort. Dredged Fill Was Deposited Along The Shoreline To Increase The Size Of The Peninsula For Military Uses. Fort Monroe Is Home To Diverse Natural Resources And Recreational Opportunities. Mill Creek, A 53-acre Saltmarsh Cordgrass Community Separating The Point From The Mainland, Is Considered An Ecologically Productive Wetland Of The Highest Quality. Southern Live Oaks (quercus Virginiana) Are The Most Characteristic Tree Within The Historic Monument. The Largest Southern Live Oak In The Park, Known As The Algernourne Oak, Is Nearly 500 Years Old, And Shares Lineage With The “emancipation Oak” At Hampton University. Sandy Beaches Stretch Along The Eastern And Southern Shore. A Seawall Provides A Place Where The Public Can Walk, Jog, Bike, Or Sit And Enjoy The Maritime Views And Sounds. The North Beach Area Offers Residents And Visitors Opportunities To Experience Less Developed Coastal Landscapes. Fort Monroe Also Provides Opportunities For Swimming, Motor And Nonmotorized Boating, And Fishing From Piers. On Land, The Park Offers Recreational Vehicle (rv) Camping, Recreational Playing Fields, Walking Trails, And Birding Opportunities. Park Purpose The Park Purpose Is A Specific Reason Why Congress And/or The President Established The Park As A Unit Of The National Park System. Fort Monroe National Monument Exists To Preserve, Protect, And Provide For The Appropriate Public Use Of The Historical, Natural, And Recreational Resources Of Old Point Comfort, Strategically Located At The Mouth Of The Chesapeake Bay, And To Interpret Its Storied History In The European Colonization Of Our Nation, Exploration Of The Bay, Slavery In America And The Struggle For Freedom, And The Defense Of Our Nation. requirements Proposals Must Be Submitted Electronically To: Fomr_leasing@nps.gov Proposals Must Be Submitted On Or Before The Time And Date Provided On The First Page Of This Request For Proposals. The Subject Line Should Include The Following: Fomr_rv Park & Campground_lease Proposal_[your Name Or The Name Of Your Business Entity Or Organization] (please Do Not Include The Brackets). Rfp For The Rv Park And Campground At Fort Monroe Page 11 Proposals Are Limited To 25 Pages Or Less, Not Including Attachments. Any Proposals Over These Limits Will Be Deemed Non-responsive And Not Evaluated Further. Offerors Should Submit Their Proposal In Electronic Format As One Cohesive Document In The Adobe Pdf Format. The Required Identification And Credit Information Forms (either 10-352, 10-353, Or 10-354), The Required Financial Information For Revenue-producing Uses Form (either 10-355a, Or 10-355b), Financial Statements, And Credit Reports Should Be Incorporated Into Your Pdf Submission As Attachments. Proposals Must Be Formatted To 8-1/2" X 11”-page Size. Proposals Submitted By Mail, In-person Delivery, Telephone, Fax, Or Other Methods Will Not Be Considered. While There Is No Limit On The File Size Of Your Proposal, The Total File Size Of The Email Submission, Including All Attachments, Cannot Exceed 40mb. If Your Proposal Exceeds This Limit, You Must Separate Your Document Into Smaller Files And Send Them In Separate Emails. If You Do This, Please Separate Your Proposal Into As Few Files As Possible And Clearly Name The Files So They Can Be Reassembled In Your Intended Order. Furthermore, Please Indicate In The Emails That The File Size Of Your Proposal Is Greater Than 40mb And Label Them As Email 1 Of 2, Or 2 Of 3, Etc. To Ensure We Have Received Your Entire Proposal. Effective Proposals Should Be Organized In The Order Of The Required Information Detailed Below And Should Contain Clear, Concise Responses That Address All The Questions And Requirements For Each Of The Selection Criterion Listed In The Rfp. Proposals That Do Not Specifically Answer All Questions Will Be Deemed Nonresponsive And Not Evaluated Further. Nps Reserves The Right To Deviate From Any Provision Of This Rfp, Consistent With Applicable Statutes, Regulations, And Policies. Nps May Extend The Submission Deadlines For Any Reason. proposal Evaluation And Selection Guidelines Nps Leasing Regulations, As Provided In 36 Cfr 18.8(e), Require That Proposals Be Evaluated By The Criteria Below: • The Compatibility Of The Proposal's Intended Use Of The Offered Property With Respect To Preservation, Protection, And Visitor Enjoyment Of The Park Area. • The Compatibility Of The Proposal With The Historic Qualities Of The Property. • The Financial Capability Of The Offeror To Carry Out The Terms Of The Lease. • The Experience Of The Offeror Demonstrating The Managerial Capability To Carry Out The Terms Of The Lease. • The Ability And Commitment Of The Offeror To Conduct Its Activities In The Park Area In An Environmentally Enhancing Manner Through, Among Other Programs And Actions, Energy Conservation, Waste Reduction, And Recycling. • The Benefit To The Nps Of The Financial And Other Terms And Conditions Of The Proposal, Including The Amount Of Rent Proposed And Other Proposed Lease Terms And Conditions. Please Keep These Requirements In Mind When Developing Your Proposal, Many Of These Criteria Will Be Relevant To More Than One Of The Selection Criteria Listed Below. proposal Content And Criteria Proposals Submitted In Response To This Rfp Must Follow The Format Described Below. You Are Asked To Answer Questions Or Supply Specific Information In Response To The Specified Items. Please Label Your Responses Correspondingly And Respond Fully And Accurately To All Questions And/or Requests. Rfp For The Rv Park And Campground At Fort Monroe Page 12 Checklist Of The Components Of A Responsive Proposal A Transmittal Letter Signed By All Managing Members, Owners, Partners, Or Principals Within Your Organization The Proposal Itself, With Clearly Labeled Sections For Offeror Identification And Each Of The Selection Criteria That Covers All Of The Required Questions And Elements One Of The Following: Form 10-352 Identification And Credit Information For Individuals, And All Of The Required Attachments A Personal Financial Statement That Identifies Your Total Assets, Your Liquid Assets, And Your Financial Liabilities Earnings, Bank, Or Investment Account Statements That Substantiate The Information Provided In Your Personal Financial Statement A Credit Report, With Credit Score, From Within The Last 30 Days Form 10-353 Identification And Credit Information For Sole Proprietor Businesses, And All Of The Required Attachments A Personal Financial Statement That Identifies Your Total Assets, Your Liquid Assets, And Your Financial Liabilities Earnings, Bank, Or Investment Account Statements That Substantiate The Information Provided Your Personal, And Or, Business Financial Statements. Business Financial Statements For The Most Recent 2 Years A Credit Report For The Individual (and Business If Available), With Credit Score, From Within The Last 30 Days Form 10-354 Identification And Credit Information For Business Entities (corporations, Llcs, Partnerships, Etc.), And All Of The Required Attachments One Of The Following: If This Is For An Existing Business Entity: Business Financial Statements For The Most Recent 2 Years Earnings, Bank, Or Investment Account Statements That Substantiate The Information Provided In Your Business Financial Statement A Credit Report For The Business Entity, With Credit Score, From Within The Last 30 Days If This Will Be For A New Business Entity Created For This Project: Personal Financial Statements For All The Principals Of The Organization, That Identifies Total Assets, Liquid Assets, And Financial Liabilities Credit Reports For All The Principals Of The Organization, With Credit Score, From Within The Last 30 Days Form 10-355 Financial Information For Revenue-producing Uses One Of The Following: Form 10-355a Offeror Financial Statements And Projections (small Lease) (word) Form 10-355b Offeror Financial Projections (excel) Please Note: Review The Credit Report You Provide Carefully, Many Of The Free Annual Credit Reports That Are Available Do Not Include A Credit Score. Rfp For The Rv Park And Campground At Fort Monroe Page 13 Required Information Offeror Identification Please Fully Identify The Person(s) Associated With Your Proposal, By Providing: Name(s), Address(es), Telephone Number(s), E-mail Address(es), And Fax Number(s), If Applicable. Your Proposal Must Include A Signed Transmittal Letter, A Sample Is Provided In Attachment D. If Your Party Consists Of More Than One Individual, You Should Identify The Primary Contact For Your Group Or Organization. The Nps Will Send All Communications To That Contact Person. Please Complete And Submit The Applicable Identification And Credit Information Form Contained In The Proposal Forms Attached To This Rfp For The Entity And/or Individuals That Are To Be The Lessee And Its Principals. There Are Separate Forms For Individuals, Sole Proprietor Businesses, And Other Business Entities. Criterion 1: Proposed Use And Operations Consistent With National Park Service Values This Section Should Explain Your Proposed Use Or Uses Of The Property And Should Establish Your Overall Vision For Your Proposed Concept. Furthermore, It Should Explain Why Such Use Or Uses Would Be Compatible With The Preservation, Protection, And Visitor Enjoyment Of The Park Area. A. Please Describe Your Proposed Use Or Uses Of The Property, This Should Include: I. A Detailed Operating Plan Describing Your Normal Operations, Special Events, And Expected Hours Of Operation. If There Is Seasonality To Your Proposed Use, Please Provide A Seasonal Calendar For How Your Operations Would Change Throughout The Year. Ii. An Estimate Of How Many Persons Will Occupy The Property, The Number Of Clients That May Be Expected To Visit The Property On A Daily Basis, And Your Estimate Of The Number Of People You Will Employ, And An Estimate Of The Number Of Parking Spaces Needed For Employees And Clients. If You Plan To Host Special Events, The Same Explanation Should Be Provided For These Times Of Additional Capacity. Iii. A Marketing And Sales Plan. B. Please Describe How Your Proposed Use And Operations Will Add To The Visitor Enjoyment Of The Park Area. Of Special Note, While The Lessee Has Exclusive Use Of The Lease Premises, Members Of The Public Will, On Occasion, Ignore Signs And Walk Through The Lease Premises. Please Describe The Training You Will Provide To Your Staff On How Handle Interactions With The Public In This And Similar Situations. Criterion 2: Improvements, Maintenance, And Preservation Of The Historic Quality Of The Property This Section Should Describe Your Concept For Improvements To The Lease Premises And How They Will Enhance Your Proposed Use. Your Response Must Show How You Plan To Take Full Responsibility For All Repairs And Maintenance Of The Property. Additionally, Any Work Performed On The Structure Must Conform To All Applicable Standards, Including The Secretary Of Interior’s Standards For The Treatment Of Historic Property. A. Please Describe All Repairs, Rehabilitation, And Improvements You Propose For The Lease Premises. I. Submit Documentation Of The Cost Estimates For All Building Repairs, Rehabilitation, And Improvements. Ii. Submit A Timeline For Design, Commencement, And Completion Of Proposed Repairs Rehabilitation, And Improvements. Iii. Describe The Steps You Will Take To Comply With The Architectural Barriers Act And Otherwise Facilitate Access By Mobility Impaired Individuals Within The Lease Premises. Iv. Submit Conceptual Designs For The Repairs, Rehabilitation, And Improvements You Propose To The Buildings Or Grounds. Furthermore, Provide Conceptual Plans And Specifications For Major Systems Repairs Or Replacements. Rfp For The Rv Park And Campground At Fort Monroe Page 14 B. Please Describe The Manner In Which You Will Maintain The Lease Premises After The Initial Repairs, Rehabilitation, And Improvements Have Been Completed, This Should Include: I. An Estimated Annual Maintenance Budget Considering Material, Labor, And Service Contract Costs. Ii. A Calendar Of Maintenance Tasks Broken Down Into Daily, Weekly, Monthly, Quarterly, Annual, Or Other Time Periods As Appropriate. C. Please Describe The Manner In Which You Will Preserve The Historic Quality Of The Lease Premises And How You Will Meet The Standards Set Forth By The Secretary Of Interior’s Standards For The Treatment Of Historic Property. Criterion 3: Financial Capability Of The Offeror This Section Should Demonstrate That You Are Capable Of Making The Financial Investment Required To Fund What You Propose. Offerors Must Identify The Manner By Which They Will Fund The Improvements, And Other Start-up Costs They Propose For The Premises. A. Submit The Source, And Proof Of The Availability, Of The Funds Necessary To Carry Out The Obligations Described In Your Proposal And Under The Terms Of The Proposed Lease. You Must Submit The Financial Capability Information And Comprehensive Supporting Documentation Outlined In Attachment B (forms 10-352, 10-353, Or 10-354, Including All Required Attachments) For Each Manager Or Principal In Your Organization. You Must Provide Bank Statements, Financing Commitment Letters, Investment Account Statements, Or Similar Documents That Substantiate Your Financial Resources. B. Demonstrate That You Have A Credible, Proven Track Record Of Meeting Your Financial Obligations, That Your Proposal Is Financially Viable And That You Understand The Financial Obligations Of The Lease. At A Minimum, This Includes A Credit Report, With Credit Score, From Within The Last 30 Days From One Of The Major Credit Reporting Agencies (equifax, Experian, Or Transunion). C. Provide Start-up Expenses, Stabilized Revenues, And Operational Expense Estimates A Proforma Projecting Revenue And Expenses Over The Lease Term Using Either Form 10-355a Or 10-355b. These Forms Can Be Found In Attachment C, Please Include: I. An Estimate Of The Start-up Expenses And Investments, Revenues And Operating Expenses For All Years Covered By Your Proposed Lease Term. You Should Identity All Revenue Sources And Any Fees To Be Charged As Part Of The Lease Terms. Describe The Basis Of All Assumptions In The Pro Forma To The Fullest Extent Possible, Including Those Regarding Each Source Of Income, Any Inflation Factors, Other Occupancy And Management Costs. Criterion 4: Demonstrated Experience Operating A Similar Property This Section Should Demonstrate Your Qualifications To Provide Top Quality Management Of The Lease Premises. To Be Considered Qualified, Responsive, And Responsible, An Offeror Must Submit The Items Listed Below. A. Provide Resumes Of The Offeror’s Owners And Key Managers. To The Extent Possible, Please Ensure These Resumes Document The Offeror’s Demonstrated Experience And Success In Facility Management, Sales & Marketing, And Event Management. B. Describe Offeror’s Relevant And Specialized Experience And Its Role In Current And Past Projects Of Similar Scope And Complexity. Provide At Least Three Brief Descriptions Of Experience On Similar Projects That Highlight Offeror’s Ability To Provide Superior Performance. Rfp For The Rv Park And Campground At Fort Monroe Page 15 C. Describe, In Detail, Your Experience Managing A Similar Property Including The Total Years Of Operation Of That Property And Any Repairs You Made To The Property. Criterion 5: Environmental Enhancement This Section Should Explain How You Plan To Use And Manage The Lease Premises In An Environmentally Enhancing Manner. At A Minimum Describe The Ways In Which You Will Address: A. Ecological Protection. B. Energy Conservation. C. Water Conservation. D. Waste Reduction. E. Recycling. Criterion 6: Financial And Other Terms Offered This Section Should Explain The Financial And Material Benefit Your Proposed Use Will Provide To The Nps. Due To Nps Leasing Regulations, No Annual Rent Offer Of An Amount Less Than The Fair Market Value Rent (fmvr) Shall Be Accepted. A. Please State The Amount Of Annual Rent Offered In Lease Year 1 And Explain How You Have Determined That Rent Value. B. Please State The Amount Of Percentage Rent Offered. Percentage Rent Shall Be Expressed As A Set Percentage Of Gross Revenue. The Offeror, At Its Sole Discretion, May Offer More Than One Form Of Percentage Rent If It Chooses To Do So. Percentage Rent(s) Will Remain Constant Over The Entire Lease Term. Using The Proforma You Created Using Form 10-355a Or 10-355b, Please Project The Total Percentage Rent In Each Lease Year And Include Those Figures In Your Response. Provided Nps Fully Accepts The Revenue Assumptions In Your Proforma, Higher Percentage Rent Compared To That Proposed By Other Offerors Will Increase The Competitiveness Of Your Proposal. C. Please State The Length Of The Lease Term You Propose. D. Please Detail Any Terms And Conditions In The Sample Lease That You Intend To Negotiate With Nps, But Do Not Include A Marked-up Version Of The Sample Lease. evaluation And Selection Process The National Park Service Will Review All Responses To This Rfp Through An Evaluation Panel Assisted By Technical Consultants As Appropriate. All Proposals Will First Be Screened For Adherence To The Requirements Of This Rfp. The Nps Will Not Consider Nonresponsive Proposals. A Non-responsive Proposal Is A Proposal That Was Not Timely Submitted Or Fails To Meet The Material Terms And Conditions Of This Rfp As Determined By The Nps. The Nps Will Only Use Information Provided In The Appropriate Section Of A Proposal During The Evaluation Process, Please Organize Your Proposal Carefully. Rfp For The Rv Park And Campground At Fort Monroe Page 16 It Is The Intention Of The Nps To Select The Best Responsive Proposal As Determined Under The Selection Criteria Without Further Submittals Or Presentations. If This Cannot Be Done, The Nps Will Select Those Lease Proposals That Appear Most Suitable Under The Selection Criteria And Will Request Additional Information Or Presentations From That Group So That The Best Responsive Proposal Can Be Selected. Nps Will Negotiate The Terms Of The Final Lease With The Selected Offeror. Award Of A Lease To That Offeror Is Dependent On Successful Negotiation Of The Final Terms Of The Lease. If Negotiations Fail, Nps May Negotiate With Other Offerors For Award Of The Lease Or Terminate This Solicitation Without Liability To Any Person. The Nps Reserves The Right To Reject One Or All Proposals, Terminate Lease Negotiations, Or Cancel This Rfp Solicitation At Any Time Prior To Executing A Final Lease Without Penalty Or Liability. additional Information And Modification Of Proposals The Nps May Request From Any Offeror Additional Information Or Written Clarification Of A Proposal After The Submission Date. However, Proposals May Not Be Amended After The Submission Date Unless Permitted By The Nps. The Nps May Not Permit Amendment Of A Proposal Unless All Offerors That Submitted Responsive Proposals Are Given An Opportunity To Amend Their Respective Proposals. Lease Terms And Conditions Term Of Lease The Lease To Be Awarded Under This Rfp Will Have A Minimum Term Of Ten (10) Years. The Lease May Be Extended Once For A Period Not To Exceed One (1) Additional Year If The Nps Determines That An Extension Is Necessary Because Of Circumstances Beyond The Control Of The Nps. In Accordance With Applicable Policy Guidance, All Leases With A Term Of Five Or More Years Must Contain A Cpi Adjustment Provision; And, And All Leases With A Term Of Fifteen Or More Years Must Contain A Rent Reconsideration Provision. Conditions Selection Of A Proposal Does Not Guarantee A Lease For The Offeror. The Responsive Proposal Judged Best Under The Proposal Selection Criteria Will Be Given An Opportunity To Negotiate A Final Lease Agreeable To Both The Offeror And Nps. Lease Provisions The Lease To Be Awarded Under This Rfp Will Contain The Provisions Required By 36 Cfr Part 18 As Well As Other Provisions Determined By The Nps To Be Necessary To Assure Use Of The Leased Property In A Manner Consistent With The Purposes Of The Park Area, And Where Applicable, To Assure The Preservation Of Historic Property. Required Provisions Include, Without Limitation: • A Termination For Cause Or Default Provision And A Termination For Convenience Provision; • Appropriate Provisions Requiring The Lessee To Maintain The Leased Property In Good Condition Throughout The Term Of The Lease; • Appropriate Provisions Stating That Subletting Of A Portion Of The Leased Property And Assignment Of A Lease, If Permissible Under The Terms Of The Lease, Must Be Subject To The Written Approval Of Nps; • Appropriate Provisions Requiring The Lessee To Pay For Use Of All Services And Utilities Not Provided By The Lessor And To Pay All Taxes And Assessments Imposed By Federal, State, Or Local Agencies Applicable To The Leased Property Or To Lessee Activities; • Appropriate Provisions Stating That The Lessee Has No Rights Of Renewal Of The Lease Or To The Award Of A New Lease Upon Lease Termination Or Expiration; Rfp For The Rv Park And Campground At Fort Monroe Page 17 • Appropriate Provisions Stating That The Lessee May Not Construct New Buildings Or Structures On Leased Property Except In Limited Circumstances; • Appropriate Provisions Requiring That Any Improvements To Or Demolition Of Leased Property To Be Made By The Lessee May Be Undertaken Only With Written Approval From The Nps; And • Appropriate Provisions That Describe And Limit The Type Of Activities That May Be Conducted By The Lessee On The Leased Property. A Sample Lease Is Attached To This Rfp And Incorporates These Terms. proposals Considered Public Documents All Proposals Submitted In Response To This Prospectus May Be Disclosed By The Service To Any Person, Upon Request, To The Extent Required Or Authorized By The Freedom Of Information Act (5 U.s.c.§ 552). If You Believe That Your Proposal Contains Trade Secrets Or Confidential Commercial Or Financial Information Exempt From Disclosure Under The Freedom Of Information Act, Mark The Cover Page Of Each Copy Of The Proposal With The Following Legend: “the Information Specifically Identified On Pages Of This Proposal Constitutes Trade Secrets Or Confidential Commercial Or Financial Information That The Offeror Believes To Be Exempt From Disclosure Under The Freedom Of Information Act. The Offeror Requests That This Information Not Be Disclosed To The Public, Except As May Be Required By Law.” You Must Specifically Identify What You Consider To Be Trade Secret Information Or Confidential Commercial Or Financial Information On The Page Of The Proposal On Which It Appears, And You Must Mark Each Such Page With The Following Legend: “this Page Contains Trade Secrets Or Confidential Commercial And Financial Information That The Offeror Believes To Be Exempt From Disclosure Under The Freedom Of Information Act, And Which Is Subject To The Legend Contained On The Cover Page Of This Proposal.” Information So Identified Will Not Be Made Public By The Nps Except In Accordance With Law. The Nps Does Not Warrant And Assumes No Liability For The Accuracy Of The Information Provided In This Rfp. eligibility Applicants Subject To Existing Legal Authorizations Must Be Compliant With Current Lease Obligations In Order To Be Eligible For This Opportunity. Current Lessees Of Nps Property Who Have Not Satisfied Reporting Obligations Or Other Lease Obligations Or Have Outstanding Rent Payments Will Not Be Considered Eligible For This Opportunity. Applicants Who Are Presently Debarred, Suspended, Proposed For Debarment, Declared Ineligible, Or Voluntarily Excluded From A Public Transaction By A Federal Department Or Agency, Or Whose Legal Authorizations To Undertake Operations On Park Lands Or To Use And Occupy Park Lands And Facilities Have Been Revoked, Suspended, Or Terminated, Or Whose Obligations For Payments Have Been Deemed Delinquent And Have Been Deferred To The United States Treasury, Are Not Eligible For Consideration
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Laboratory Equipment and Services
United States
Closing Date30 Apr 2025
Tender AmountRefer Documents
Details: This Is An Amendment To The Solicaiton To Answer Vendor Questions. intent: Kansas City Va Medical Center Needs To Rent/leasing Two (2) Histacore Pegasus Dual Retort Tissue Processors To Use In The Preparation Of Tissue Samples Obtained From Veteran Patients. This Preparation Is Necessary To Produce Slides For Review By Pathologists For Diagnostic Purposes. requirement: The Instrumentation Shall Have The Capability To Diffuse Solutions Into Biological Specimens To Ensure That Proper Embedding Occur. new Equipment Shall Be Acquired For The Required Laboratory. Refurbished, Discontinued, Or Previously Owned Units Are Not Acceptable. The Equipment Models Being Offered Shall Be In Current Production As Of The Date This Offer Is Submitted. For Purposes Of This Solicitation, “current Production” Shall Mean That The Clinical Laboratory Analyzer Model Is Being Offered As New Equipment. general Requirements: histacore Pegasus Dual Retort Tissue Processor primary Analyzer(s) – Base Equipment Offered That Shall Fully Support The Scope Of Operations (minimal Requirements). operational And Technical Features- The Instrumentation Offered Shall Be Approved By The Food And Drug Administration (fda) And Have The Following required Salient Characteristics vacuum Infiltration Tissue Processor. must Be A Floor Standing Model Not To Exceed The Following Dimensions: 32 X 28 X 61 Inch (widthxdepthxheight). must Be Moveable To Allow Access To Serviceable Parts For Staff And Service. must Have Touchscreen Interface. must Have A Process Capacity Of Up To At Least 400 Cassettes (blocks) Per Run. must Have The Option Run Different Protocols Simultaneously On One Instrument. must Provide The Option For Specimen Tracking System That Can Record Cassette Id And Quantity, As Well As User Id, In Order To Track Tissues Samples Loaded. must Allow Use Of Commercially Available, Nonproprietary Brands Of Reagents And Reagent Substitutes. must Have Reagent Tracking System Available To Track Reagent Type And Lot. reagent Reservoirs Must Allow Easy Access For Changing Of Reagent Solutions. must Have A Reagent Management System To Allow Rotation Of Solution Groups For Optimum Processing. The Reagent System Should Involve As Little Hands On As Possible For Safety (both Employee Exposure And Specimen Safety) Reasons. For Safety To Include Built In Systems To Minimize Exposure To Chemical Fumes. instrument Must Track Reagent Quality And Concentration For Optimal Use. instrument Must Automatically Rotate Reagents Based On Quality And Concentration. hot Paraffin Is Exchanged Without Manual Handling. must Be Capable Of Holding Up To 10 Processing Programs. must Have A Battery Back-up System (ups) For Electrical Outages. must Have Audible And Visually Displayed Alarms For System Malfunction. must Allow For Delayed Start And End Times Of Processing With Auto-calculation. installation Requirements vendor Must Supply The Following Items In Sufficient Quantities For Initial Operation. all Reagent Bottles With Attachments And Labels. activated Carbon Filters. metal Cassette Basket (baskets) With Handles And Dividers To Complete Up To A 300 Cassette (block) Run. any Necessary Hoses. any Other Parts And Reagents Needed To Allow For Immediate Training And Use After Installation. The Contractor Is Responsible For Any Missing Parts And Components Not Included In The Order To Carry Out The Installation. method Performance/validation Requirements: method Performance/comparison Shall Be At The Expense Of The Contractor, Shall Include Reagents And Be Consistent With Current Clinical Laboratory Standard Institute (clsi) Guidelines, College Of American Pathologists (cap) Standards And Related Federal Regulations. support Features: start-up Reagents. The Contractor Shall Provide All Reagents, Calibrators, Controls, Consumable/disposable Items, Parts, Accessories And Any Other Required To Establish Instruments For Operation For Performance Of Acceptance Testing. This Applies To All Equipment As Well As Additional Or Replacement Equipment Placed Under The Terms And Conditions Of This Contract. The Contractor Shall Perform/assist, To The Satisfaction Of The Government, All Validation Studies. The Contractor Shall Perform All The Statistical Analysis Provide A Hardcopy Of Data In An Organized, Clearly Comprehensible Format. documentation: a Current Editable Standard Operating Procedure Shall Be Provided. a Printed, Electronic Copy Or Both, Of The Operator’s Manual And Technical Manual Shall Be Provided. the Document(s) Shall Be Formatted In Accordance With Current, Approved Clsi Guidelines. Electronic (cd Format). at A Minimum, Electronic Copies Of Safety Data Sheets (sds) Shall Also Be Provided. updates To All Procedure Manuals In Microsoft Word Format And Sds Sheets In Electronic Format Shall Be Provided When Package Inserts Are Modified. training: the Contractor Shall Provide An Instrument Training Program That Is Coordinated With And Timely To The Equipment Installation, Sufficient To The Size And Scope Of The Facility’s Services. This Shall Include Training On The Operation Of The System, Data Manipulation, And Basic Trouble Shooting And Repair. If Applicable, Off-site Travel Shall Include The Cost Of Airfare, Room And Board For Each Participant, If Applicable. equipment Preventative Maintenance/repair Service. the Contractor Shall Be Able To Provide Emergency Equipment Repair And Preventative Maintenance On Instrumentation, And Any Incremental Support/ancillary Equipment, E.g., Ups, Line Conditioner, Etc. Offered According To The Following Terms: service Requirements preventative Maintenance Will Be Performed As Frequently As Published In Manufacturer’s Operator’s Manual And Within 2 Weeks Of The Scheduled Due Date. a Technical Assistance Center Shall Be Available By Telephone 24 Hours Per Day, 7 Days Per Week With A Maximum Call Back Response Time Of 1 Hour(s). equipment Repair Service Shall Be Provided During Core Business Hours. Core Business Hours Are 8:00 Am To 5:00 Pm. Certain Circumstances May Dictate The Need For Repair Service To Be Conducted Outside Routine Business Hours. All Such Arrangements Shall Be Coordinated Between The Contractor And Va Laboratory Personnel. equipment Repair Response Time Shall Be On The Same Day Or No More Than 24 Hours. service Must Be Provided By A Local Technician a Malfunction Incident Report Shall Be Furnished To The Laboratory Upon Completion Of Each Repair Call. The Report Shall Include, As A Minimum, The Following: date And Time Notified date And Time Of Arrival serial Number, Type, And Model Number Of Equipment time Spent For Repair And Proof Of Repair That Includes Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance. each Notification For An Emergency Repair Service Call Shall Be Treated As A Separate And New Service Call. vendor Will Supply Any Parts Necessary To Keep The Equipment Operational. if Upgrades Or Changes In Technology Render A Piece Of Equipment No Longer Necessary, Contractor Shall Remove Said Piece At Contractor’s Expense. upgrades - The Contractor Shall Provide Upgrades To Both The Equipment Hardware And Software To Maintain The Integrity Of The System And The State-of –the Art Technology, At No Additional Charge To The Government. These Shall Be Provided As They Become Commercially Available And At The Same Time As They Are Being Provided To Commercial Customers. This Requirement Only Applies To “system Upgrades” That Enhance The Model Of Equipment Being Offered, I.e. New Version Of Software, Correction Of Hardware Defect, Upgrade Offered To Commercial Customers At No Additional Charge, Upgrade To Replace Model Of Equipment No Longer Contractor Supported, Etc. This Does Not Refer To Replacing The Original Piece Of Equipment Provided Under The Contract; However, It Does Refer To Significant Changes In The Hardware Operational Capability. ancillary Support Equipment - The Contractor Shall Provide, Install And Maintain Through The Life Of The Contract, As Indicated, Any And All Ancillary Support Equipment To Fully Operate The Analyzer As Defined In These Specifications, E.g. Cabinetry To Support/house The Analyzer (if Necessary), Filters, Preventative Maintenance And Repair, Etc.), Printers And Universal Interface Equipment, Ups And Ups Batteries, Line Conditioners, Etc. In Addition, The Contractor Shall Include All Ancillary Components That Are Customarily Sold Or Provided With The Model Of Equipment Proposed, E.g. Starter Kits, Tables/stands, Etc. commercial Offerings - The Contractor Shall Provide Any Additional Support Material That Is Routinely Provided To Equivalent Commercial Customers And Assists In Regulatory Compliance, E.g., Computer Disc Containing Their Procedure Manual In Clsi Format Or An On-line Procedure Manual In The Instrument Software. characterization Of Waste – The Contractor Shall Provide Documentation That It Has Characterized The Hazardous Nature Of All Wastes Produced By All Equipment, Devices, Reagents, And Discharges In Accordance With The Requirements Of The Code Of Federal Regulations Title 40 “protection Of The Environment” Part 261 Et Seq. And Applicable State And Local Requirements. Documentation Shall Include A Description Of The Characteristics Of The Hazardous Waste Produced As A Byproduct Of The Instrument Operations, Safety Data Sheets (sds) Meeting The Requirements Of The Occupational Safety And Health Administration (osha) And Environmental Protection Agency (epa), The Analytical Process Used To Determine The Hazardous Nature And Characteristics Of The Waste, And The Analytical Test Results. Testing Of Hazardous Waste Is To Be Done In Accordance With Testing Protocol Specified For Each Individual Waste As Described In The Code Of Federal Regulations Title 40 To Make A Determination If The Waste Is A Hazardous Waste Or Otherwise Regulated. the Determination And Description Shall Address The Following: waste Toxicity (reference 40 Cfr §261.11 And 40 Cfr §261.24) waste Ignitability (reference 40 Cfr §261.21) waste Corrosivity (reference 40 Cfr §261.22) waste Reactivity (reference 40 Cfr §261.23) hazardous Waste From Non-specific Sources (f-listed) (reference 40 Cfr §261.31) discarded Commercial Products (acutely Toxic Or P-listed And Toxic Or U-listed) (reference 40 Cfr §261.33) solid Waste (reference 40 Cfr §261.2) exclusions (reference 40 Cfr §261.4) the Contractor Will Provide Written Instructions And Training Material To Ensure Vha Laboratory Staff Are Trained As Needed To Properly Operate Devices With Special Emphasis To Managing And Disposing Of Hazardous Waste In Accordance With Epa And State Requirements. Additionally, The Training Provided By The Contractor Must Fulfill Resource Conservation And Recovery Act (rcra) Requirements For Training As Applicable To Devices. contractor Shall Provide A Description Of All Wastes The Process Or Equipment May Discharge So That The Facility Can Determine Whether The Discharge Meets Local Publicly Owned Treatment Works (potw), State And Federal Discharge Requirements. At A Minimum The Characteristics Of Ignitability, Corrosivity, Reactivity And Toxicity As Defined In 40 Cfr §261 Must Be Determined And Documented. Any Mercury Containing Reagents Must Be Identified In Any Concentrations. All Test Results Shall Be Provided. All Listed Chemicals (f, U, K And P) Found In 40 Cfr §261 Shall Be Provided In Product Information And Their Concentrations Documented. For Those Materials With A Positive Hazardous Waste Determination, A Mechanism For The Laboratory To Meet Local Discharge Requirements (i.e. Mercury, Thimerosol And Formaldehyde) Must Be Developed And Sds Sheets Must Be Provided In Advance For Review. At A Minimum, Documentation Shall Include, But Not Be Limited To The Concentration/measures Of The Elements And Parameters Listed Below And Must Be Included With Vendor Response: barium (total) cadmium (total) chromium (total) copper (total) cyanide (total) lead (total) mercury (total) nickel (total) silver (total) zinc (total) arsenic (total) selenium (total) tin (total) ph flash Point (to Higher Than 200°f) bod; Biochemical Oxygen Demand the Documentation The Contractor Provides Will Be Used To Work With The Vamc And The Public And/or Private Organization (e.g., Potw) To Determine Whether The Waste From Each Device Can Legally Be Disposed Of Via The Sewerage System. implementation/transition Timeframe - The Implementation Of The Services/requirements Described In This Solicitation Shall Be Completed No Later Than 120 Days After The Award Of The Contract. This Timeline Is Based On A Reasonable Attempt Of The Contractor To Complete All The Necessary Implementation Requirements Within The Stated Timeframe. Contractor Shall Not Be Penalized For Implementation Timelines That Extend Beyond The 120-day Timeframe, If The Extension Is Through No Fault Of The Contractor And Is A Result Of Delays Due To The Government. upon Award Of A Contract, The Transition Period For The Awarded Contract To Have All Equipment And Peripherals Installed And Operational By April 30 Or Mutually Agreed Upon Date. During This Same Period All Initial Training Of Va Personnel In The Operation And Maintenance Of Said Award Shall Also Be Completed. contractor Shall Provide With Its Quotation An Implementation Plan For Installation Of New Equipment. The Plan Should Include Installation And Training Of Personnel, Transition Of All Testing Materials, Reagents And Supplies, Etc., Performance Of All Correlations And Validations. Failure Of The Contractor To Conform To The Transition Period Shall Be Considered As Sufficient Cause To Terminate Contract For Cause Under The Termination For Cause Clause Of The Contract. at The End Of 120 Days From Award Of The Contract, The Awarded Contractor Shall Have Full And Sole Responsibility For Services Under The Awarded Contract. standard And Quality Of Performance- This Paragraph Establishes A Standard Of Quality Performance That Shall Be Met Before Any Equipment Listed On The Delivery Order [or Contract] Is Accepted By The Government. This Also Includes Replacement, Substitute Machines And Machines That Are Added Or Field Modified After A System Has Demonstrated Successful Performance. The Acceptance Period Shall Begin On The Installation Date. It Shall End When The Equipment Has Met The Standard Of Performance For A Period Of 30 Consecutive Calendar Days By Operating In Conformance With The Contractor’s Technical Specification Of Effectiveness Of 90% Or More. if Equipment Does Not Meet The Standard Of Performance During The Initial 30 Consecutive Calendar Days, The Standard Of Performance Tests Shall Continue A Day-by-day Basis Until The Standard Of Performance Is Met For A Total Of 30 Consecutive Days. if The Equipment Fails To Meet The Standard Of Performance After 90 Calendar Days From The Installation Date, The User May, At His/her Option, Request A Replacement Or Terminate The Order In Accordance With The Provisions Of Far 52.212-4 Entitled “termination For Cause.” (the Contractor Shall Receive Revenue For Tests Reported During The 90-day Acceptance Period.) operational Use Time For Performance Testing For A System Is Defined As The Accumulated Time During Which The Machine Is In Actual Use. System Failure Downtime Is That Period Of Time When Any Machine In The System Is Inoperable Due To Equipment Failure. Downtime For Each Incident Shall Start From The Time The Government Makes A Bona Fide Attempt To Contact The Contractor’s Designated Representative At The Prearranged Contact Point Until The System Or Machine(s) Is Returned To The Government In Proper Operating Condition. during The Performance Period For A System, A Minimum Of 100 Hours Of Operational Use Time With Productive Or Simulated Work Shall Be Required As A Basis For Computation Of The Effectiveness Level. However, In Computing The Effectiveness Level, The Actual Number Of Operational Use Hours Shall Be Used When More Than The Minimum Of 100 Hours. the Government Will Maintain Daily Records To Satisfy The Requirements Of The Standard And Quality Of Performance Section And Shall Notify The Contractor In Writing Of The Date Of The First Day Of The Successful Period Of Operation. Operations Use Time And Downtime Shall Be Measured In Hours And Whole Minutes. during The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 10% Or Greater Of The Normal Working Days In One Calendar Month, A Determination Shall Be Made By The Cor And/or Contracting Officer To Replace The Malfunctioning Equipment With New Equipment. The Responsibility For Maintaining The Equipment Furnished In Good Condition In Accordance With Manufacturer’s Instructions, Shall Be Solely That Of The Contractor. The Same Terms And Conditions Apply To Ancillary/support Equipment Provided Under This Contract, I.e., Water System Ups, Etc. government’s Responsibility- The User Will Perform Routine Maintenance And Cleaning As Required In The Manufacturer’s Operation And Maintenance Instructions. The User Shall Maintain Appropriate Records To Satisfy The Requirements Of This Paragraph. ownership Of Equipment- Title To The Equipment Shall Remain With The Contractor. All Accessories (unused Consumables, Etc.) Furnished By The Contractor Shall Accompany The Equipment When Returned To The Contractor. The Contractor, Upon Expiration Of Order(s), At Termination And/or Replacement Of Equipment, Shall Remove The Equipment. The Contractor Shall Disconnect The Analyzer (gas, Water, Air, Etc.) And Shall Be Responsible For All Packing And Shipping Required To Remove The Analyzer. as Applicable, The Contractor Will Identify If Removable Media Is Required To Perform Their Duties. The Clinical Engineering Department Will Ensure The Removable Media Is Scanned With Anti-virus Software Running Current Virus Definitions Prior To Connection To Any Medical Device/system. Any Contractor With Patient Sensitive Information That Is Imported Into The Removable Media Device For Any Reason Must Purge All Patient Sensitive Information Prior To Departure From The Facility. contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Or Completion Of The Contract as Applicable, All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Retained By The Va For Sanitization Or Destruction, Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Or Completion Of The Contract Or Disposal Or Return Of The It Equipment, Whichever Is Earlier. as Applicable, Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Contractor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: contractor Must Accept The System Without The Drive; va’s Initial Medical Device Procurement Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase. due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then; the Equipment Contractor Must Have An Existing Baa If The Device Being Traded In Has Protected Health Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Contract. a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Information Security Officer (iso) Needs To Maintain The Documentation.
Department Of Environment And Natural Resources - DENR Tender
Food Products
Philippines
Closing Date28 Apr 2025
Tender AmountPHP 501.7 K (USD 8.8 K)
Details: Description Request For Quotation Date: Quotation No.: Company Name: Address: T.i.n.: Dear Sir/ma'am: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than ____________________ In The Return Envelope Attached Herewith. Note: Atty. Claudio A. Nistal, Jr. 1. All Entries Must Be Typewritten / Written In Ink Oic, Ard For Management Services 2. Delivery Period Within The Date Of Activity Calendar Days. Bac, Chairperson 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity. 4. Price Validity Shall Be For A Period Of 90 Calendar Days. 5. G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certificates Of The Product Being Offered. 7. In Line With The Denr Caraga R-13 Application For Environmental Management System, Standards And Iso 14001, Service Providers For Catering Services Are Discouraged The Use Of Bottled Mineral Water, Bottled Softdrinks And Juices, Plastic Cups, Spoons And Forks And Other Plastic This Is To Adhere To Mandate Of Environmental Objectives Which Is The Reduction Generation Of Solid Wastes. Item No. Item & Description Abc Qty. Unit Unit Price Total Cost (php) Catering Services Unit Cost Total Cost May 13, 2025 1 A.m. Snacks 200.00 9,000.00 45 Pax -puto Maya With Mango & Native Chocolate 2 Lunch 280.00 12,600.00 45 Pax -chicken Barbecue, Fish Tinola, Four Seasons Vegetables, Rice, Fresh Fruits Salad, Softdrink In A Glass Bottle 3 P.m. Snacks 200.00 9,000.00 45 Pax -buko Pie And Iced Tea In A Glass 4 Dinner 250.00 11,250.00 45 Pax -beef With Ampalaya, Fish Fillet In Sweet And Sour Sauce, Cream Of Corn Soup, Rice, Fresh Fruits, Softdrink In A Glass Bottle May 14, 2025 5 Breakfast 250.00 8,750.00 35 Pax -tortang Talong, Dried Fish, Hotdog, Rice, Fresh Fruits And Coffee 6 A.m. Snacks 180.00 7,200.00 40 Pax -banana Cake And Pineapple Juice In A Glass 7 Lunch 280.00 11,200.00 40 Pax -garlic Chicken, Pork Ribs Nilaga, Adobong Kangkong W/ Tufo, Rice, Fresh Fruits, Softdrink In A Glass Bottle 8 P.m. Snacks 200.00 8,000.00 40 Pax -lomi With Bread And Iced Tea In A Glass 9 Dinner 250.00 10,000.00 40 Pax -grilled Fish, Sweet And Sour Chicken Fillet, Miswa With Meatballs & Patola Soup, Rice, Mixed Fruits, Softdrink In A Glass Bottle May 15, 2025 10 Breakfast 250.00 8,750.00 35 Pax -daing Na Bangus, Corned Beef With Potato, Rice, Fresh Fruits And Coffee 11 A.m. Snacks 200.00 8,000.00 40 Pax -assorted Kakanin And Buko Juice In A Glass 12 Lunch 280.00 11,200.00 40 Pax -chicken Curry, Special Sotanghon, Beef Halang Halang, Rice, Buko Salad, Softdrink In A Glass Bottle 13 P.m. Snacks 200.00 8,000.00 40 Pax -cassava Cake & Lemonade In A Bottle 14 Dinner 250.00 10,000.00 40 Pax -beef With Brocolli, Pork Barbecue, Chicken Oriental Soup, Rice, Mixed Fruits, Softdrink In A Glass Bottle May 16, 2025 15 Breakfast 250.00 8,750.00 35 Pax -tocino, Scrambled Egg With Tomato, Rice, Fresh Fruits And Coffee 16 A.m. Snacks 200.00 8,000.00 40 Pax -tuna Sandwich With Chips And Fruit Juice 17 Lunch 280.00 11,200.00 40 Pax -chicken Adobo, Law-oy Soup, Fried Fish, Rice, Mango Tapioca, Softdrink In A Glass Bottle 18 P.m. Snacks 180.00 7,200.00 40 Pax -banana Turon With Langka & Iced Tea In A Glass Bottle 19 Dinner 250.00 10,000.00 40 Pax -beef Mechado, Lumpia Shanghai, Pinakbet, Rice, Fresh Fruits, Softdrink In A Glass Bottle May 17, 2025 20 Breakfast 250.00 8,750.00 35 Pax - Tuna Paksiw, Egg With Ampalaya, Rice, Fresh Fruits And Coffee 21 A.m. Snacks 200.00 8,000.00 40 Pax -submarine Sandwich And Iced Tea In A Glass 22 Lunch 280.00 11,200.00 40 Pax -fried Chicken, Eggplant Salad, Beef Bas-oy, Rice, Fresh Fruit Salad, Softdrink In A Glass Bottle 23 P.m. Snacks 180.00 7,200.00 40 Pax -special Binignit 24 Dinner 280.00 11,200.00 40 Pax -pork Humba, Pancit Canton, Squash Soup, Rice, Fresh Fruits, Softdrink In A Glass Bottle May 18, 2025 25 Breakfast 250.00 8,750.00 35 Pax -fish Paksiw,chorizo, Rice, Fresh Fruits And Coffee 26 A.m. Snacks (individually Packed) 200.00 8,000.00 40 Pax -chocolate Cake And Pineapple Juice In A Glass 27 Lunch (individually Packed) 280.00 11,200.00 40 Pax -grilled Bangus,boiled Vegetables With Salted Fish, Fish Tinola (tuna), Rice, Buko Pandan, Softdrinks 28 P.m. Snacks 200.00 8,000.00 40 Pax -special Mammon & Mango Juice In A Glass 29 Dinner 280.00 11,200.00 40 Pax -fish Escabeche, Breaded Pork With Honey Mustard Sauce, Rice, Molo Soup, Fresh Fruits, Softdrink In A Glass Bottle May 19, 2025 30 Breakfast 250.00 8,750.00 35 Pax -hard Boiled Egg, Fish Paksiw, Chorizo, Rice, Fresh Fruits And Coffee 31 A.m. Snacks 200.00 8,000.00 40 Pax -lomi With Bread & Iced Tea In A Glass 32 Lunch 280.00 11,200.00 40 Pax -pork Afritada, Country Style Fried Chicken, Cream Of Mushroom Soup, Rice, Macaroni Salad, Softdrink In A Glass Bottle 33 P.m. Snacks 200.00 8,000.00 40 Pax -special Mamon & Mango Juice In A Glass 34 Dinner 280.00 11,200.00 40 Pax -fish Escabeche, Breaded Pork With Honey Mustard Sauce, Bokchoy In Garlic Sauce, Rice, Fresh Fruits, Softdrink In A Glass Bottle May 20, 2025 35 Breakfast 250.00 8,750.00 35 Pax -tocino, Hard Boiled Egg, Dried Fish, Rice, Fresh Fruits And Coffee 36 A.m. Snacks 200.00 8,000.00 40 Pax -special Bibingka And Hot Chocolatte 37 Lunch 280.00 11,200.00 40 Pax -buttered Chicken, Shrimp In Garlic Sauce, Pork Ribs Nilaga, Rice, Garden Salad, Softdrink In A Glass Bottle 38 P.m. Snacks 200.00 8,000.00 40 Pax -raisin Banana Cake And Canned Juice 39 Dinner 280.00 11,200.00 40 Pax -chicken Afritada, Hawaiian Pork Spareribs, Mixed Vegetables Guisado, Rice, Mango Tapioca, Softdrink In A Glass Bottle May 21, 2025 40 Breakfast 250.00 8,750.00 35 Pax -chicken Tocino, Scrambled Egg With Spices, Ginisang Sayote, Rice, Fresh Fruits And Coffee 41 A.m. Snacks 200.00 8,000.00 40 Pax -ham & Cheese Sandwich With Chips And Fruit Juice 42 Lunch 280.00 11,200.00 40 Pax -shrimp Sinigang, Special Sotanghon Guisado, Fish In White Sauce, Rice, Seaweeds W/ Fruit Cocktail Salad, Softdrink In A Glass Bottle 43 P.m. Snacks 200.00 8,000.00 40 Pax -meatroll And Four Seasons Canned Juice 44 Dinner 280.00 11,200.00 40 Pax -fish Escabeche, Native Chicken Soup, Seafood Pinakbet, Rice, Macaroni Salad, Softdrink In A Glass Bottle May 22, 2025 45 Breakfast-(individually Packed) 250.00 8,750.00 35 Pax -chicken Fillet, Hard Boiled Egg, Rice, Banana, Bottled Water (500ml) 46 A.m. Snacks-(individually Packed) 200.00 12,000.00 60 Pax -hotdog Sandwich And Canned Juice 47 Lunch- (individually Packed) 280.00 16,800.00 60 Pax Beef W/ Mushroom, Pork Bola-bola, Chopsuey Guisado, Rice, Mixed Fruits, Softdrink In A Glass Bottle 48 P.m. Snacks-(individually Packed) 200.00 12,000.00 60 Pax -cheese Burger And Canned Juice 49 Dinner 280.00 11,200.00 40 Pax -inihaw Na Baboy, Chicken Oriental Soup, Fish Fillet In Sweet And Sour Sauce, Rice, Fresh Fruits, Softdrink In A Glass Bottle May 23, 2025 50 Breakfast 250.00 8,750.00 35 Pax -longganisa, Scrambled Egg With Sayote, Dried Fish, Rice, Fresh Fruits And Coffee 41 A.m. Snacks 200.00 8,000.00 40 Pax -clubhouse Sandwich With Chips And Iced Tea In Glass 42 Lunch 280.00 11,200.00 40 Pax -salt And Pepper Ribs, Breaded Fish With Sweet & Chili Sauce, Chicken Oriental Soup, Rice, Buko Salad, Softdrink In A Glass Bottle -------------------- 501,750.00 *w/free Flowing Coffee, Purified Drinking Water & Table Skirting Purpose: Requested Catering Services For The Conduct Of Environment And Natural Resources Academy (enra) Basic Course On May 13-23, 2025 At Denr Regional Office, Ambago, Butuan City. Page 1 Of 1 Brand And Model : Highly Standard Delivery Period : Warranty : Price Validity : After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. ________________________________ End-user Representative/canvasser Printed Name / Signature Tel. No. / Cellphone No.: ___________________ E-mail Address: _________________________ ________________________________ Procurement Representative/canvasser
5541-5550 of 5640 archived Tenders