Survey Tenders

Survey Tenders

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 242.8 Million (USD 4.1 Million)
Details: Description Invitation To Bid For Cluster 1 (2 Projects) – Establishment Of Pump Irrigation Projects (epip) For Saug Ris And Mal Ris 1. The National Irrigation Administration-regional Office Xi, Through The Gaa-epip Fund Of Cy 2025 Intends To Apply The Sum Of Two Hundred Forty-two Million Eight Hundred Seventy-eight Thousand Three Hundred Sixty-three Pesos & 27/100 (php 242,878,363.27) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Cluster 1 (2 Projects) – Establishment Of Pump Irrigation Projects (epip) For Saug Ris And Mal Ris Under Lmc No. 2025-03 Located At Asuncion And Kapalong, Davao Del Norte And Matanao, Davao Del Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. 2. The National Irrigation Administration-regional Office Xi Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 300 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 (instruction 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. Interested Bidders May Obtain Further Information From National Irrigation Administration-regional Office Xi And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 03, 2025 – February 17, 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 Fifty Thousand Pesos (p50,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than 8:20 Am, Before The Submission Of Their Bids. 6. The National Irrigation Administration-regional Office Xi Will Hold A Pre-bid Conference On 9:00 A.m. On February 03, 2025 At The Conference Room Of Nia-regional Office Xi, Bolton St., Davao City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Conference Room Of Nia-regional Office Xi, Bolton St., Davao City On Or Before 8:30 A.m. On February 17, 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 15. 9. Bid Opening Shall Be On 9:00 A.m. On February 17, 2025 At The Given Address Nia-regional Office Xi, Bolton St., Davao City. Bid Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend The Activity. 10. Other Information: A. Site Inspection Is Required Before Procuring Bid Documents. B. Equipment Requirements: 1.) Saug Ris Lowbed Trailer - 1 Unit Survey Instrument - 1 Unit Stake Truck - 1 Unit Concrete Cylindrical Molds - 2 Sets One Bagger Mixer - 2 Units Concrete Vibrator - 2 Units Backhoe, Crawler - 1 Unit Welding Machine - 2 Units Dump Truck (9 Cu. M.) - 2 Units Butt Fusion Machine - 1 Unit Service Pick-up - 1 Unit 2.) Mal Ris Cargo Truck - 1 Unit Tractor W/ Dozer - 1 Unit One Bagger Mixer - 4 Units Water Pump (100mmø) - 2 Units Backhoe, Crawler - 1 Unit Core Drilling Machine - 2 Units Dump Truck (9 Cu. M.) - 2 Units Welding Machine - 1 Unit License Minimum Size Range: Medium A In Irrigation And Flood Control Medium A In Electrical Work Medium A In Mechanical Work Specialty In Electro Mechanical Work C. For The Processing Of Payment Of Bidding Documents, Please Be Reminded To Bring The Following Pre-qualification Documents: C.1. Letter Of Intent With The Contact No. Of Authorized Managing Officer C.2. Company Profile C.3. Certificate Of Site Inspection With Attached Geotagged Pictures C.4. Certification From All Provincial Offices (imo) That The Contractor Has Not Incurred Three (3) Strikes From Previous Biddings, Negative Slippage On Ongoing Contracts, And No Unsatisfactory Rating From Latest Cpes Evaluation. C.5. Special Power Of Attorney With Attached Company Id (applicable For Representatives Of License Owners) – With Signature From Contractor (amo) And The Liaison. C.6. Original Pcab License C.7. Certificate Of Completion And Certificate Of Final Acceptance For Single Largest Completed Contract (slcc) 11. The National Irrigation Administration-regional Office Xi 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 Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: The Bac Secretariat Nia-regional Office Xi Bolton St., Davao City Tel No. (082) 225-1805; Facsimile (082) 225-1805 (sgd.) Ma. Mae N. Edullantes Bac Chaiperson

DEPT OF THE AIR FORCE USA Tender

Solid Waste Management
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice. This Is Not A Pre-solicitation Notice Pursuant To Far Part 5. The Department Of Defense, United States Air Force (usaf), Air Force Materiel Command (afmc), Air Force Test Center (aftc), Operation Contracting Division, Is Currently Conducting Market Research Seeking Capabilities Statements From Potential 8(a) Small Businesses That Can Provide Base Refuse Collection Services At Eglin Afb, Fl. scope. The Contractor Shall Provide All Personnel, Equipment, Tools, Materials, Vehicles, Supervision, And Other Items And Services Necessary To Perform Integrated Solid Waste Management, Municipal Solid Waste (msw) Collection And Recycling Services At Eglin Air Force Base, Florida. Services Shall Be Performed At Eglin Main, Duke Field, Camp Rudder, 7th Special Forces, Eglin Ranges And Sites. all Interested Vendors Should Submit A Response Demonstrating Their Capability To Provide These Services To The Primary Points Of Contact Listed Below. Proposals/quotes/bids Are Not Being Requested Or Accepted At This Time. This Survey Is To Determine The Capability Of Potential Sources And The Availability Of Commercial Sources And Services Pursuant To Far Part 10, Market Research. This Acquisition Is Set Aside For 8(a) Concerns. As Stipulated In Far 15.201(e), Responses To This Notice Are Not Considered Offers And Cannot Be Accepted By The Government To Form A Binding Contract. No Solicitation (request For Proposal) Exists Currently; Therefore, Do Not Request A Copy Of The Solicitation. The Decision To Solicit For A Contract Shall Be Solely Within The Government’s Discretion. this Notice Is Issued Solely For Information And Planning Purposes It Does Not Constitute A Request For Quote (rfq)/invitation For Bid (ifb)/request For Proposal (rfp) Or A Promise To Issue An Rfq, Ifb Or Rfp In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Source Sought Notice. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq Or Ifb Or Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government Wide Point Of Entry. It Is The Responsibility Of Potential Offerors To Monitor The Government Wide Point Of Entry For Additional Information Pertaining To This Requirement. the Naics Code Assigned To This Acquisition Is 562111, Solid Waste Collection, Business Size Standard $47,000,000. Respondents Should Indicate Their Size In Relation To This Size Standard And Indicate Socio-economic Status (i.e. Sb, 8(a), Hubzone, Edwosb, Wosb, Or Sdvosb). Respondents Are Further Requested To Indicate Their Status As A Foreign-owned/foreign-controlled Firm And Any Contemplated Use Of Foreign National Employees On This Effort. any Information Submitted By Respondents To This Source Sought Is Voluntary. This Source Sought Notice Is Not To Be Construed As A Commitment By The Government, Nor Will The Government Reimburse Any Costs Associated With The Submission Of Information In Response To This Notice. Respondents Will Not Be Individually Notified Of The Results Of Any Government Assessments. small Businesses With Only Partial Capabilities Of This Requirement Are Encouraged To Submit Their Capabilities Statement Demonstrating The Portion Of The Requirement They Can Providing/perform. This Information Will Allow The Government To Identify Areas Of Possible Breakout Or Possible Subcontracting Opportunities. capabilities Statement: All Interested Vendors Should Submit A Capabilities Statement That Explicitly Demonstrates Their Capability To Provide/perform The Requirement Stated In This Notice. The Capabilities Statement Should Be Brief And Concise, Yet Clearly Demonstrate An Ability To Meet The Stated Requirement. The Response Must Not Exceed 10 Pages. responses Must Be Submitted Electronically To The Following E-mail Addresses: Jared.dunn.6@us.af.mil And Rick.porter.1@us.af.mil. All Correspondence Sent Via Email Should Contain A Subject Line That Reads “response To Eglin Afb Refuse Collection Services Sources Sought.” If This Subject Line Is Not Included, The E-mail May Not Get Through E-mail Filters At Eglin Afb. Filters Are Designed To Delete Emails Without A Subject Or With A Suspicious Subject Or Attachment. Attachments With Files Ending In .zip Or .exe Are Not Allowable And May Be Deleted. Ensure Only .pdf, .doc, .docx, .xsls, Or .xls Documents Are Attached To Your Email. All Other Attachment Types May Be Deleted. all Responsible Sources May Submit Information That Will Be Considered By The Agency. If Late Information Is Received, It May Be Considered, Depending On Agency Time Constraints. All Routine Communications Regarding The Announcement Should Be Directed To The Contractual Point Of Contact Listed In This Posting. The Government May Or May Not Use Any Responses To This Source Sought As A Basis For A Subsequent Project/requirement. Any Project/requirement Developed From The Sources Sought Responses May Be The Subject Of A Subsequent Acquisition; Any Such Subsequent Acquisition Will Be Posted In Beta.sam.gov Separately. Responses To This Source Sought Will Not Be Returned. The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To The Respondents With Respect To Any Of The Information Submitted Under This Source Sought. No Requests For A Bid Package Or Solicitation Will Be Accepted; A Bid Package Or Solicitation Does Not Exist At This Time. In Order To Protect The Integrity Of Any Possible Future Acquisition, No Additional Information Will Be Provided And No Appointments For Presentations Will Be Made In Reference To This Source Sought. only Government Employees Will Review Submitted Responses To This Source Sought. Respondents Are Advised That Employees Of Commercial Firms Under Contract With The Government May Be Used To Administratively Process Submissions And Perform Other Administrative Duties Requiring Access To Other Contractor’s Proprietary Information. These Administrative Support Contractors Include Nondisclosure Agreements Prohibiting Their Contractor Employees From Disclosing Any Information Submitted By Other Contractors Or Using Such Information For Any Purpose Other Than That For Which It Was Furnished. responses Are Due No Later Than 2:00 P.m. (cst) On 20 February 2025. Direct All Questions Concerning This Requirement To Jared Dunn At Jared.dunn.6@us.af.mil And Rick Porter At Rick.porter.1@us.af.mil.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Civil Works Others
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice sources Sought Notice page 4 Of 4 sources Sought Notice *= Required Field sources Sought Notice page 1 Of 4 subject* National Cemetery Administration Los Angeles Ca 898 -034 Maintenance, 036 Fca Deficiencies general Information contracting Office S Zip Code* 22172 solicitation Number* 36c78625r0012 response Date/time/zone 01-09-2025 1pm Eastern Time, New York, Usa archive 99 Days After The Response Date recovery Act Funds n set-aside sdvosbc product Service Code* y1eb naics Code* 236220 contracting Office Address department Of Veterans Affairs national Cemetery Administration contracting Services 18434 Joplin Road triangle Va 22172 point Of Contact* contracting Officer flora Taylor flora.taylor@va.gov 571-992-9125 place Of Performance address los Angeles National Cemetery 950 South Sepulveda Blvd. los Angeles Ca postal Code 90049 country usa additional Information agency S Url https://www.va.gov url Description department Of Veterans Affairs agency Contact S Email Address flora.taylor@va.gov email Description description this Announcement Constitutes A Sources Sought Notice (market Survey Is For Planning Purposes Only And Is A Market Research Tool To Determine Availability And Adequacy Of Potential Service-disabled Veteran Owned Small Businesses (sdvosb) Concerns, Veteran Owned Small Businesses (vosb) Concerns, And Small Business (sb) Concerns With The Naics Code Used Is 236220 Commercial And Institutional Building Construction With Size Standard Of $45.0m. this Is Not A Request For Proposal (rfp). This Announcement Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. The Government Will Not Pay For Any Cost Incurred In Responding To This Announcement. Any Information Submitted By Respondents To This Sources Sought Synopsis Shall Be Voluntary. the National Cemetery Administration, Los Angeles National Cemetery, Located At 950 Sepulveda Blvd., Los Angeles, Ca 90049, Has A Requirement For A New Maintenance Complex, And To Correct Fca Deficiencies. The Naics Code Used Is 236220 Commercial And Institutional Building Construction With Size Standard Of $45.0m. magnitude Of Construction: Between $5,000,000 And $10,000,000. period Of Performance: 365 Calendar Days far 52.216 -1 The Government Contemplates Award Of A Trade Off Firm Fixed Price Contract. project No. 898cm3034 & 898cm3036 los Angeles National Cemetery 24 May 2023 gravesite Expansion, Maintenance Complex & Fca Deficiencies general Requirements Security Camera Installation; It Room Upgrades ; Front Entry Gate Roadway Repair Spoils/dumpster Area Improvements Southern Chain Link Fencing Southern Ornamental Fencing Eastern Ornamental Fencing Site Signage Flower Water Stations Fencing At Water Valves Spanish American Monument Fencing Keyless Entry Historic Preservation clin 0002 Maintenance Facility Base Bid clin 0003 Correct Fca Deficiencies Bid Eastern Ornamental Fencing clin 0004 Correct Fca Deficiencies Bid Option Northern Perimeter Fencing Clin 0005 Correct Fca Deficiencies Bid Option Western Ornamental Fencing clin 0006 Correct Fca Deficiencies Bid Option historic Preservation- Expertise In Restoring And Preserving Historical Structures, Ensuring Compliance With Preservation Standards. potential Sources Shall Provide A Capability Statement That Includes Information That Your Company Has Or Is Performed/ing This Type Of Effort Or Similar Type Effort(s) (to Include Size And Complexity) From The Scope Of Work Above. Please Identify Your Social Economic Standard Including Your Unique Entity Id (eui) Number. please Address The Following Questions, Please Only Submit The Minimum Information Requested However No More Than 5 Pages. does Your Company Have Experience As A Prime Contractor Performing Contracts Of Similar Work Outlined In The Draft Sow? If Yes, Please Provide The Following Information: contract Number(s): dollar Value(s): identify. Similarity Of Scope, Effort, Complexity: Does Your Company Possess The Capability To Provide The Entire Range Of Construction Services Called For By This Requirement? market Research Is Still Being Done On Contract Type And Evaluation Process (i.e. Firm Fixed Price, Etc.). What Does Your Company Suggest And Why? does Your Firm Possess The Bonding Capability For This Magnitude. the Limitations On Subcontracting Under Vaar 852.219-75 Apply To This Acquisition. Please Confirm That You Can Meet The Limitations Of Subcontracting. potential Sources Are To Respond By Email Only, To Contracting Officer, Flora Taylor At Flora.taylor@va.gov No Later Than January 09, 2025, At 11:00 Am Eastern Time. subject: Fy25 Los Angeles National Cemetery 898-034/036 New Maintenance Complex, Correct Fca Deficiencies company Name: address: contact Name: phone No: email: uei: cage: tax Id:: years In Business: business Size Information select All That Applies: Small Business Emerging Small Business Small Disadvantaged Business Certified Under Section 8(a) Of The Small Business Act Hubzone Woman-owned Certified Service-disabled Veteran-owned Small Business In Veterans.certify.sba.gov Certified Veteran-owned Small Business In Veterans.certify.sba.gov Large Business Other:____________ fss/ Gsa Contract Holder Yes No fss/ Gsa Contract Number effective Date / Expiration Date end Of Document

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: ***update 16 December 2024: The Draft Rfp Document (located In The Attachments Section), Encompassing Sections L And M Of The Draft Rfp, Has Been Added To This Posting. Please See The Updated Information And Instructions In The Revised Sections Below.*** ***update 27 November 2024: Pws Attachment Was Revised By Removing Cui Header. This Document Contains No Cui.*** introduction: army Contracting Command – Aberdeen Proving Ground (acc-apg) Is Releasing This Draft Request For Proposal (rfp). This Is Not To Be Construed As A Commitment By The Us Government To Form A Binding Contract Or Agreement. The Government Will Not Reimburse Or Pay For Information Submitted In Response To This Draft Rfp. All Submissions Become Government Property And Will Not Be Returned. This Draft Rfp Is Open To All Business Types. this Draft Rfp Is Issued For The Purpose Of Developing A Viable Solicitation That Will Best Communicate The Government's Requirements To Industry Through This Exchange Of Information. Responses To This Draft Rfp Are Voluntary And Will Not Affect Any Contractor's Ability To Submit A Proposal If, Or When, A Solicitation Is Released. This Draft Rfp Is For Planning Purposes Only And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued. no Entitlement To Payment By The Government Of Direct Costs Or Charges Will Arise Because Of The Submission Of Information In Response To This Draft Rfp. Proprietary Information Shall Not Be Submitted In Response To This Draft Rfp, Nor Will The Government Be Liable For Or Suffer Any Consequential Damages For Any Improperly Identified Proprietary Information. No Award Will Be Made As A Result Of This Draft Rfp. This Draft Rfp Is For Informational Purposes Only To Promote Exchanges Of Information With Industry. The Government Will Not Pay For Any Information And/or Materials Received In Response To This Draft Rfp And Is Not Obligated By The Information Received. background: the Primary Mission Of Program Executive Office Intelligence Electronic Warfare And Sensors (peo Iew&s) Is To Provide Affordable, World Class Intelligence, Sensor, And Electronic Warfare Capabilities Enabling Rapid Situational Understanding And Decisive Action. Peo Iew&s Currently Leads The Charge For The Army’s Artificial Intelligence (ai)/machine Learning (ml) Efforts, With Project Linchpin (pl) Being The Army’s Program Of Record (por) For Artificial Intelligence Operations And Services (aiops+). Aiops+ Includes The Industry Recognized Practices Of Ai/machine Learning Operations (ai/mlops) And Pl Ai Ecosystem, Pl Standardized Approaches (e.g. Ai Risk Framework), Pl Design Principles, And The Secure Trusted Environments And Services Which Enable The Delivery Of Ai Solutions To Ai-enabled Programs. Additionally, Software (sw) Development Is The Cornerstone Of The Programs That Allow The Army To Develop The Capabilities Which Enable Spectrum And Cyberspace Superiority. Sw Is Key To Each Piece Of The Army’s Networked Intelligence, Electronic And Cyber Warfare Capabilities. Peo Iew&s Leverages Modern Sw Development Practices As It Supports Future Army Efforts Such As Electronic Warfare (ew) Re-programming As It Paces The Threat. scope: the Peo Iew&s’ Matoc, Entited Artificial Intelligence And Software At Pace (ais@p),will Support Rapid Awards Of Ai/ml And Sw Development Requirements To Support Pl And Other Entities In Response To A Constantly Evolving Threat Environment, Swift On/off Ramping Of Vendors, And The Ability To Quickly Transition Between Vendors In The Event Of Contractor Performance Concerns. This Contract Will Provide The Warfighter The Best Capabilities At The Best Value – In The Quickest And Most Efficient Manner Possible. the Peo Iew&s Ais@p Contract Vehicle Includes Two Vendor Pools Supporting Peo Iew&s Focusing On The Areas Ai/ml And Sw Development. The Ai/ml Pool Will Focus On Supporting The Project Linchpin Efforts. The Sw Development Pool Shall Include Design, Development, Fabrication, And Testing Of Developmental Systems Covering The Complete Range Of The Peo Iew&s Portfolio. Example Efforts May Include Signal Detection And Analysis, Ems Effects, And Signal Exploitation. draft Request For Proposal (rfp) Information: in Pursuit Of A Collaborative And Transparent Procurement Process, Acc-apg And Peo Iew&s Are Releasing This Draft Rfp To Industry For Review And Comment. This Proactive Approach Will Enable The Incorporation Of Valuable Industry Insights And Feedback, Ultimately Leading To A More Effective And Efficient Solicitation. the Draft Performance Work Statement (pws), And The Draft Rfp Document Are Located In The Attachments Section Below. The Draft Rfp Document Includes The Salient Details Of The Draft Rfp, Including Instructions To Offerors, Evaluation Criteria, Evaluation Phases, Basis For Award, And Small Business Set-aside Information. acc-apg And Peo Iew&s Are Proactively Releasing This Information For Industry Review And Comment In Advance Of The Scheduled Industry Day On January 7th, 2025, To Facilitate Informed Dialogue And Maximize The Value Of The Event. please Note That Any Documents Attached To This Draft Rfp Aredraftsand Are Subject To Change Before The Final Rfp Release. how To Respond To This Draft Rfp: acc-apg And Peo Iew&s Are Requesting That Interested Vendors: review The Pws And Draft Rfp Document Located In The Attachments Section Below. complete The Microsoft Forms Survey Requesting Basic Information From Prospective Vendors. the Link Is Located In The Links Section Below, As Well As Here:https://forms.osi.apps.mil/r/pmwdh4ugee . gather Constructive Comments, Questions, And Feedback Regarding The Pws And Draft Rfp Document, And Send Them By Email To The Peo Iew&s - Ais@p Mailbox. mailbox Address Is Listed In The Contact Information Section Below, As Well As Here:usarmy.apg.peo-iews.mbx.aisap@army.mil . subject Line Of The Email Must Read "draft Rfp Ais@p - [company Name]". acc-apg And Peo Iew&s Ask That Vendors Not Delay Their Feedback, To Allow The Government Time To Revise And Address Responses Prior To Industry Day.

National Institutes Of Health Tender

Machinery and Tools
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Small Business Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Small Businesses; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition; And (4) Availability Of Domestic Sources Manufactured In The United States In Sufficient And Reasonably Available Commercial Quantities And Of A Satisfactory Quality. for Equipment/supply Requirements, Responses Must Include The Place Of Manufacturing (i.e. Address If Supply/equipment Is A Domestic End Product And Include Country Of Manufacture). For Equipment/supply Requirements, Small Businesses Must Also Address The Size Status Of The Manufacturer Under The Applicable Naics Code (i.e. Address Non-manufacturer Rule). your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. An Organization That Is Not Considered A Small Business Under The Applicable Naics Code Should Not Submit A Response To This Notice. this Notice Is Issued To Help Determine The Availability Of Qualified Companies Technically Capable Of Meeting The Government Requirement And To Determine The Method Of Acquisition. It Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As Proposals Or Quotes. No Award Will Be Made As A Result Of This Notice. The Government Will Not Be Responsible For Any Costs Incurred By The Respondents To This Notice. This Notice Is Strictly For Research And Information Purposes Only. background: The National Institute On Aging (nia), Laboratory Of Neurogenetics (lng) Requires The Acquisition Of An Automated Cell Dissociation Apparatus For Single Nuclei Isolation From Human And Mouse Brain Tissues. purpose And Objectives: The National Institute On Aging, Laboratory Of Neurogenetics’ Objective Is To Elucidate The Pathological Basis Of Neurodegenerative Diseases, Specifically Amyotrophic Lateral Sclerosis (als), Parkinson's Disease, And Alzheimer's Disease. The Purpose Of Obtaining An Automated Cell Dissociation Apparatus Is For Single Nuclei Isolation From Frozen Human And Mouse Brain Tissue With The Goal Of Future Single Cell Snrna Sequencing. project Requirements: Please See Purchase Description Attached To This Posting. capability Statement /information Sought. companies That Believe They Possess The Capabilities To Provide The Required Products Should Submit Documentation Of Their Ability To Meet Each Of The Project Requirements To The Contracting Officer. The Capability Statement Must Specifically Address Each Of The Project Requirements Separately. Additionally, The Capability Statement Should Include 1) The Total Number Of Employees, 2) The Professional Qualifications Of Personnel As It Relates To The Requirements Outlined, 3) Any Contractor Gsa Schedule Contracts And/or Other Government-wide Acquisition Contracts (gwacs) By Which All Of The Requirements May Be Met, If Applicable, And 4) Any Other Information Considered Relevant To This Program. Capability Statements Must Also Include The Company Name, Unique Entity Id From Sam.gov, Physical Address, And Point Of Contact Information. The Response Must Include The Respondents’ Technical And Administrative Points Of Contact, Including Names, Titles, Addresses, Telephone And Fax Numbers, And E-mail Addresses. interested Companies Are Required To Identify Their Type Of Business, Applicable North American Industry Classification System (naics) Code, And Size Standards In Accordance With The Small Business Administration. The Government Requests That No Proprietary Or Confidential Business Data Be Submitted In Response To This Notice. However, Responses That Indicate The Information Therein Is Proprietary Will Be Properly Safeguarded For Government Use Only. Capability Statements Must Include The Name And Telephone Number Of A Point Of Contact Having Authority And Knowledge To Discuss Responses With Government Representatives. Capability Statements In Response To This Market Survey That Do Not Provide Sufficient Information For Evaluation Will Be Considered Non-responsive. When Submitting This Information, Please Reference The Solicitation Notice Number. one (1) Copy Of The Response Is Required And Must Be In Microsoft Word Or Adobe Pdf Format Using 11-point Or 12-point Font, 8-1/2” X 11” Paper Size, With 1” Top, Bottom, Left And Right Margins, And With Single Or Double Spacing. the Information Submitted Must Be In And Outline Format That Addresses Each Of The Elements Of The Project Requirement And In The Capability Statement /information Sought Paragraphs Stated Herein. A Cover Page And An Executive Summary May Be Included But Is Not Required. the Response Is Limited To Ten (10) Page Limit. The 10-page Limit Does Not Include The Cover Page, Executive Summary, Or References, If Requested. all Responses To This Notice Must Be Submitted Electronically To The Contract Specialist. Facsimile Responses Are Not Accepted. the Response Must Be Submitted To Rashiid Cummins, Contract Specialist, At E-mail Address Rashiid.cummins@nih.gov. the Response Must Be Received On Or Before January 17th, 2025, 3:00 Pm, Eastern Time. “disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Presolicitation Synopsis And Solicitation May Be Published In Www.sam.gov. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).”

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Details: This Requirement Is To Provide The Kansas Army National Guard (ksarng) Broadcating Rights And Airtime Only. The Broadcasting Rights And Airtime Will Be Used In Order To Advertise Throughout The State Of Kansas Using The Non-commercial Sustaining Announcement (ncsa) Program. The Kansas Association Of Broadcasters (kab) Offers Commercial Radio And Television Stations Throughout Kansas That Voluntarily Participate In The Association’s Non-commercial Sustaining Announcement/public Education Partnership Program (“ncsa/pep Program”) By Donating Air Time For Use By Kab In Its Ncsa/pep Program. Under The Ncsa/pep Program, The Kab Provides Certain Use Of Kab’s Bank Of Airtime Donated By Participating Stations For The Broadcast Of Ncsa/pep Announcements And Distribution Of Such Announcements To Stations Kansas-wide. Ncsa/pep Announcements To Be Aired Over The Participating Stations Sufficient To Achieve A Minimum Value At Four (4) Times Lower Than What Would Otherwise Be Offered And Sold To The General Commercial Markets. This Program Is Offer Exclusively Through Individual State Associations Of Broadcasters Which Represents A Variety Of Broadcast Markets Throughout The State. Various State And Local Government Agencies Use This Program To Promote Safety Issues/initiatives, Services, Emergency Awareness And Preparedness, Consumer Protection And Education And Many Others. The Primary Objective Is To Reach The Kansas Army National Guard (ksarng) Target Demographics Of 17-24 Year-olds, Then 25-35 Year-olds. the Ncsa/pep Programs Are Only Offered To Government Entities Or Non-profit Organizations. The Kab Which Represents Its Radio And Television Broadcasters, Offers Broadcasts In A Variety Of Markets Throughout The State, While Giving Priority Treatment For Available Airtime, Receiving Repeated Air-time Through A Campaign, And Is More Likely To Air In Desirable Time Slots Between 6:00am And 12:00 Am (midnight) Central Standard Time. This Contract Is Intended To Help Government Agencies And Nonprofit Organizations Deliver Their Important Public Interest Messages Effectively And Affordably. this Is A Sources Sought Announcement Issued In Accordance With Far 10 And Dfars 206.302-1(d). This Is Not A Request For Proposal (rfp), Request For Quote (rfq), Or An Invitation For Bid (ifb). There Is No Bid Package, Solicitation, Specifications Or Drawings Available With This Announcement. It Does Not Constitute A Commitment By The U.s. Government Or The State Of Kansas. No Contract Will Be Awarded From This Sources Sought Notice. Response Is Strictly Voluntary, And No Reimbursement Will Be Made For Any Cost Associated With Providing Information In Response To This Sources Sought Or Any Follow-up Information Requests. The Government Shall Not Be Liable, Or Suffer Any Consequential Damages, For Any Improperly Identified Information. This Is A Market Survey And Notification Of Intent Only. This Requirement May Be Solicited At A Future Date. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, Including Large Business And The Small Business Community, To Compete And Perform Firm Fixed Price Contracts. The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsive Contractors. The Type Of Solicitation To Be Issued Will Depend Upon The Responses To This Synopsis. no Site Visit Or Industry Day Has Been Planned In Association To This Sources Sought. project Description: under The Ncsa/pep Program, The Kab Provides Certain Use Of Kab’s Bank Of Airtime Donated By Participating Stations For The Broadcast Of Ncsa/pep Announcements And Distribution Of Such Announcements To Stations Kansas-wide. This Includes Both Television And Radio Broadcasts From Nearly 300 Member Stations Throughout The State Of Kansas. Additional Detail About This Requirement Is Available In The Accompanied Performance Work Statement (pws) the North American Industry Classification System (naics) Code For This Requirement Is 516120 Television Broadcast Stations. The Small Business Size Standard For This Requirement Is $47 Million. please Provide The Following Information From Your Company. Your Response Shall Be Limited To Five Pages Total: 1. Company Information (identify If Using A Joint Venture Or Partnering). The Following Information Is Required. • Company Name • Mailing Address • Contact Phone Number And E-mail • Cage Code * • Duns Number 2. Capability: Provide Your Firms Capability To Perform This Requirement. Under Federal Acquisition Regulation (far) Guidelines, The Prime Contractor Must Have The Capability To Perform At Least 50% Of The Cost Of The Contract, Not Including The Cost Of Materials, With Their Own Employees For Specialized Services-type Procurement. 3. Capacity: Provide Your Firm’s Capacity To Perform This Requirement: a. Provide Your Firm’s Capability/availability In Performing The Required Effort, Given The Current Market’s Condition And/or Availability Of Equipment, And Human Resources. b. Identify Any Workload Constraints Regarding The Work Described In This Sources Sought. 4. Ability To Successfully Comply With The Following Provisions: a. Far 52.219-8 Utilization Of Small Business Concerns b. Far 52.204-26 Covered Telecommunications Equipment Or Services – Representation 5. Offeror's Type Of Business And Business Size. If A Small Business, Company’s Current Small Business Category (small Business, Hubzone, Service Disabled Veteran Owned, 8(a) And Woman-owned), As It Relates To Naics Code 622110 Or Something Similar. *if You Do Not Have A Cage Code, And You Are Interested In Pursuing A Contract With The Government, Please Register In The Sam Website As Soon As Possible (register Through https://www.sam.gov/sam/ Website). A Cage Code Is Required Prior To The Submission Of Your Proposal/bid, But Not Required For This Sources Sought. offeror’s Are Advised That Information Provided To The Government In Regard To The Products Or Devices Proposed Will Be Considered “for Official Use Only (fouo)” And Will Not Be Released To The Public Or Other Potential Offerors. The Government May Retain This Information For Its Records Indefinitely. sources Sought Submittals Are Due Ntl 07 February 2025 @ 5pm Cst. points Of Contacts: james D Sparkes, Contract Specialist, E-mail: James.d.sparkes.civ@army.mil or vernon L. Verschelden Contracting Officer, E-mail: Vernon.l.verschelden.civ@army.mil

Overseas Workers Welfare Administration - OWWA Tender

Others
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
Details: Description "republic Of The Philippines Overseas Workers Welfare Administration Owwa Center Bldg., F.b. Harrison St., Cor. 7th St., Pasay City Tel# 833-0113 Telefax# 833-1010" P.r. No. 2025-02-0003 Date: 6-feb-25 Request For Quotation / Proposal Company Name: Address Of Company: To Whom It May Concern: Please Quote Your Lowest Price/s (taxes Included) On The Lot Or Item/s Below, Subject To The General Conditions Indicated Herein, Stating The Shortest Time Of Delivery And Submit Your Quotation Using Your Company Letterhead Or This Form Duly Signed By Your Official Representative To Overseas Workers Welfare Administration, Third Floor Owwa Center Building, 7th Street Corner, Fb Harrison, Pasay City Not Later Than 13 February 2025 @ 10:00 A.m. Marian Gabrielle F. Pizarra / Nimfa C. Unica Supply Officer / Oic, Ppmd Project Title/name: Proposal For The Purchase Of 2,000 Meters Online Assessment For One (1) Year Dealer's/supplier's Offer Item No. S P E C I F I C A T I O N S Qty Unit Approved Budget For Contract (abc) "unit Cost (vat Inclusive)" "total Cost (vat Inclusive)" 1. Purchase Of Online Assessment -2000- Meters ₱500,000.00 One (1) Lot Purchase Of Assessment System For One (1) Year With The Following Type Of Assessments: Cognitive/aptitude Basic Mental Ability Assessment Profiles Ability Profiler Critical Thinking Assessment / Abstract Reasoning Assessment Mechanical Understanding Test Learning Agility Assessment Personality/behavioral Work Motivational Intensity Counter Productive Work Behavior Profile Survey Emotional Stability Profile Disc Personality Profile / Personality Type Indicator Tenacity Assessment Competency Supervisory Skills Test / Managerial Skills Test Clerical Perception Test Accounting Skills Test Eskills Test (subject And Job Based Test) Basic English Test / Grammar Skills Test Digital Literacy Test Customer Service Skills Test / Training Skills Microsoft Office Subjects Other Requirements: - Provider Should Be In Operation In The Field Of Industrial Psychological Testing For More Than Ten (10) Years Service Provider Proven By Sec Registration/dti Registration - Have Catered To At Least Ten (10) National Government Agencies And/or Government Institutions/government Owned Corporations Within The Past Three (3) Years. As Proof, Service Provider Must Provide Any Of The Following: Notice To Proceed/certificate Of Completion/contract/client Satisfaction Rating - Has Client Satisfaction Rating Of At Least Satisfactory For More Than Five (5) Years. - Offers Online Assessment Site/assessment Center Wherein Users With Administrative Access Can Schedule Applicants For Assessment, Monitor Completion Of Test Status And Generate/view Reports Online Validated During Post Qualification Evaluation - Has A Screen Capture Feature For Off-site Assessment To Validate That The Application Taking The Exam Is Indeed The Scheduled Applicant Validated During Post Qualification Evaluation - Preferably Offers Some Battery Test In Tagalog Validated During Post Qualification Evaluation - Provides Monthly Report Of Meters Used For Proper Monitoring And Information Of Utilization Rate - Has A Helpdesk Readily Available Whether On Line Or Over-the-phone To Assist On The Inquiries Of Employees - Complies With The Provision Of Data Privacy Act Of 2012 Terms Of Payment: Financial Proposal Shall Be Binding On The Bidder For A Bid Validity Of 120 Days Owwa Shall Not Pay Any Additional Charges/fees On Top Of The Approved Proposal Amount/contract Price Additional Documentary Requirements Must Be Submitted Upon Submission Of Offer: 1. Philgeps Certificate Or Philgeps Registration Number 2. Mayor's / Business Permit Please Take Note That The Omnibus Sworn Statement Shall Be Submitted Within 5 Days Upon Acceptance Of Notice Of Award. Note: Bidders May Also Submit Their Bid Proposal And Supporting Documents Through Email Address: Procurement@owwa.gov.ph "general Conditions 1. Entries Must Be Typewritten / If Handwritten, It Must Be Clear And Legible; 2. Bidders Must Submit Certificate Of Philgeps Registration; 3. Bidders Must Submit Necessary Business Permits (sec, Lgu, Dti, Cda, Etc.); 4. All Quotation Can Be Submitted Through The Following Means: A) In A Sealed Envelope, Or B) Thru Electronic Mail, Or C) Facsimile. Label The Envelope With The Following: Bidder's Company Name Philgeps Reference No. Project Title/name Pr No. 5. Item/s Delivered Must Have Warranties For Unit Replacements, Parts, Labor Or Other Services; 6. Quoted Prices Must Be Inclusive Of Taxes And Shall Not Exceed The Approved Budget For The Contract (abc); 7. Proposal/quotation Submitted Without Signature Of The Authorized Signatory Shall Not Be Accepted; 8. Proposal/bid Modifications Submitted Beyond The Scheduled Deadline Shall Not Be Considered; 9. Price Quoted/ Submitted On The Deadline Shall Be Considered As Final And Unalterable; 10. Use Of Non-discretionary/non-discriminatory Selection Criteria As Tie-breaking Method In Case Of Two Or More Bidders Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb) In Accordance With Gppb Circular No. 06-2005; 11. The Owwa Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. " Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx Delivery: Within 5 Calendar Days Upon Receipt Of Contract/ntp Terms Of Payment: One-time Payment Price Validity: 60 Days From Date Of Quotation/proposal Company Name Print Name And Signature Of Authorized Representative Designation Company Tel./fax/mobile No. Date

INDIAN HEALTH SERVICE USA Tender

Healthcare and Medicine
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice For Indian Ecomomic Enterprises (iee), Indian Small Business Economic Enterprises (isbee) Or Small Business Or Other Than Small Business – This Is Not A Solicitation For Proposal And No Contract Shall Be Awarded From This Notice. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. the Indian Health Service (ihs), Phoenix Area Office (pao), Division Of Acquisition Management (dam) Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support On Providing Nemschoff Patient Serenity Recliner And Nemschoff Patient Ava Recliner To The Ihs, Phoenix Indian Medical Center Located In Phoenix, Az. Reference Ihs1507545-pimc. requirement: Mfg: Nemschoff, Herman Miller 1. 6-ea, Nemschoff Patient Serenity Recliner 2. 2-ea, Nemschoff Patient Ava Recliner 3. Shipping Charge delivery To: Phoenix Indian Medical Center, 4212 North 16th Street Bldg-9, Phoenix, Az 85016 the Applicable Naics Code To This Procurement Is 339113 – Surgical Appliance And Supplies Manufacturing And Size Standard Is 800 Employees. an E-mail Letter Of Interest That Includes Your Firm’s Capability Statement Highlighting Past Performance For Similar Deliveries Performed Within The Past 5 Years And Indicate The Following Social Economic Status Information Is All That Is Required At This Time. is Your Firm A: ___ Indian Small Business Economic Enterprise/native Owned Small Business or ___ Small Business (sb), ___ Veteran-owned Sb, ___ Service-disabled Veteran-owned Sb, ___ Hubzone Sb ___ Small Disadvantage Business, ___ Women-owned Sb or ___ Other Than Small Business buy Indian Act the Ihs Contracting Officer Will Give Priority For All Purchases, Regardless Of Dollar Value, By Utilizing Isbee Set-aside To The Maximum Extent Possible. Each Acquisition Of Supplies, Services Or Construction That Is Subject To Commercial Items (far 12.209) Or Simplified Acquisition Procedures (sap) (far 13.106) Must Be Set-aside Exclusively For Isbees. definition(s): Indian Economic Enterprise (iee) - Any Business Activity Owned By One Or More Indians, Federally Recognized Indian Tribes, Or Alaska Native Corporations Provided That:  The Combined Indian, Federally Recognized Indian Tribe Or Alaska Native Corporation Ownership Of The Enterprise Constitutes Not Less Than 51%;  The Indian, Federal Recognized Indian Tribes, Or Alaska Native Corporations Must, Together, Receive At Least 51% Of The Earnings From The Contract; And  The Management And Daily Business Operations Must Be Controlled By One Or More Individuals Who Are Indians. definition: Indian Small Business Economic Enterprise (isbee) – An Iee That Is Also A Small Business Concern Established In Accordance With The Criteria And Size Standards Of 13 Cfr Part 121. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Isbee Or Small Business Or Procured Through Full And Open Competition, And A Single Award May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Supplies Are Invited To Submit A Response To This Sources Sought Notice By February 21, 4:00 Pm Mst. All Responses Under This Sources Sought Notice Must Be Emailed To Donovan.conley@ihs.gov And Reference: Ihs1507545-pimc. all Interested Firms Who Can Meet The Requirements Stated Above Should Respond, In Writing, Including All The Following: 1. Company Name. 2. Point Of Contact (name/title/telephone Number/e-mail Address). 3. Fss / Sewp Contract Number, If Applicable. 4. Duns Number Or Sam Unique Entity Identifier Number. 5. Tax Id Number. 6. Indication Of Which Business Category (iee Or Isbee) For Which The Organization Qualifies. 7. A Capability Statement That Addresses The Organizations Qualifications And Ability To Provide The Requirement Depicted Above. 9. Documentation From Manufacturer (i.e., Correspondence From Manufacturer) Of Your Firm Being An Authorized Distributor For The Manufacturer. additionally, Since Ihs Must Conduct Sufficient Market Research In Determining If There Is Reasonable Expectation Of Obtaining Offers From Two Or More Indian Economic Enterprises (iee), For Every Commercial Contract Opportunity, In Accordance With Hhsar 326.603-1. to Identify And Support Responsible Iee/isbee(s) And Prevent Circumvention Or Abuse Of The Buy Indian Act, Interested, Qualified, Vendors Must Provide The Following:  Representation Must Be Made On The Designated Ihs Indian Economic Enterprise Representation Form (attached) Through Which The Offeror Will Self-certify Eligibility; And,  Identify The Federally Recognized Indian Tribe Or Alaska Native Corporation Upon Which The Offeror Relies For Its Iee Status. interested Firms Are Reminded That In Accordance With Far 4.12, Prospective Contractors Shall Complete Electronic Annual Representations And Certifications In Conjunction With Far 4.1102 Required To Be Registered In The Systems For Award Management (sam) At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. The Government Will Use Responses To This Notice To Make An Appropriate Acquisition Decision. This Is The Only Notice: No Other Copies Of This Notice Will Be Provided. if You Have Any Questions Concerning This Opportunity Please Contact: donovan Conley contract Specialist phoenix Area Office, Acquisition Department 40 North Central Ave 602-200-5374 attachment: 1. Ihs Indian Economic Enterprises Representatives Form

INDIAN HEALTH SERVICE USA Tender

Healthcare and Medicine
United States
Closing Date27 Feb 2025
Tender AmountRefer Documents 
Details: Sources Sought: Physicist Services To Be Provided At The Woodrow Wilson Keeble Memorial Health Care Center (wwkmhcc), Sisseton, Sd. sources Sought Notice Number: Ihs-ss-25-1502775 this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation, An Obligation Or Commitment By The Indian Health Service. this Notice Is Intended Strictly For Market Research To Determine The Availability Of Indian Small Businesses Economic Enterprise (isbee), Indian Economic Enterprises (iee), Or Other Small Businesses. your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. The Anticipated Applicable Naics Code For This Acquisition Is 621111 – Office Of Physicians. 1.0 Background the Ihs Is An Agency Within The Department Of Health & Human Services And Is Responsible For Providing Federal Health Services To American Indians And Alaska Natives. The Indian Health Service Provides A Comprehensive Health Service Delivery System For Approximately 1.9 Million American Indians And Alaska Natives Who Belong To 567 Federally Recognized Tribes, In 35 States. The Indian Health Service Headquarters Is Located In Rockville, Md And Then Divided Into Twelve (12) Physical Areas: Alaska, Albuquerque, Bemidji, Billings, California, Great Plains, Nashville, Navajo, Oklahoma, Phoenix, Portland, And Tucson. the Great Plains Area Office (gpao) Works In Conjunction With 19 Indian Health Service Units And Tribal Managed Service Units To Provide Health Care To Approximately 130,000 Native American Located In North Dakota, South Dakota, Nebraska, And Iowa. wwkmhcc Falls Under The Gpao And Provides Medical Care To Approximately 7,000 Tribal Members Living On The Lake Traverse Reservation. Serving A Rural Area, Many Of Our Patients Travel 100 Miles Round Trip To Receive Care. The Service Unit Was Built In 2007 To Provide An Expanded Level Of Outpatient Health Care Services Specifically Designed To Meet The Needs Of Our Population. Services Include: Behavioral Health, Community Health, Dental, Laboratory, Nutrition Services, Optometry, Pharmacy, Physical Therapy, Public Health Nursing, Purchased & Referred Care Services, And Radiology. 2.0 Objective the Primary Objective Of This Project To Provide Medical Physicist Surveys To Address Radiation Safety In The Radiology And Dental Departments At Wwkmhcc. The Contract Medical Physicist Shall Perform Medical Physicist Surveys Compatible With The Ihs Medical Facility’s Operating Capacity And Equipment, On The Lake Traverse Reservation 3.0 Scope description Of Services services Will Be Provided As Detailed In The Attached Statement Of Work. the Contract Resulting From This Solicitation Shall: be A Non-personal Health Care Services Contract Under Which The Contractor Is An Independent Contractor. allow The Government To Evaluate The Quality Of Professional And Administrative Services Provided, But Retains No Control Over The Medical, Professional Aspects Of The Services Rendered (e.g., Professional Judgments, Diagnosis For Specific Medical Treatment). require The Contractor To Indemnify The Government For Any Liability Producing Act Or Omission By The Contractor, Its Employees And Agents Occurring During Contract Performance. require The Contractor To Maintain Medical Liability Insurance, In The Coverage Amount Acceptable To The Contracting Officer, Which Is Not Less Than The Amount Normally Prevailing Within The Local Community For The Medical Specialty Concerned. require The Contractor To Assume Sole And Exclusive Responsibility For Employee Federal Taxes, Social Security, Unemployment Insurance, And Workman’s Compensation. require The Contractor To Provide Daily Compensation And Travel Reimbursements To Each Contract Optometrist As Appropriate. conflict Of Interest. The Contractor Shall Not Employ Any Person Who Is An Employee Of The United States Government If The Employment Of That Person Would Create A Conflict Of Interest. The Contractor Shall Not Employ Any Person Who Is An Employee Of Health And Human Services (hhs) Unless Such A Person Seeks And Receives Approval In Accordance With The Department Of Hhs. 4.0 Contract Requirements/ And Personnel Qualifications technical Requirements the Contractor Shall Possess The Following: services Shall Be Performed By A Certified Qualified Medical Physicist Meeting The American Association Of Physicists In Medicine (aapm) Definition. Aapm Defines A Qualified Medical Physicist As, “an Individual With The Following Credentials”: has Earned A Master’s Or Doctoral Degree In Physics, Medical Physics, Biophysics, Radiological Physics, Medical Health Physics, Or Equivalent Disciplines From An Accredited College Or University And; has Been Granted Certification In The Specific Subfield(s) Of Medical Physics With Its Associated Medical Health Physics Aspects By An Appropriate National Certifying Body And Abides By The Certifying Body’s Requirements For Continuing Education. meet All Mqsa Required Qualifications For Mammography Equipment Evaluations And Quality Control Tests 2. These Certification Requirements Are Consistent With The National Practice Guidelines Referenced In Table 2. Medical Physicist Performance Monitoring Reports Shall Include Verification Of Professional Certification. For The Subfield Of Diagnostic Medical Physics, Aapm Recommends Certification By The American Board Of Radiology; Or The American Board Of Medical Physics; Or The Canadian College Of Physicists In Medicine. (aapm, 2012.) radiation Safety Surveys And Performance Monitoring And Testing Of Medical And Dental Imaging Equipment services To Meet The Most Recent Nationally-recognized Standards Of Practice Regarding X-ray Equipment Performance Monitoring And Testing According To The American College Of Radiology (acr) And The National Council On Radiation Protection And Measurement (ncrp) Technical Standards. Contractor Shall Provide All Supplies, Kits, Test Equipment, Tools, And Parts Required To Perform Monitoring And Testing Services. All Required Services As Noted Below Will Be Conducted. radiation Surveys Will Be Conducted According To Acr And Ncrp Standards And Equipment Manufacturer’s Recommendations. performance Monitoring Tests And Services Will Be Conducted According To The Schedule Noted In The Table Below, Verify That New Equipment Meets Manufacturer Specifications And Regulatory Requirements, As Well As Identify Any Corrective Maintenance Or Modifications To Process Or Procedures That Need To Be Addressed. contractor Shall Schedule Visits With Each Site’s Radiology Supervisor For Medical X-rays And Mammogram; And Dental Chief For Dental X-ray Tubes At Least Two Weeks In Advance Of The Proposed Site Visit. with Thorough Testing And Measurements, The Contractor Shall Verify That Any New Radiology Equipment Meets Manufacturer Specifications And Regulatory Requirements, As Well As Identify Any Problem Areas That Need To Be Addressed. completion Of Service And Documentation: On Completion Of All Performance Monitoring And Testing Services, The Contractor’s Representative Shall Brief The Locations Radiology Supervisor For Medical X-rays And Mammogram And The Dental Chief For Dental X-ray Tubes And Provide Documentation Of All Services That Were Performed; In Addition, A Copy Of The Report Is To Be Provided To The Wwkmhcc Clinical Director. The Documentation Shall Be A Prepared Form That Provides At A Minimum The Following Information: A. Documents The Services Performed For Each Item Or System. B. Results On Appropriateness Use Criteria Audit: I. Facility Risk Profile/stratification Ii. Decision Support System Name/process Type If Available, Iii. Exam Prioritization Selection, Iv. Data Sources Available And Reviewed, V. Number Of Exams/data Evaluated, Vi. Number Of Exams Lacking Data Needed For Review, Vii. Number Of Exams Consistent, Inconsistent, And Undefined With Appropriateness Criteria, Viii. Notable Findings Or Facility Comments, Ix. Potential Trends Or Areas For Further Facility Qapi/medical Committee Review, X. Exams For Which Dose Is/not Reported, Comparison Of Reported Doses To Diagnostic Reference Levels C. Shall Be In An Easily Readable Format. D. Shall Be Of Ink Or Print Type That Can Be Photocopied On A Standard Copy Machine. E. Documentation Shall Include: I. Facility Location Ii. Names Of Key Staff Contacted, Interviewed, And/or Briefed While On Site Iii. Equipment Model Number Iv. Equipment Manufacturer’s Serial Number V. Location Of Equipment Vi. Date Of Service Vii. Type Of Service Performed Viii. Identification Of Methods And Instrumentation And Supplies Used Ix. Results Of Any Tests Or Inspections Performed. (automatic Exposure Level Standards Based On Latest Conference Of Radiation Control Program Directors) X. Provide For A Check Off Or Sign Off To Indicate “unit Fully Operational As Specified By Original Manufacturer.” Xi. If Deficiencies In Equipment Or Operation Are Found, Corrective Action Plan Is Provided To Radiation Safety Officer At Each Service Unit. Xii. Method Of Identifying Contractor’s Service Personnel Xiii. Block For Local Ihs Personnel To Sign And Date When Service Is Complete. 7. Manner And Time Of Conducting Work A. Contractor Shall Schedule Visits With The Site’s Radiology Supervisor For Medical X-rays And Mammogram, And Dental Chief For Dental X-rays At Least Two Weeks In Advance Of The Proposed Site Visit. B. Upon Arrival At And Before Departing From The Facility, The Contractor’s Representative Shall Physically Check-in With The Locations Radiology Supervisor For Medical X-rays And Mammogram And The Dental Chief For Dental X-ray Tubes. C. All Work Shall Be Performed During Normal Work Hours Of Monday Through Friday, 8:00am To 8:00pm, With The Exception Of Federal Holidays. Hours Can Differ If The Facility Has Mutually Agreed Between The Facility And Contractor Representative For The Benefit Of The Surveyor. 5.0 Type Of Order the Award For This Service Will Be A Firm Fixed Price Non-personal Service Purchase Order. 6.0 Anticipated Period Of Performance period Of Performance: August 1, 2025 – July 31, 2026, Plus 4 Optional Years. 7.0 Place Of Performance woodrow Wilson Keeble Memorial Health Care Center, Indian Health Service, 100 Lake Traverse Drive, Sisseton, Sd. 8.0 Report(s)/deliverables And Delivery Schedule the Contractor Shall Schedule Visits With The Site’s Radiology Supervisor For Medical X-rays And Mammogram, And Dental Chief For Dental X-rays At Least Two Weeks In Advance Of The Proposed Site Visit. upon Arrival At And Before Departing From The Facility, The Contractor’s Representative Shall Physically Check-in With The Locations Radiology Supervisor For Medical X-rays And Mammogram And The Dental Chief For Dental X-ray Tubes. all Work Shall Be Performed During Normal Work Hours Of Monday Through Friday, 8:00am To 8:00pm, With The Exception Of Federal Holidays. Hours Can Differ If The Facility Has Mutually Agreed Between The Facility And Contractor Representative For The Benefit Of The Surveyor. 9.0 Payment the Contractor Shall Submit Invoices For Services That Is Mutually Agreed Upon By The Contractor And The Cor Through The Invoice Processing Platform (ipp.gov). additional Information: The Contractor Shall Be Paid Only For Actual Time Services Are Performed Under The Terms Of The Contract At The Hourly Fixed Flat Rate. There Is No Differential Pay For Government Holidays, Nights, Weekends, Compensation Time, Or Overtime Will Be Approved. 10.0 Capability Statement/information: interested Parties Are Expected To Review This Notice And Attached Statement Of Work To Familiarize Itself With The Requirements Of This Project. Failure To Do So Will Be At Your Firm’s Own Risk. The Following Information Shall Be Included In The Capability Statement: 1. A General Overview Of The Respondent’s Opinions About The Difficulty And/or Feasibility Of The Potential Requirement, And Any Information Regarding Innovative Ideas Or Concepts. 2. Information In Sufficient Detail Of The Respondent’s (a) Current Capability And Capacity To Perform The Work; (b) Prior Completed Events Of Similar Nature/size; (c) Organizational Experience And Management Capability; And (d) Examples Of Prior Completed Government Contracts And Other Related Information. 3. The Respondents’ Uei Number, Organization Name, Address, Point Of Contact, And Size And Type Of Business (e.g., 8(a), Hubzone, Etc.) Pursuant To The North American Industry Classification System (naics) Code: 621111 – Office Of Physicians. 4. Any Other Information That May Be Helpful In Developing Or Finalizing The Requirements Of The Potential Acquisition. 5. The Capability Statement Shall Not Exceed 10 Single-sided Pages (including All Attachments, Resumes, Etc.) Presented In Single-space And Using A 12-point Font Size Minimum, In Either Microsoft Word Or Adobe Portable Document Format (pdf), With 8-1/2 By 11 Inch Paper Size, And 1 Inch Top, Bottom, Left And Right Margins. 6. All Proprietary Information Should Be Marked As Such. Statements Should Also Include An Indication Of Current Certified Small Business Status; This Indication Should Be Clearly Marked On The First Page Of Your Capability Statement (preferably Placed Under The Eligible Small Business Concern’s Name And Address). Responses Will Be Reviewed Only By Ihs Personnel And Will Be Held In A Confidential Manner. 10.0 Closing Statement point Of Contact: Andrea Whipple, Purchasing Agent, At Andrea.whipple@ihs.gov submission Instructions: interested Parties Shall Submit Capability Via Email To Andrea Whipple, Purchasing Agent, At Andrea.whipple@ihs.gov. Must Include Sources Sought Number Ihs1502775 In The Subject Line. The Due Date For Receipt Of Statements Is February 14, 2025, 1:00 P.m. Central Time. all Responses Must Be Received By The Specified Due Date And Time In Order To Be Considered. this Notice Is For Information And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of Ihs. ihs Does Not Intend To Award A Contract On The Basis Of Responses Nor Otherwise Pay For The Preparation Of Any Information Submitted. As A Result Of This Notice, Ihs May Issue A Request For Quote (rfq). there Is No Solicitation Available At This Time. However, Should Such A Requirement Materialize, No Basis For Claims Against Ihs Shall Arise As A Result Of A Response To This Notice Or Ihs’s Use Of Such Information As Either Part Of Our Evaluation Process Or In Developing Specifications For Any Subsequent Requirement. disclaimer And Important Notes. This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Sam.gov. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality. No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response.

Tourism Promotions Board Tender

Other Consultancy Services...+1Consultancy Services
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 995 K (USD 17.1 K)
Details: Description Request For Proposal The Tourism Promotions Board Invites You To Submit Quotation For The Item/s Listed Below: Rfp No. Tpb Rfq 2025-02-040 Pr No. 02.028 Requirements: Consultancy Services For Technical Assistance And Capacity Building In Enhancing The Mainstreaming Of Gad Plans, Projects, And Programs Of Tpb For Cy 2025 Scope Of Work/services/deliverables The Consulting Services Will Provide Comprehensive Technical Assistance And Capacity Building To Support The Effective Implementation Of Gender And Development (gad) Initiatives At The Tourism Promotions Board (tpb). This Includes Serving As The Primary Advisor For Executing Gad Activities, Such As Reviewing Key Submissions To The Philippine Commission On Women (pcw). Additionally, The Consultant Will Develop Essential Gad Resources, Serve As A Subject Matter Expert (sme) In Conducting Gad Executive Briefings, And Deliver Targeted Capacity-building Programs To Enhance Foundational, Technical, And Organizational Competencies In Gad Across The Organization. The Following Are The Details Of The Deliverables That Will Be Required As Part Of The Consultancy: • Technical Assistance 1. Provide Expert Advice And Executive Summary Report On Gad Programs Implementation • Serve As The Overall Advisor To Tpb In Executing Its Gad Activities, Including The Review Of Submissions To The Philippine Commission On Women (pcw) Such As The Gpb (gender And Development Plan), Gmef (gender Mainstreaming Evaluation Framework), And Gad Accomplishment Reports. • Recommend Gender-related Learning Sessions Tailored For Tpb’s Institutional Events, Such As Phitex, Micecon, And Rtf, To Promote Inclusivity And Awareness Within The Tourism Industry. Indicative Time Schedule: All Throughout The Duration Of Engagement 2. Serve As Subject Matter Expert (sme) And Provide An Event Activity Report In The Conduct Of Gad Executive Briefing For Tpb Board Of Members And Mancom • Act As An Sme In Conducting Gad Executive Briefing For 2025 For The Tpb Board Of Members And Management Committee Indicative Time Schedule: Within Third Quarter: July – September 2025 (2-3-hour Session) • Capacity Building A. Job Specific/ Technical Skills Training 1. Use Of Gad Tools In Mainstreaming Gender Elements In The Project Elements Cycle (overview Of Gender Analysis, Hgdg, Pimme Workshop) • Conduct Training Needs Analysis • Design And Prepare Comprehensive Training Modules • Conduct And Facilitate Training Sessions • Prepare And Submit The Learning Measurement And Evaluation Report Of The Training And Include A Summarized Gender Analysis Report Of Tpb Based On The Outputs Generated During The Workshop Indicative Time Schedule: Within Second Quarter: April – June 2025 24-hour (3-day) Session 2. Training On Gender Statistics And Development Of Standardized Surveys For Tpb Sdd Collection • Conduct Training Needs Analysis • Design And Prepare Comprehensive Training Modules (output Of The Training Session Is The Development Of Standardized Surveys For Tpb Sdd Collection) • Conduct And Facilitate Training Sessions • Prepare And Submit The Learning Measurement And Evaluation Report Indicative Time Schedule: Within Third Quarter: July – September 2025 24-hour (3-day) Session 3. Gender And Tourism (fostering Gender Equality In Tourism/ Integrating Gender Perspectives In Sustainable Tourism Development) • Conduct Of Training Needs Analysis • Craft Training Modules For Tpb Personnel • Conduct At Least One (1) Session Of The Created Module For Pilot Testing • Prepare And Submit The Learning Measurement And Evaluation Report Indicative Time Schedule: Within Third Quarter: July – September 2025 16-hour (2-day) Session B. Organizational / Management / Leadership Training 1. Gender Analysis Training For Gfps, Twg And Secretariat • Conduct Training Needs Analysis • Design And Prepare Comprehensive Training Modules (output Of The Training Session: Gmef Scoresheet) • Conduct And Facilitate Workshop Sessions • Prepare And Submit The Learning Measurement And Evaluation Report Indicative Time Schedule: Within Second Quarter: April – June 2025 16-hour (2-day) Session 2. Workshop On Gad Plan And Budget 2026 For Gfps, Twg, And Secretariat • Conduct Training Needs Analysis • Design And Prepare Comprehensive Training Modules (output Of The Workshop Session: Develop The Gpb For 2026) • Conduct And Facilitate Workshop Sessions • Prepare And Submit The Learning Measurement And Evaluation Report Indicative Time Schedule: Within Third Quarter: July – September 2025 24-hour (3-day) Session 3. Workshop On 2025 Gad Accomplishment Report For Gfps, Twg, And Secretariat • Conduct Training Needs Analysis • Design And Prepare Comprehensive Training Modules (output Of The Workshop: Develop The Gad Ar For 2025) • Conduct And Facilitate Workshop Sessions • Prepare And Submit The Learning Measurement And Evaluation Report Indicative Time Schedule: Within Fourth Quarter: October – December 2025 24-hour (3-day) Session The Subject Matter Expert/s May Also Serve As Resource Speaker/s For Other Gad-related Training Sessions Or Seminars Identified As Part Of The Tpb's Major Or Flagship Paps, Which Are Outside The Scope Of This Engagement. The Costs For Such Services Will Be Billed Separately And Will Not Be Included In The Approved Budget For The Contract (abc) For This Engagement. Training The Consulting Firm Shall Provide Capacity-building Trainings For Concerned Tpb Personnel As Follows: Training A. Technical Assistance 1. Gad Executive Briefing Target Participants: Tpb Board Of Members And Management Committee B. Job Specific/ Technical Skills Training 1. Use Of Gad Tools In Mainstreaming Gender Elements In The Project Elements Cycle (overview Of Gender Analysis, Hgdg, Pimme Workshop) Target Participants: 30 Personnel From Gfps Members And M&p Project Officers 2. Training On Gender Statistics And Development Of Standardized Surveys For Tpb Sdd Collection Target Participants: 30 Personnel From Gfps Members And M&p Project Officers 3. Gender And Tourism (fostering Gender Equality In Tourism/ Integrating Gender Perspectives In Sustainable Tourism Development) Target Participants: 30 Personnel From Gfps Members And M&p Project Officers C. Organizational/ Management/ Leadership Training 1. Workshop On Gad Plan And Budget 2026 For Gfps, Twg, And Secretariat Target Participants: 30 Personnel From The Gfps Executive Committee, Twg And Secretariat 2. Gender Analysis Training For Gfps, Twg And Secretariat Target Participants: 30 Personnel From The Gfps Executive Committee, Twg And Secretariat 3. Workshop On 2025 Gad Accomplishment Report For Gfps, Twg, And Secretariat Target Participants: 30 Personnel From The Gfps Executive Committee, Twg And Secretariat Scope And Limitations 1. Ownership Of Outputs All Reports, Designs, Specifications, And Other Documents Prepared By The Consulting Firm Or Consultant For The Tpb Under This Project Shall Be Considered The Property Of The Tpb. These Outputs Are To Remain Exclusively Under The Tpb’s Ownership For Use As Deemed Necessary. 2. Prior Approvals The Consulting Firm Or Consultant Shall Obtain The Procuring Entity’s Prior Approval For The Following: A. Schedule Of Activities And Deliverables B. Accomplished Forms, Reports, And Templates 3. Responsibilities Of The Consulting Firm Or Consultant A. The Consulting Firm Or Consultant Shall Provide All Necessary Supplies And Materials Required To Deliver The Agreed-upon Services And Outputs. B. The Consulting Firm Or Consultant Shall Furnish Copies Of All Required Outputs, Including Online File Links, In Both Hard And Editable Digital Formats For The Procuring Entity's Use. 4. Support From The Procuring Entity A. The Tourism Promotions Board (tpb) Shall Provide Conducive Venues For Meetings And Learning Sessions Required During The Implementation Of The Project. Bidder’s Eligibility Requirements And Key Personnel This Consultancy Service Requires Either A) A Consulting Firm Or B) An Individual Consultant With Experienced Subject Matter Experts (smes) To Provide Specialized Support To The Tpb Gad Focal Point System (gfps), Technical Working Group (twg), And Secretariat. Below Are The Detailed Qualifications: A. Qualification Of The Consultancy Company/firm 1. Company Profile: Must Be A Filipino-owned, Operated, And Legally Registered Company Under Philippine Laws And Must Have Been In Operation For At Least The Last Five (5) Years 2. Relevant Experience: Must Have Undertaken At Least Three (3) Successful Consultancy Services With Private Or Government Organizations 3. Required Key Personnel: The Consulting Firm Must Provide The Following Key Personnel For The Project: Position Lead Subject Matter Expert (project Manager) - 1 Senior Subject Matter Expert - 1 Coordinator/technical Assistant - 1 1. Lead Subject Matter Expert (project Manager)  Must Have Experience In Preparing And Facilitating The Accomplishment Of Philippine Commission On Women (pcw)-prescribed Reports And Forms, Such As: A. Gad Agenda B. Gad Plan And Budget (gpb) C. Gad Accomplishment Report D. Gender Mainstreaming Evaluation Framework (gmef) E. Hgdg And Pimme Checklist Tool  Must Have Conducted At Least Five (5) Sessions Related To Gender And Development In The Last Three (3) Years. 2. Senior Subject Matter Expert  Must Have Experience In Preparing And Facilitating The Accomplishment Of Pcw-prescribed Reports And Forms, As Listed Above.  Must Be Proficient In Microsoft Office Applications. 3. Coordinator/technical Assistant  Must Have Experience In Providing Technical Assistance, Including Facilitating Sessions, Preparing Session Highlights, And Documenting Proceedings In Collaboration With Tpb Personnel.  Must Be Proficient In Microsoft Office Applications. B. Qualifications Of Individual Consultant 1. Professional Expertise A. Must Have Experience Equivalent To That Of A Lead Subject Matter Expert (project Manager), As Outlined Under The Consulting Firm’s Key Personnel Qualifications. B. Must Have Conducted At Least Five (5) Sessions Related To Gender And Development In The Last Three (3) Years. C. Must Be Proficient In Preparing And Facilitating The Accomplishment Of Pcw-prescribed Reports And Forms, Including But Not Limited To: 1. Gad Agenda 2. Gad Plan And Budget (gpb) 3. Gad Accomplishment Report 4. Gender Mainstreaming Evaluation Framework (gmef) 5. Hgdg And Pimme Checklist Tool 2. Technical Assistance Option A. The Individual Consultant May Hire A Technical Assistant At Their Own Discretion And Expense To Assist In The Delivery Of Required Services And Outputs. Other Terms And Conditions The Service Provider Is Expected To Submit Technical And Financial Proposals Which Shall Include: • A Brief Profile And Description Demonstrating The Professional/company Qualification Indicated In Item V. Qualifications; • Curriculum Vitae Of Key Personnel Who Will Be Assigned In The Projects Showing Competency, Experience And Areas Of Specialization Using The Tpf6 Form; • List And Evidence Of Relevant Work Experience For The Last Five (5) Years (2019-2024 Timeline); • The Winning Bid Shall Be Determined Based On The Single Or Highest Rated Bid Provided That The Amount Of The Bid Does Not Exceed The Above-mentioned Abc. Legal Requirements: • For Firm 1. Mayor’s/ Business Permit 2. Philgeps Registration Number/ Certificate 3. Income/business Tax Return 4. Notarized Omnibus Sworn Statement • For Individual Consultant 1. Philgeps Registration Number/ Certificate 2. Professional License/ Curriculum Vitae 3. Bir Certificate Of Registration 4. Notarized Omnibus Sworn Statement Attachments: 1. Statement Of Compliance 2. Omnibus Sworn Statement 3. Technical Specifications/ Terms Of Reference Note: 1. All Entries Must Be Typewritten In Your Company Letterhead. 2. Price Validity Shall Be For A Period Of Thirty (30) Calendar Days.
7761-7770 of 8103 archived Tenders