Transportation Tenders
Transportation Tenders
Turkish Republic State Railways Transportation A.S. General Office of the Ankara Region. Tender
Civil And Construction...+1Building Construction
Turkey
Purchaser Name: Turkish Republic State Railways Transportation A.S. General Office of the Ankara Region. | Establishment of Pumped Sand Facility between 4 and 5 Tracks for Electric Locomotives in Eskişehir Hasanbey Locomotive Maintenance Depot Directorate
Closing Date20 Jan 2025
Tender AmountRefer Documents
Province Of Occidental Mindoro Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Occidental Mindoro Municipality Of Abra De Ilog Invitation To Bid For Supply And Delivery Of Fuel For The Construction Of Road With Drainage Canal At Pambuhan Housing Community 1. The Local Government Unit Of Abra De Ilog, Occ. Mindoro, Through The 20% Development Fund Intends To Apply The Sum Of Four Hundred Seventy Thousand Four Hundred Fifty Pesos Only.(p 470,450.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Fuel For The Construction Of Road With Drainage Canal At Pambuhan Housing Community Goods # 36-2024. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Abra De Ilog, Occ. Mindoro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 36 Calendar Days. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Prospective Bidders May Obtain Further Information From Local Government Unit Of Abra De Ilog, Occ. Mindoro And Inspect The Bidding Documents At The Address Given Below During From December 26, 2024 To January 8, 2025; 8:00 Am To 5:00 Pm During Weekdays. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 26, 2024 To January 8, 2025; 8:00 Am To 5:00 During Weekdays Upon Payment Of The Applicable Fee For The Bidding Documents Pursuant To The Guidelines Issued By The Gppb In The Amount Of Five Hundred Pesos Only (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Electronic Means And Presented In Person. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 8, 2025; 2:30 Pm. Late Bids Shall Not Be Accepted. 5. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 6. Bid Opening Shall Be On January 8, 2025; 2:30 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 7. The Local Government Unit Of Abra De Ilog, Occ. Mindoro 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. 8. For Further Information, Please Refer To: Engr. Adriel S. Dacara Municipal Engineer Office Of The Mun. Engineer Abra De Ilog, Occ. Mindoro 0910-8748-143 Meo.abradeilog@gmail.com Bac Office Municipal Building Barangay Poblacion, Abra De Ilog, Occ. Mindoro Baclguabradeilog@yahoo.com Cp# 0908-888-7026 Linda B. Ramos Municipal Budget Officer Bac Chairman December 23, 2024 Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Abra De Ilog, Occ. Mindoro Wishes To Receive Bids For The Supply And Delivery Of Fuel For The Construction Of Road With Drainage Canal At Pambuhan Housing Community With Identification Number Goods # 36-2024. The Procurement Project (referred To Herein As “project”) Is Composed Of Goods, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Fy 2024 In The Amount Of Four Hudnred Seventy Thousand Four Hundred Fifty Pesos Only. ( P 470,450.00) 2.2. The Source Of Funding Is: 20% Development Fund 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project Is None. Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 9. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. 12. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 13. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 120 Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 15. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16. Opening And Preliminary Examination Of Bids The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.1. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.3. The Project Shall Be Awarded As Follows: Option 1 – One Project Having Several Items That Shall Be Awarded As One Contract. 19.4. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19. Post-qualification 20.1. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply And Delivery Of Fuel For The Construction Of Road With Drainage Canal At Pambuhan Housing Community. B. Completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids. 12 The Price Of The Goods Shall Be Quoted Delivered Duty Paid To Project Site 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P 9,409.00 The Amount Equivalent To Two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than P 23,522.5 The Amount Equivalent To Five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 20.2 Licenses And Permits Relevant To The Project 21.2 Additional Contract Documents Relevant To The Project Required By Existing Laws And/or The Procuring Entity. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: “the Delivery Terms Applicable To This Contract Are Delivered To Lgu Compound, Abra De Ilog, Occidental Mindoro. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Adriel S. Dacara, Municipal Engineer Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of 1 Year Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within 1 Month Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Local Government Unit Of Abra De Ilog, Occ. Mindoro Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 4 The Inspections And Tests That Will Be Conducted Are: None
Closing Date8 Jan 2025
Tender AmountPHP 470.4 K (USD 8.1 K)
Province Of Occidental Mindoro Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Occidental Mindoro Municipality Of Abra De Ilog Invitation To Bid For Supply And Delivery Of Goods For The Construction Of Perimeter Fence For Seedling Bank/nursery Site And Lot 744; Pambuhan Ecopark (phase Ii) 1. The Local Government Unit Of Abra De Ilog, Occ. Mindoro, Through The 20% Development Fund Intends To Apply The Sum Of Six Hundred Eighty Eight Thousand One Hundred Fifty Six Pesos And Thirty Two Centavos Only ( P 688,156.32) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Goods For The Construction Of Perimeter Fence For Seedling Bank/nursery Site And Lot 744; Pambuhan Ecopark (phase Ii) Goods # 41-2024. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Abra De Ilog, Occ. Mindoro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 36 Calendar Days. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Prospective Bidders May Obtain Further Information From Local Government Unit Of Abra De Ilog, Occ. Mindoro And Inspect The Bidding Documents At The Address Given Below During From January 22, 2025 To January 30, 2025; 8:00 Am To 5:00 Pm During Weekdays. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To January 30, 2025; 8:00 Am To 5:00 During Weekdays Upon Payment Of The Applicable Fee For The Bidding Documents Pursuant To The Guidelines Issued By The Gppb In The Amount Of One Thousand Pesos Only (p 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Electronic Means And Presented In Person. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 30, 2025; 2:30 Pm. Late Bids Shall Not Be Accepted. 5. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 6. Bid Opening Shall Be On January 30, 2025; 2:30 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 7. The Local Government Unit Of Abra De Ilog, Occ. Mindoro 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. 8. For Further Information, Please Refer To: Xiron Arsenio A. Oteyza Planning Assistant Office Of The Mpdc Abra De Ilog, Occ. Mindoro 0947-286-1266 Mpdc.abradeilog@gmail.com Bac Office Municipal Building Barangay Poblacion, Abra De Ilog, Occ. Mindoro Baclguabradeilog@yahoo.com Cp# 0908-888-7026 Linda B. Ramos Municipal Budget Officer Bac Chairman January 21, 2024 Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Abra De Ilog, Occ. Mindoro Wishes To Receive Bids For The Supply And Delivery Of Goods For The Construction Of Perimeter Fence For Seedling Bank/nursery Site And Lot 744; Pambuhan Ecopark (phase Ii) With Identification Number Goods # 41-2024. The Procurement Project (referred To Herein As “project”) Is Composed Of Goods, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Fy 2024 In The Amount Of Six Hundred Eighty Eight Thousand One Hundred Fifty Six Pesos And Thirty Two Centavos Only ( P 688,156.32) 2.2. The Source Of Funding Is: 20% Development Fund 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project Is None. Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 9. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. 12. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 13. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 120 Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 15. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16. Opening And Preliminary Examination Of Bids The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.1. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.3. The Project Shall Be Awarded As Follows: Option 1 – One Project Having Several Items That Shall Be Awarded As One Contract. 19.4. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19. Post-qualification 20.1. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply And Delivery Of Goods For The Construction Of Perimeter Fence For Seedling Bank/nursery Site And Lot 744; Pambuhan Ecopark (phase Ii). B. Completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids. 12 The Price Of The Goods Shall Be Quoted Delivered Duty Paid To Project Site 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P 13,763.12 The Amount Equivalent To Two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than P 34,407.81 The Amount Equivalent To Five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 20.2 Licenses And Permits Relevant To The Project 21.2 Additional Contract Documents Relevant To The Project Required By Existing Laws And/or The Procuring Entity. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: “the Delivery Terms Applicable To This Contract Are Delivered To Lgu Compound, Abra De Ilog, Occidental Mindoro. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Xiron Arsenio A. Oteyza, Planning Assistant Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of 1 Year Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within 1 Month Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Local Government Unit Of Abra De Ilog, Occ. Mindoro Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 4 The Inspections And Tests That Will Be Conducted Are: None
Closing Date30 Jan 2025
Tender AmountPHP 688.1 K (USD 11.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: Pre-solicitation Notice 36c250-24-ap-6279 - 1
amendment/modification
sam-notice 36c25025r0016
saginaw-auburn Annex, Michigan
the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For
25,000 American National Standards Institute/building Owners & Managers Association (ansi/boma) Of Space In Saginaw (auburn), Michigan
notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Lease Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. The Government Will Not Pay For Any Costs Incurred As A Result Of This Advertisement. An Rlp May Or May Not Be Released. The Government Cannot Provide Any Warranty, Expressed Or Implied, As To The Accuracy, Reliability, Or Completeness Of Contents Of The Furnished Information Found Within This Advertisement; Government Is Under No Obligation To Respond To And Is Unable To Answer Any Inquiries Regarding This Advertisement. The Naics Code Is 531120 Lessors Of Nonresidential Buildings, And The Small Business Size Standard Is $34 Million.
the Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered At Www.vip.vetbiz.gov As Either Service Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) That Are Interested In Leasing Space To The Department Of Veterans Affairs.
respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement.
contracting Office Address: Network Contracting Office 10, Suite 325 - 8888 Keystone Crossing Indianapolis, In 46240
description: The Department Of Veterans Affairs Seeks To Lease 25,000 Aboa Square Feet (sf) Of Space And 150 Parking Spaces For Use By The Va As A Primary Care Annex. The Space Shall Be Located Within The Delineated Area Stated Below. Va Will Consider Space Located In An Existing Building As Well As A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. Aboa Is Generally Defined As The Space Remaining Once Common Areas, Lessor Areas, And Non-programmatic Areas Required By Code Are Deducted From The Rentable Square Feet Of The Facility. Aboa Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors, And Public Toilets Required By Local Code.
va Will Provide All Detailed Definitions, Should A Solicitation For Offers Or Request For Proposals Be Issued For This Project.
lease Term: Not To Exceed 20 Years.
updated-delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines:
north: Wheeler Road
west: Waldo Ave.; S Saginaw Rd;
south: Hotchkiss Rd Milner Rd; 84/westside Saginaw Rd;
east: 2 Mile Road
see The Below-delineated Area Map For Further Clarification Of The Boundaries Of The Delineated Area.
additional Requirements For Submissions:
offered Space Must Be Located Within One Building.
offered Space Should Preferably Be Located On The First (1st) Floors And One Single Floor.
if The Offered Space Is Above The First (1st) Floor, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided.
bifurcated Sites, Inclusive Of Parking, Are Not Permissible.
the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage.
column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet
offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain)
offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due.
offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths.
offered Space Will Not Be Considered If Located In Close Proximity To Residential Or Industrial Areas.
offered Space Must Be Located In Proximity To Public Transportation. A Commuter Rail, Light Rail, Or Bus Stop Shall Be Located Within The Immediate Vicinity Of The Building;
offered Space Will Not Be Considered If The Location Is Irregularly Shaped.
space Will Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building.
offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping.
offered Space Must Be Located In Close Proximity To A Hospital Or Stand-alone Emergency Room Center And A Fire Department;
offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel;
structured Parking Under The Space Is Not Permissible.
offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals.
a Fully Serviced Lease Is Required.
offered Space Must Be Compatible With Va S Intended Use.
all Submissions Must Include The Following Information:
name And Address Of Current Property Owner;
address Or Described Location Of Building;
location On A Map, Demonstrating The Building Lies Within The Delineated Area; A Statement As To Whether The Building Lies Within The Delineated Area;
description Of Ingress/egress To The Building From A Public Right-of-way;
description Of The Uses Of Adjacent Properties;
fema Map Of Location Evidencing Floodplain Status;
a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction;
site Plan Depicting The Property Boundaries, Building, And Parking;
a Document Indicating The Type Of Zoning;
a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use;
building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development;
any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building;
a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property.
if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service Disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With A Small Business Size Standard Of $34 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement;
market Survey (estimated): January 2025
occupancy (estimated): Fy 2025-2026
all Interested Parties Must Respond To This Advertisement No Later Than January 10, 2025, At 3:00 P.m. Local Time.
please Submit Your Response (electronic) To:
lisa Newlin Lisa.newlin@va.gov Lee Grant Lee.grant@va.gov
attachment - Vosb Or Sdvosb Status
this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued.
the Naics Code For This Procurement Is [531120 Lessors Of Nonresidential Buildings], And The Small Business Size Standard Is [$34 Million]. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127.
the Magnitude Of The Anticipated Construction/buildout For This Project Is:
__ (a) Less Than $25,000;
__ (b) Between $25,000 And $100,000;
__ (c) Between $100,000 And $250,000;
__ (d) Between $250,000 And $500,000;
__ (e) Between $500,000 And $1,000,000;
__ (f) Between $1,000,000 And $2,000,000;
__ (g) Between $2,000,000 And $5,000,000;
X (h) Between $5,000,000 And $10,000,000;
__ (i) Between $10,000,000 And $20,000,000;
__ (j) Between $20,000,000 And $50,000,000;
__ (k) Between $50,000,000 And $100,000,000;
__ (l) More Than $100,000,000.
va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project.
project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including The Design And Construction Of The Facility Described Above, For A Term Of Up To 20 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp .
sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement.
capabilities Statement:
1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address;
2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov);
3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System;
4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit);
5. Evidence Of Capability To Obtain Financing For A Project Of This Size.
if Desired, The Company May Also Submit A Narrative Describing Its Capability.
although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes.
capabilities Statement
submission Checklist And Information Sheet
saginaw-auburn, Mi Lease Sources Sought Notice
company Name: __________________________________________
company Address: __________________________________________
dunn And Bradstreet Number: __________________________________________
uei Number: __________________________________________
point Of Contact: __________________________________________
phone Number: __________________________________________
email Address: __________________________________________
the Following Items Are Attached To This Capabilities Statement:
evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov/);
evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications;
a Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And
evidence Of Capability To Obtain Financing For A Project Of This Size.
if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages.
by: _________________________________________________
(signature)
__________________________________________________
(print Name, Title, Date)
Closing Date10 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Details: Question Asked: "what Length Of Hoses Are Needed?"
asnwer: 150 Feet Would Be A Safe Length To Ensure Enough To Get All The Way Across The Barge To The Tug From The Pier. The Tanker Trailers Can Be Backed Right Down The Pier.
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At Far 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Sam.gov. The Rfq Number Is Spmym325q3003 This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-01 And Dfars Change Notice 20241218. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address: Https://www.ecfr.gov And Https://www.acquisition.gov/content/list-sections-affected And Http://www.acq.osd.mil/dpap/dars/change_notices.html.
the Fsc Code Is 9130 And The Naics Code Is 324110 The Small Business Standard Is 1500 Employees.this Requirement Is Being Processed Utilizing A 100% Small Business Set-aside.
evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104.
the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing:
clin 0001: 18000 Gallons Of No. 2 Diesel, Ultra Low Sulfur Disel Fuel Per The Attached Specifications. Estimated Delivery Period: 1 Delivery Between January 15, 2025-february 15, 2025.
note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-26 And Include The Completed Provisions With
their Offer.
far Clauses And Provisions
52.204-7, System For Award Maintenance
52.204-9, Personal Identity Verification Of Contractor Personnel
52.204-13, Sam Maintenance
52.204-19, Incorporation By Reference Of Representations And Certifications
52.204-24* See Attachment For This Provision
52.204-26* See Attachment For This Provision
52.204-29 Fascsa Representation* See Attachment For This Provision
52.211-14, Notice Of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-16, Variation In Quantity
52.211-17, Delivery Of Excess Quantities
52.212-1, Instructions To Offerors - Commercial Products And Commercial Services
52.212-3, Offeror Reps And Certs - Commercial Products And Commercial Services
52.212-4, Contract Terms And Conditions – Commercial Items
52.219-1 Alt 1 Small Business Program Representations
52.222-22, Previous Contracts & Compliance Reports
52.222-25, Affirmative Action Compliance
52.223-3, Hazardous Material Identification And Material Safety Data
52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation
52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs
52.232-18, Availability Of Funds
52.232-39, Unenforceability Of Unauthorized Obligations
52.233-2 Service Of Protest
52.242-13 Bankruptcy
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.247-34, F.o.b-destination
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated By Reference
52.253-1, Computer Generated Forms
52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement:
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities
52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law For Breach Of Contract Claim
52.204-10
reporting Executive Compensation
52.204-27
prohibition On A Bytedance Covered Application
52.204-30
fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition
52.209-6
protecting The Government's Interest
52.219-6
notice Of Total Small Business Set-aside
52.219-28
post-award Small Business Program Representation
52.222-3
convict Labor
52.222-19
child Labor
52.222-21
prohibition Of Segregated Facilities
52.222-26
equal Opportunity
52.222-36
equal Opportunity For Workers With Disabilities
52.222-50
combating Trafficking In Persons
52.223-11
ozone Depleting Substances
52.223-18
encouraging Contractors To Ban Text Messaging While Driving
52.225-1
buy American-supplies
52.225-13
restriction On Certain Foreign Purchases
52.232-33
payment By Eft-sam
52.232-36
payment By Third Party
dfars Clauses And Provisions
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials,
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
252.203-7005 Representation Relating To Compensation Of Former Dod Officials
252.204-7003. Control Of Government Personnel Work Product
252.204-7004 Antiterrorism Awareness Training For Contractors.
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7015, Disclosure Of Information To Litigation Support Contractors
252.204-7016, * See Attachment For This Provision.
252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services.
252.204-7024 Notice On The Use Of The Supplier Performance Risk System
252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability
252.211-7003, Item Unique Identification And Valuation
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations.
252.223-7001,hazard Warning Labels
252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials.
252.223-7008 Prohibition Of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments Program
252.225-7002 Qualifying Country Sources As Subcontractors
252.225-7048, Export Controlled Items
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region
252.231-7000, Supplemental Cost Principles.
252.232-7003, Electronic Submission Of Payment Requests
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies On Contract Payments
252.243-7001, Pricing Of Contract Modifications
252.243-7002, Requests For Equitable Adjustment
252.244-7000, Subcontracts For Commercial Items
252.247-7023, Transportation Of Supplies By Sea
note: Vendor Shall List The Country Of Origin For Each Line Item.
dlad Clauses And Provisions (see Attachment For Full Text)
52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution
dla Procurement Notes (see Attachment For Full Text)
c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016)
c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023)
c04 Unused Former Government Surplus Property (dec 2016)
c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017)
c20 Vendor Shipment Module (vsm) (aug 2017)
e05 Product Verification Testing (jun 2018)
h10 Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020)
l06 Agency Protests (dec 2016)
l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations
l31 Additive Manufacturing (jun 2018)
m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016)
local Clauses (see Attachment For Full Text):
ym3 A1: Additional Information
ym3 C500: Mercury Control (supplies)
ym3 C528: Specification Changes
ym3 D2: Marking Of Shipments
ym3 D4: Preparation For Delivery
ym3 D8: Prohibited Packing Materials
ym3 E2: Inspection And Acceptance (destination)
ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard
ym3 M8: Single Award For All Items
quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam.
this Announcement Will Closeat 0900 Est On January 6, 2025 . The Point Of Contact For This Solicitation Is Rachel Mccluskey Who Can Be Reached At Rachel.mccluskey@dla.mil. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency.
system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/.
if Not The Actual Manufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided.
please Submit Quotations Via Email At Rachel.mccluskey@dla.mil
quotes Also To: Dla-kme-quotations@dla.mil
all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc)* Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Please Note, If Selecting Gpc, The Government Does Not Utilize Third Party Payment Entities (zelle, Venmo, Paypal, Etc.) Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements.
*if Selecting Gcpc As The Preferred Method Of Payment, Please Be Advised That Per Dfars 232.7002, A Receiving Report Must Be Entered Into Wawf.
******* End Of Combined Synopsis/solicitation ********
Closing Date6 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Automobiles and Auto Parts
United States
Details: Low Speed Electric Vehicle (lsev) For Delivery To Dla Disposition Services Eglin
description:
this Is A Combined Synopsis/solicitation For Commercial Products Prepared In Accordance With The Format In Federal Acquisition Regulations (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. The Solicitation Number Is Sp4510-25-q-1013 And Being Issued As A Request For Quotation (rfq).
this Solicitation And Incorporated Provisions And Clauses Are In Effort Through Federal Acquisition Circular 2024-06. See Attached Performance Work Statement And Applicable Provisions And Clauses.
this Is A 100 Percent Small Business Set Aside For Low-speed Electric Vehicle (lsev) For Dla Disposition Elgin. The Naics Code Is 336110 With A Size Standard Of 1500 Employees And The Requirement Will Result In A Firm Fixed Priced Contract.
background: The Primary Mission Of The Defense Logistics Agency (dla) Disposition Services Is To Dispose Of Department Of Defense (dod) Excess And Surplus Property Generated By The Military Services. This Is Accomplished Through Reutilization To Other Dod Activities, Transfer To Other Federal Agencies, Donation To Authorized State And Local Organizations, Sale To The Public, Or Ultimate Disposal Through Abandonment Or Destruction. Dla Disposition Services Headquarters Is Located In Battle Creek, Michigan, With A Variety Of Field Sites Worldwide. Dla Disposition Services Is Responsible For Managing The Dod Surplus Property Program.
to Accomplish This Mission, Dla Disposition Services Is Seeking To Purchase One (1) Low-speed Electric Vehicle (lsev) With The Attached Statement Of Work (sow) For Dla Disposition Services Elgin, Florida.
please See Attached Statement Of Work (sow) Lsev (attachment 1) For Defense Logistics Agency Disposition Services Low Speed Electric Vehicle For Detailed Specifications And Salient Characteristics.
site Location: 210 Transportation Rd. Bldg. 525, Eglin, Fl 32542. (see Sow Section 4 For More Information).
delivery Shall Be Within 90 Days After Award. When Quoting, Shipping Shall Be Included In The Unit Price.
this Requirement Is A Firm Fixed Priced Contract. Pricing Must Be Fixed Price For The Entirety Of Supplies Quoted.
instructions To Offerors:
submit Quotes By Email To Brandon.awkerman@dla.mil No Later Than The Specified Date And Time. Attention Should Be Noted To Far 52.212-1(f), Concerning Late Submissions. The Offeror Bears The Risk Of Non-receipt Of Any Email Transmissions And Should Ensure That All Pages Of The Quote Have Been Received By The Designated Office Before The Deadline Indicated. Email Submissions By 4:00 Pm One Business Day Prior To The Due Date And Time Are Encouraged To Reduce The Possibility Of Server Or Other Cyber-related Delays That May Render Your Response As Ineligible For Consideration. Valid Quotes Are To Include The Following:
1. Completed Price Schedule: Price Schedule Is Attached, Responding Firms Are Required To Complete And Return The Attached Price Schedule To Include All Option Periods (if Applicable) And All Line Items Within Each Period (if Applicable).
2. Technical Submittal: All Offerors Shall Submit The Make, Model, And Technical Salient Characteristics Of The Low-speed Electric Vehicle (lsev) Being Quoted For Technical Acceptability Review. The Detailed Specifications Shall Be Complete To Verify That All Salient Characteristics Are Met In Accordance With The Sow (statement Of Work).
3. Offerors Shall Provide The Applicable Cage Code Or Unique Entity Id With Their Bid Submission And Provide Far 52.212-3 Offerors Representations And Certifications And Alternate. (see Section C Above For Details).
4. Offerors Shall Clearly State The Quoted Products Place Of Manufacture (country Of Origin) And The Quoted Lsev Is Available For Delivery Within Ninety (90) Days After Award.
quotes Received Without The Above Identified Information Will Not Be Considered For An Award.
evaluation:
quotations Will Be Evaluated On A Lowest-priced Technically Acceptable Basis. Award Will Be Made To Firm That Offers The Lowest Total Cost To The Government For The Entire Item, After A Pass/fail Evaluation Of The Contractors’ Technical Submittal.
offers Are Due At 12:00 Pm Eastern Time (united States), On Monday, 13 January 2025. Email Quotes To Brandon.awkerman@dla.mil. Questions Are Due Friday, 27 December 2024 By 12:00 Pm Eastern Time And Must Be Submitted In Writing Via Email To Brandon.awkerman@dla.mil. Questions Will Not Be Answered Via Telephone. Questions That Occur After The Cut Off, But Are Considered To Be Significant To The Requirement, Will Be Accepted And Discussed Only With Those Vendors That Have Submitted A Quote.
the Following Provisions And Clauses Are Applicable To This Solicitation:
the Provision At Far 52.212-1 (instructions To Offerors – Commercial Items (sep 2023)
the Provision At Far 52.212-2 (evaluation -- Commercial Items) (nov 2021) Applies To This Procurement (with Evaluation Consisting Of Award To The Responsible Contractor On The Basis Of The Lowest Evaluated Price, Meeting Or Exceeding The Acceptability Standards For Non-cost Factors (low Price – Technically Acceptable). The Following Non-cost Factors Will Be Used To Evaluate Offers: Salient Characteristics,
c. In Accordance With The Provision Far 52.212-3 (offerors Representations And Certifications -- Commercial Items) (2023-o0002) (may 2024) And Far 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services--alternate I (may 2024) 024). The Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically In The System For Award Management (sam). If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (v) Of This Provision.
d. Far 52.212-4 (contract Terms And Conditions -- Commercial Items) (nov 2023) Applies To This Procurement.
e. Far 52.212-5 (contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items) (may 2024) Applies To This Procurement.
the Following Far Clauses Apply To This Procurement:
52.203-15 Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 Jun 2010
52.204-7 System For Award Management Nov 2024
52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards Jun 2020
52.204-13 System For Award Management Maintenance Oct 2018
52.204-16 Commercial And Government Entity Code Reporting Aug 2020
52.204-17 Ownership Or Control Of Offeror Aug 2020
52.204-18 Commercial And Government Entity Code Maintenance Aug 2020
52.204-20 Predecessor Of Offeror Aug 2020
52.204-21 Basic Safeguarding Of Covered Contractor Information Systems Nov 2021
52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities Dec 2023
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment Nov 2021
52.204-25 Prohibition Of Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment Nov 2021
52.204-26 Covered Telecommunications Equipment Or Services--representation Oct 2020
52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment Nov 2021
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations Nov 2015
52.216-20 Definite Quantity Oct 1995
52.219-6 Notice Of Total Small Business Set-aside Nov 2020
52.219-33 Non-manufacturer Rule Sep 2021
52.222-20 Contracts For Materials, Supplies, Articles, And Equipment Exceeding $15,000 Jun 2020
52.222-21 Prohibition Of Segregated Facilities Apr 2015
52.222-22 Previous Contracts And Compliance Reports Feb 1999
52.222-25 Affirmative Action Compliance Apr 1984
52.222-26 Equal Opportunity Sep 2016
52.222-36 Equal Opportunity For Workers With Disabilities Jun 2020
52.222-37 Employment Reports On Veterans Jun 2020
52.222-50 Combating Trafficking In Persons Nov 2021
52.223-11 Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons Jun 2016
52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Driving Jun 2020
52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals—representation Dec 2016
52.223-23 Sustainable Products And Services May 2024
52.225-1 Buy American Act—supplies Oct 2022
52.225-13 Restrictions On Certain Foreign Purchases Feb 2021
52.232-33 Payment By Electronic Funds Transfer—system For Award Management
oct 2018
52.232-39 Unenforceability Of Unauthorized Obligations Jun 2013
52.232-40 Providing Accelerated Payments To Small Business Subcontractors Nov 2021
52.233-3 Protest After Award Aug 1996
52.233-4 Applicable Law For Breach Of Contract Claim Oct 2004
the Following Dfars Clauses And Provisions Apply To This Procurement:
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials
sep 2011
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights Dec 2022
252.203-7005 Representation Relating To Compensation Of Former Dod Officials
sep 2022
252.204-7003 Control Of Government Personnel Work Product Apr 1992
252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support
jan 2023
252.204-7016 Covered Defense Telecommunications Equipment Or Services-
representation Dec 2019
252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications
equipment Or Services—representation May 2021
252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications
equipment Or Services Jan 2023
252.204-7022 Expediting Contract Closeout May 2021
252.204-7024 Notice On The Use Of The Supplier Performance Risk System Mar 2023
252.211-7003 Item Unique Identification And Valuation Jan 2023
252.225-7000 Buy American--balance Of Payments Program Certificate—basic Feb 2024
252.225-7001 Buy American And Balance Of Payments Program—basic Jan 2023
252.225-7012 Preference For Certain Domestic Commodities Apr 2022
252.225-7036 Buy American—free Trade Agreements--balance Of Payments Program--basic Jan 2023
252.225-7055 Representation Regarding Business Operations With The Maduro Regime May 2022
252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime Jan 2023
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Dec 2018
252.232-7006 Wide Area Workflow Payment Instructions Jan 2023
252.232-7010 Levies On Contract Payments Dec 2006
252.244-7000 Subcontracts For Commercial Products And Commercial Services
jan 2023
5452.233-9001 Disputes: Agreement To Use Alternative Dispute Resolution (adr) Apr 2001
award May Be Made Without Discussions And All Information Should Be Apparent In The Quote.
vendors Are Required To Submit Their Cage And Duns Codes With Their Response Along With The Complete Price Schedule. (attachment 2)
the Following Dfars Provisions Apply To This Procurement:
dlad 5452.233-9001 Disputes – Agreement To Use Alternative Dispute Resolution (jun 2020)
dlad Procurement Notes:
c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016)
c03 Contractor Retention Of Supply Chain Traceability Documentation (sep 2016)
l06 Agency Protests (dec 2016)
Closing Date13 Jan 2025
Tender AmountRefer Documents
Philippine Commission On Women Tender
Others
Philippines
Details: Description A. Rationale In Support Of The Implementation Of The Magna Carta Of Women (mcw), The Pcw Institutionalized The Local Gad Resource Program (lgrp) As A Technical Assistance Model In Strengthening The Gender Mainstreaming Efforts At The Local Level. The Foundations Of Lgrp Are Anchored On Local Gad Mechanisms, Innovations, And Partnerships With Regional, Provincial, City/municipal Governments, And Other Institutions. Moreover, The Program Aims To Provide A Venue For Pcw And Local Government Units (lgus) To Create And Reinforce Gad Instrumentalities And Policies In Sustaining Capacity-development Programs And Orchestrating Gender Mainstreaming Efforts To Promote Gender Equality And Women’s Empowerment. The Lgrp Generally Aims To Increase The Number Of Regional Mechanisms And Lgus With Functional Gender-responsive Initiatives, Strategies, And Programs. The Lgrp Has Three (3) Major Components: A) Convergence; B) Replication Mechanisms; And C) Provision Of Direct Ta On Demand Basis And Updating Of Gad Tools. Under The Second Component, One Of Pcw’s Brainchild Programs To Strengthen Gad Especially At The Local Level Is The Establishment And Certification Of Gad Llhs. To Date The Pcw Has Certified 33 Gad Llhs In 16 Lgus Namely: Classification Gad Llh Lgu Gbv Response, Interventions, And Facilities Quezon City Protection Center Quezon City Muntinlupa City’s Saklolo At Gabay Ng Ina At Pamilya (sagip) Muntinlupa City Pangasinan Crisis Intervention Center Province Of Pangasinan Palawan Lualhati Women Center Province Of Palawan Davao City Office Of The Special Counsel On Vaw Davao City Davao City’s Protection On Sexual Exploitation, Abuse And Discrimination (psead) Program Davao City Bagumbayan’s Balay Dalangpan Municipality Of Bagumbayan, Sultan Kudarat Naga City Bantay Familia Naga City Move Aklan Chapter Province Of Aklan Aklan Comprehensive Center For Women Province Of Aklan Women’s Economic Empowerment Programs Kalinga’s Livelihood Assistance To Qualified Province Of Kalinga Naga City Barangay Grownegosyo Program Naga City Baybay City Women’s Economic Empowerment Program Baybay City, Leyte Davao City’s Magnegosyo ‘ta Day Program Davao City Iloilo Province Partnership And Convergence With Municipal Lgus On Women’s Economic Empowerment Program Iloilo City Gad Mechanisms Panlalawigang Komisyon Para Sa Kababaihan Ng Bulacan (pkkb) Province Of Bulacan Bulacan’s Gad Monitoring And Evaluation Team (gmet) Province Of Bulacan Mabalacat City’s Popgad Office Mabalacat City Quezon Provincial Gad Office Province Of Quezon Davao City Integrated Gender And Development Division Davao City Early Childhood Care Facilities And Programs Quezon City’s Human Milk Bank Quezon City Mabalacat City’s Early Childhood Care And Development Program Mabalacat City Naga City’s Breastfeeding Program Naga City Davao City’s Child Minding Centers Davao City Sexual, Reproductive, And Health Facilities/ Programs Quezon City Social Hygiene And Sundown Clinics Quezon City Muntinlupa City’s Sentro Ng Aruga Para Sa Kababaihan (sak) Muntinlupa City Samahan Ng Teenage Nanay Na Dakila (stand) Santiago City, Isabela Santiago City Health Office Hiv/aids Action Team (schohat) Santiago City, Isabela Social Protection And Reintegration Program For Persons Deprived Of Liberty Quezon City’s No Woman Left Behind Quezon City Davao City/bjmp Ray Of Hope Village Davao City Gad Database Baybay City’s Barangay Management Information System (bmis) Baybay City, Leyte Educational Assistanceprogram Tulong Pang-edukasyon Para Sa Bulakenyo (pgb Scholarship Program) Province Of Bulacan As Part Of The Continuing Advancement Of Mechanisms To Strengthen Gender Mainstreaming At The Local Level, There Is A Need To Actively Promote The Pcw Interventions And Initiatives. One Way Of Promoting The Pcw’s Progressive Programs Is To Develop Knowledge Products That Encourage Stakeholders To Participate And Partake In Gad Efforts. Promoting Such Programs Increases Public Awareness And Education On Gad Initiatives, Enabling Replication Of Notable Gad Programs Leading To Gender-responsive Local Governance. As More Institutions Learn About These Efforts, More Lgus Will Aim For Pcw Certification. Ultimately, The Gad Llh Will Expand Nationwide, Significantly Advancing The Promotion Of Gender Equality And Women Empowerment. B. General Objective/s The Development And Printing Of The Gad Llh Brochures Aims To: 1. Produce Relevant And Updated Promotional Materials Capturing The Attention Of Potential Gad Llh Applicants; 2. Promote Awareness On The Gad Llh Certification And Its Relevance In Strengthening The Gender Mainstreaming Efforts Of The Lgus; And 3. Encourage Lgus To Establish Programs, Activities, And Projects That Champion Outstanding Gad Efforts. C. Expected Outputs/deliverables The Pcw-tsrcd Will Need A Consultant Who Is Expert In Style Editing, Designing, Packaging, Lay-outing And Printing Services. For This Engagement, The Following Outputs Are Expected: ● Proofread And Style-edited Gad Llh Brochure; ● Final And Approved Graphic Design, Layout And Packaged Contents Of The Gad Llh Brochure, Including Front And Back Cover With Illustrations; ● 1 Gad Llh Brochure Developed Saved In One (1) External Drive (print-ready, Web-ready And Fillable Pdf File Of The Gad Llh Brochure And Editable Soft Copies); And ● 1000 Printed Copies Of The Gad Llh Brochure D. Scope Of Work To Produce The Outputs Expected In This Engagement, The Consultant Is Expected To Work Closely With The Pcw-tsrcd. Specifically, The Consultant Is Tasked To Deliver The Following: 1. Content Editing 1.1 Review The Draft Gad Llh Brochure And Correct Any Inconsistencies, Contradictions, Factual Errors Or Discrepancies In Content; 1.2 Develop Graphic And Visual Information For Better Presentation; And, 1.3 Improve And Rewrite The Parts As Necessary But Retaining The Original Idea Or Thought. 2. Copy Editing 2.1 Correct Errors Related To Grammar, Spelling And Punctuation; 2.2 Ensure The Following: A. Consistency Of Word Usage, Format, Etc.; B. Use Of Politically-correct And Gender-fair Language; C. Correct Citing Of Reference In Apa Format In Text And In The Bibliography; And D. Bring To The Attention Of Pcw Any Vague Areas, Concepts Or Statements Which Need Clarification. 3. Lay-outing 3.1 Develop Three (3) Sets Of Prototypes Front And Back Cover Design And Layout Theme/aesthetic Of The Style Edited Gad Llh Brochure For Pcw-tsrcd To Choose From; 3.2 Create Appropriate, Relevant, And Appealing Digital Illustrations/graphics; 3.3 Prepare The Final Prototype Layout And Design Of Final Design Chosen By Pcw Within The Agreed Timeline; 3.4 Prepare Printing Specifications In Consultation With Pcw; And 3.5 Submit The Fillable, Print-ready And Final Editable Copy Of The Gad Llh Brochure Saved In One (1) External Drive. 4. Printing Of Gad Llh Brochure Specifications: Size: A5 8.3” (h) X 5.8” (w) Color: Full Color, Glossy Paper Stock: C2s 220lbs No. Of Pages: 14 Pages (front And Back), Full Page No Of Copies: 1000 In Designing And Packaging The Document, The Layout Artist Is Expected To Do The Following: ● Layout The Style Edited Gad Llh Brochure Into The Recommended Package, Size Or Format, Ensuring Adherence To Accepted Design Criteria Approved By Pcw; ● Use Original Graphics Or Photos That Would Not Cause Infringement Of Copyrights Of Any Individual Or Organization; And ● Adhere To Pcw’s Branding / Visual Identity Guidelines, Copy Of Which Shall Be Made Available To The Layout Artist. ● Consult And Inform The Pcw Regarding The Progress Or Status Of The Implementation Of The Project. The Pcw-tsrcd Is Expected To Perform The Following: ● Provide The Consultant The Word File Copy Of The Gad Llh Brochure; ● Review And Provide Timely Feedback On The Outputs Of The Consultant; ● Relay The Consolidated Comments/inputs From Pcw To The Consultant; ● Facilitate The Consultant’s Submission Of Draft/final Outputs To Pcw; And ● Facilitate Processing Of Payments And Professional Fees. E. Approved Budget Cost And Basis For Costing The Overall Budget For The Consultancy Service Is Php 300,000.00 Inclusive Of The Cost Of Development And Printing Of The Gad Llh Brochure: Items/coverage Of Expense Unit Cost Breakdown Total Cost Layout Artist For The Development Of Gad Llh Brochure Php 100,000.00 Php 100,000.00 X 1 Consultant Php 100,000.00 Printing Of The Gad Llh Brochure (booklet) Php 200.00 Php 200.00 X 1,000 Pieces Php 200,000.00 Total Php 300,000.00 F. Minimum Qualification/s The Contractor Should Have The Following Qualifications: 1. Has A Bachelor’s Degree In Communication, Graphic Design And/or Related Field; 2. At Least 5 Years’ Experience In Doing Style Editing Work, Lay Outing And Printing Iec Materials Or Similar Nature Of The Project; 3. Ability To Adhere To Deadlines And Adjust Well To The Needs Of The Project And Pcw; 4. Experience In Creating Outputs Similar To The Deliverables In This Engagement; 5. Should Be Registered Online With The Philippine Government Electronic Procurement System As A Legitimate Service Provider For Government Requirements; And 6. Familiar With The Government Processes And Procedures. G. Professional Fees And Terms Of Payment The Consultancy Service For The Lay-out And Printing Of The Gad Llh Brochure Will Be Hired For Three (3) Months From February 27 To May 31, 2025. Payment Schedule Timeline Deliverables 1st Tranche: Php 94,800.00 (30%) 4th Week Of February 2025 ● Meeting With The Pcw-tsrcd For The Proposed Gad Llh Brochure Layout And Design 1st Week Of March 2025 ● 1st Submission Of The Draft Version Of The Gad Llh Brochure 3rd Week Of March 2025 ● 2nd Submission Of The Draft Gad Llh Brochure (final Submission If There Will Be No Comments) 2nd Tranche: Php 126,400.00 (40%) 1st Week Of April 2025 ● 1st Submission Of The Prototype Designs With Suggested Printer Paper And Color-scheme For Approval 3rd Week Of April 2025 ● 2nd Submission Of The Gad Llh Brochure Layout With Final Printing Specifications 4th Week Of April 2025 ● Final Submission Of The Soft Copy Of Print-ready, Web-ready, And Editable Copy Of The Gad Llh Brochure Saved In An External Drive 3rd Tranche Php 94,800.00 (30%) 1st Week Of May 2025 ● Final Submission Of Sample Printed Copy Of The Gad Llh Brochure 4th Week Of May 2025 ● Delivery Of The 1000 Copies Of The Gad Llh Brochure The Professional Fee Of The Consultant Is Inclusive Of The Service Fees And Production Of The Gad Llh Brochure, Budget For Travel Expense, Transportation Of Goods And Delivery Costs, Incidental Expenses, Insurance, And Other Incurred Expenses Within The Period Of Engagement. The Consultant Will Not Be Entitled To Any Payments Other Than Those Agreed And Provided Above. The Period Of Engagement Will Be From February 27, 2025 To May 31, 2025. H. Working Conditions And Arrangements The Consultant Shall Coordinate Directly With The Pcw-tsrcd During The Entire Period Of The Engagement And Is Expected To Attend Preparatory Meetings And Other Related Meetings As May Be Necessary. He/she Is Expected To Work Closely With The Pcw-tsrcd Lgrp Team As Well As The Division Chief For Any Clarifications Or Questions Related To The Development, Enhancement, Finalization, Completion, And Submission Of The Required Outputs And Services Of This Engagement. I. Submission Of Documents Interested Individuals Or Groups Must Submit To Ms. Maricel G. Napuli, Administrative Officer V Of The Pcw-afd Supply Section Through Email At Mgnapuli@pcw.gov.ph Copy Furnish Khtpeji@pcw.gov.ph, Addomingo@pcw.gov.ph And Tsrcd@pcw.gov.ph The Following Requirements: ● Expression Of Interest, Including The Cv Of The Team That Will Be Engaged For This Activity; ● Company Profile And Portfolio; ● Philgeps Registration Number; ● Detailed Proposal, With Cost Breakdown; ● Mayor’s/business Permit; ● Income/business Tax Return; ● Bir Certificate Of Registration; And ● List Of Clientele With Similar Nature Of This Engagement.
Closing Date28 Jan 2025
Tender AmountPHP 300 K (USD 5.1 K)
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At Far 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Sam.gov. The Rfq Number Is(spmym325q6015). This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-01 November 12, 2024, And Dfars Change Notice Publication Notice 20241218. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address: Https://www.ecfr.gov And Https://www.acquisition.gov/content/list-sections-affected And Http://www.acq.osd.mil/dpap/dars/change_notices.html.
the Fsc Code Is (3439) And The Naics Code Is (333992). The Small Business Standard Is (1,250 Employees).this Requirement Is Being Processed Utilizing (100% Small Business Set-aside).
evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104.
*offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable.*
the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing:
interested Parties Must Fill Out The Required Request For Quote Titled, “25q6015 Rfq Required” In The Attachment Section.
item Description Qty U/i
0001 Filler, Weld (covered Electrode) 1200 Lb
Spec: T9074-bc-gib-010/0200 Appendix C
Per Attachment 0001
0002 Data Requirements 1 Ea
A001 Exhibit A, Seq A001
See Exhibit “a” Seq A001: Di-misc-82386 (certificate Of Quality Conform).
0003 Data Requirements 1 Ea
A002 Exhibit A, Seq A002
See Exhibit “a” Seq A002: Di-misc-80678 (ccdd) (certificate Of Compliance).
note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With
their Offer.
far Clauses And Provisions
52.204-7, System For Award Maintenance
52.204-9, Personal Identity Verification Of Contractor Personnel
52.204-13, Sam Maintenance
52.204-19, Incorporation By Reference Of Representations And Certifications
52.204-24* See Attachment For This Provision
52.204-26* See Attachment For This Provision
52.204-29 Fascsa Representation* See Attachment For This Provision
52.211-14, Notice Of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-17, Delivery Of Excess Quantities
52.212-1, Instructions To Offerors - Commercial Products And Commercial Services
52.212-3, Offeror Reps And Certs - Commercial Products And Commercial Services
52.212-4, Contract Terms And Conditions – Commercial Items
52.219-1 Alt 1 Small Business Program Representations
52.222-22, Previous Contracts & Compliance Reports
52.222-25, Affirmative Action Compliance
52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation
52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs
52.232-39, Unenforceability Of Unauthorized Obligations
52.233-2 Service Of Protest
52.242-13 Bankruptcy
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.247-34, F.o.b-destination
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated By Reference
52.253-1, Computer Generated Forms
52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement:
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities
52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law For Breach Of Contract Claim
52.204-27
prohibition On A Bytedance Covered Application
52.204-30
fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition
52.219-6
notice Of Total Small Business Set-aside
52.219-28
post-award Small Business Program Representation
52.222-3
convict Labor
52.222-19
child Labor
52.222-21
prohibition Of Segregated Facilities
52.222-26
equal Opportunity
52.222-36
equal Opportunity For Workers With Disabilities
52.222-50
combating Trafficking In Persons
52.223-11
ozone Depleting Substances
52.223-18
encouraging Contractors To Ban Text Messaging While Driving
52.225-1
buy American-supplies
52.225-13
restriction On Certain Foreign Purchases
52.232-33
payment By Eft-sam
52.232-36
payment By Third Party
52.247-64
preference For Privately Owned Us-flag Commercial Vessels
dfars Clauses And Provisions
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials,
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
252.203-7005 Representation Relating To Compensation Of Former Dod Officials
252.204-7003. Control Of Government Personnel Work Product
252.204-7004 Antiterrorism Awareness Training For Contractors.
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7015, Disclosure Of Information To Litigation Support Contractors
252.204-7016, * See Attachment For This Provision.
252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services.
252.204-7024 Notice On The Use Of The Supplier Performance Risk System
252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations.
252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials.
252.223-7008 Prohibition Of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments Program
252.225-7002 Qualifying Country Sources As Subcontractors
252.225-7048, Export Controlled Items
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region
252.231-7000, Supplemental Cost Principles.
252.232-7003, Electronic Submission Of Payment Requests
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies On Contract Payments
252.243-7001, Pricing Of Contract Modifications
252.243-7002, Requests For Equitable Adjustment
252.244-7000, Subcontracts For Commercial Items
252.247-7023, Transportation Of Supplies By Sea
note: Vendor Shall List The Country Of Origin For Each Line Item.
dlad Clauses And Provisions (see Attachment For Full Text)
52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution
dla Procurement Notes (see Attachment For Full Text)
c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016)
c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023)
c04 Unused Former Government Surplus Property (dec 2016)
c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017)
c20 Vendor Shipment Module (vsm) (aug 2017)
e05 Product Verification Testing (jun 2018)
g01 Additional Wide Area Workflow (wawf) Information (aug 2017)
h10 Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020)
l06 Agency Protests (dec 2016)
l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations
l31 Additive Manufacturing (jun 2018)
m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016)
local Clauses (see Attachment For Full Text):
ym3 A1: Additional Information
ym3 C500: Mercury Control (supplies)
ym3 C501: Correction Of Certifications
ym3 C524: Controlled Industrial Material
ym3 C528: Specification Changes
ym3 D2: Marking Of Shipments
ym3 D4: Preparation For Delivery
ym3 D8: Prohibited Packing Materials
ym3 E2: Inspection And Acceptance (destination)
ym3 E504: Notice Of Constructive Acceptance Period
ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard
ym3 M8: Single Award For All Item
quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam.
this Announcement Will Close(1/17/2025 At 3pm). The Point Of Contact For This Solicitation Is (jannell Moriarty) Who Can Be Reached At (jannell.moriarty@dla.mil). All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency.
system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/.
ifnot The Actualmanufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided.
please Submit Quotations Via Email At (jannell.moriarty@dla.mil).
quotes Also To: Dla-kme-quotations@dla.mil
all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc)* Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Please Note, If Selecting Gpc, The Government Does Not Utilize Third Party Payment Entities (zelle, Venmo, Paypal, Etc.) Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements.
*if Selecting Gcpc As The Preferred Method Of Payment, Please Be Advised That Per Dfars 232.7002, A Receiving Report Must Be Entered Into Wawf.
******* End Of Combined Synopsis/solicitation ********
Closing Date17 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Statement Of Work: R Series Defibrillator
kansas City Va Medical Center
objective
the Kansas City Va Medical Center Intends To Procure A Replacement Fleet Of Defibrillators. This Document Highlights The Technical Specifications And Services Being Requested By The Facility For Consideration Towards Purchase Of The Units. Vendors Under This Proposal Shall Provide All Equipment And Accessories, Installation Services, And Project Management Support.
scope
the Contractor Shall Furnish All Equipment Detailed In Table 1. All Products Must Meet All Salient Characteristics And Functions Defined In Section 3.
table 1
description
quantity
30520007201310013
r Series ® Plus Defibrillator Includes Expansion Pack
40
surepower Rechargeable Lithium Lon Battery
pack
5.8 Ah Capacity
high Density Lithium Ion Chemistry
runtime Indicator
automatic Calibration Ready
stores History Of Use And Maintenance
40
r Wifi Card With Clock Sync And Fips
40
5-year Hospital Warranty
n/a
the Contractor Shall Provide All Components Required To Implement All Listed Hardware And Software So The System (including All Items In Table 1) Is Fully Operational.
the Contractor Shall Provide Any Missing Parts, Features, Software, And/or Components Not Included To Fully Complete The Installation At No Additional Cost To The Government.
the Contractor Shall Provide All Labor, Supervision, And Any Other Resources Required To Deliver, Assemble/install, And Test All Listed Equipment.
all Hardware, Software, And Services Must Meet The Manufacturers And Va Specifications.
salient Characteristics[pmc(1]
r Series Defibrillators
specification/salient Characteristics:
maximum Dimensions: Height 10 In; Width 12 In; Depth 13 In
maximum Weight: 15 Lb
must Be Operational With Ac Or Dc
includes Ac Power Cord
guidelines 2020- Compatible
aed W/ Manual Override 5-year Minimum Hospital Warranty
must Have The Following Accessories, Capabilities, And Ability To Operate In The Following Modes:
physical Features
nellcor Pulse Oximetry Compatibility
order Sensor Separately
nibp
23-33cm Reusable Cuff 3-meter Air Hose
rmt Motion Tolerance
for Use With Adult, Pedi And Neonatal Patients
mainstream Etco2
color Lcd Screen
batteries
Surepower Rechargeable Lithium Lon Battery
Pack 5.8 Ah Capacity High Density Lithium-ion Chemistry Run-time Indicator
Automatic Calibration Ready Stores History Of Use And Maintenance
operators’ Manual
1 Per Defibrillator
language: English
provided By Manufacturer And Includes Manufacturer’s Instructions
defibrillation
biphasic Defibrillation
provides Automatic Life Support Defibrillation When Powered On.
ability To Functions As An Aed, But Not When Initially Turned On.
manual Defibrillator To Support Pediatrics To Adults To Include Automatic Safety Feature To Eliminate The Risk Of Delivering An Adult Energy Level To A Pediatric Patient
less Than 7 Seconds Of Charge Time For A New Fully Charged Battery
evaluates Ecg Rhythm To Determine If Shock Delivery Is Required
configurations
configurable For Either Cpr Or Shock-first Driven Protocols
energy Sequences Can Be Configured For Single Or Multiple Shocks With Fixed Or Escalating Energy Levels
the Cpr Interval Length Is Configurable In 1-minute Increments For Up To 4 Minutes
wi-fi Connectivity
allows The Wireless Communication Of Clinical And Test Data (no Phi)
synchronizes The Time To That Of The Network To Negate “clock Drift” And Ensures Time Accuracy Of Code Data.
fips Compliant
real Cpr Help
numeric Display Of Cpr Depth And Rate For Adult And Pediatric Patients
visual And Audio Prompts To Coach Cpr Depth For Adult Patients
release Bar To Ensure Adequate Release Off The Chest
metronome To Coach Rate For Adult And Pediatric Patients.
indicates Elapsed Time Since Last Detected Chest Compression
cpr Artifact Filtering
adult And Pediatric Aed Ecg Analysis
see-thru ® -cpr Filter
• Onestep Cable Manager
defib Mentor Familiarization Aid
onestep Pacing Includes:
• Onestep Pacing Cable (also Supports Cpr)
• Ecg Leads
contractor Shall Deliver All Equipment To:
kansas City Va Medical Center
4801 E. Lynwood Blvd
kansas City, Mo 64128
attn: Biomedical Engineering
ensure That Equipment Is Sent To The Attention Of Biomedical Engineering
include The Po Number On The Shipping Label.
deliver Materials To The Facility In Manufacturer's Original Sealed Boxes Or Containers With Brand Name Marked Thereon. Refurbished Products Will Not Be Accepted.
package To Prevent Damage Or Deterioration During Shipment, Handling, And Storage.
maintain Protective Covering In Place And In Good Repair Until Delivery Is Necessary.
any Government Requested Delayed Delivery Up To 90 Days Shall Be At No Additional Cost To The Government.
contractor Shall Conduct A Pre-delivery Meeting At Least 3 Days Prior To Initial Award Delivery Date For Verification Of Delivery And Installation Dates.
delivery Of Oversized, Palletized Orders, Or Orders That Contain A Large Number Of Components Will Be Coordinated With The Cor Who Will Communicate Internally With Warehouse Staff.
contractor Shall Adhere To All Equipment Delivery Deadlines Outlined In Table 2.
assembly, Installation, And Testing
contractor Responsible For Assembly And Installation Of Systems After Notification From Cor (or Designee) That It Has Been Delivered To Station.
install Shall Include Unboxing And Transportation Of Equipment To Final Use Location.
installation Shall Include Implementation And Testing Of All Purchased Interfaces To Va Electronic Systems In Coordination With Clinical Staff, Biomedical Engineering Staff, O&it Staff, And Others Identified As Needed.
vendor Shall Provide All Necessary Accessories, Cables, Adaptors, Etc. To Deliver A Fully Functional Clinical Device/system.
hours Of Operation
kansas City Va Normal Hours Are Monday Through Friday, 7:00 A.m. To 4:30 P.m. Central Standard Time, Excluding Federal Holidays.
va Follows All Federal Holidays That Are Set By Law (usc Title 5 Section 6103).
the Government Hereby Provides Notice And Contractor Hereby Acknowledges Receipt That Government Personnel Observe The Listed Days As Holidays:
new Year's Day January 1
martin Luther King's Birthday Third Monday In January
president's Birthday Third Monday In February
memorial Day Last Monday In May
juneteenth June 19
independence Day July 4
labor Day First Monday In September
columbus Day Second Monday In October
veterans Day November 11
thanksgiving Day Fourth Thursday In November
christmas December 25
in Addition To The Days Designated As Holidays, The Government Observes The Following Days:
1. Any Other Day Designated By Executive Order.
2. Any Other Day Designated By The President’s Proclamation; And
3. Any Other Day Designated By Federal Statute.
all Services Shall Be Performed During Normal Hours Unless Otherwise Scheduled With The Cor.
hardware/software Update/upgrade Installations, Where Applicable, May Be Scheduled And Performed Outside Normal Hours At No Additional Charge To The Government (unless It Would Be Detrimental To Equipment Up-time; To Be Determined By The Cor Or Designee).
all Agreed-upon Work Scheduled Outside Normal Business Hours Shall Be At No Additional Cost To The Government.
site Conditions & Protection Of Property
vendor Representatives Must Check In With Dole Va Biomedical Engineering When They Arrive On-site And Check Out Upon Completion Of Work Each Day.
vendor On-site Visits Shall Be Coordinated With The Cor (or Designee) Before Being Scheduled Or Conducted.
there Shall Be No Smoking On Kansas City Va Premises At Any Time.
eating And Drinking Are Not Allowed Inside The Hospital, Except For In The Canteen Dining Area.
vendor Staff Shall Always Be Professional And Shall Take All Necessary Precautions To Maintain A Safe Environment For The Occupants. This Includes, As Necessary, Coordinating Access And Closures For Sensitive Areas Of The Medical Center.
vendor Shall Be Responsible For Cleaning All Work Areas After Completion Of Tasks. This Includes, But Is Not Limited To, Removal Of Packaging And A Clean Sweep/mop Of The Area As Required By Work Type.
contractor Shall Protect All Items From Damage. The Contractor Shall Take Precaution Against Damage To The Building(s), Grounds, And Furnishings. The Contractor Shall Repair Or Replace Any Items Related To Building(s) Or Grounds Damaged Accidentally Or On Purpose Due To Actions By The Contractor.
the Contractor Shall Perform An Inspection Of The Building(s) And Grounds With The Cor Prior To Commencing Work To Ensure That The Contractor Shall Be Able To Repair Or Replace Any Items, Components, Building(s) Or Grounds Damaged Due To Negligence And/or Actions Taken By The Contractor. The Source Of All Repairs Beyond Simple Surface Cleaning Is The Facility Construction Contractor (or Appropriate Subcontractor), So That Building Warranty Is Maintained. Concurrence From The Va Facilities Management Poc And Cor Is Required Before The Contractor May Perform Any Significant Repair Work. In All Cases, Repairs Shall Utilize Materials Of The Same Quality, Size, Texture, Grade, And Color To Match Adjacent Existing Work.
vendor Staff Shall Minimize Noise As Much As Possible While Working In All Buildings.
vendor Is Responsible For Providing All Ppe Necessary For Their Work.
the Contractor Shall Be Responsible For Security Of The Areas In Which The Work Is Being Performed Prior To Completion.
security Requirements
network Security
the Vendor Is Required To Complete And Submit The Two Attached Va Security Forms, If Their Equipment Can Be Connected To The Va Network. If These Forms Are Not Completed And Submitted With The Bid Package, The Vendor Can Be Disqualified From The Bidding Process.
the C&a Requirements Do Not Apply, And That A Security Accreditation Package Is Not Required.
warranty & Service
the Contractor Shall Provide All Manufacturers’ Warranty With Products Upon Delivery.
warranty – The System, All Accessories, And All Software Shall Be Covered Under The Manufacturer’s Warranty And Shall Include All Parts And Labor For At Least 5 Years Following Acceptance By The Vamc.
a Manufacturer’s Factory-trained Field Service Engineer Shall Perform Installation And Maintenance During The Warranty Period.
the Warranty Period Shall Not Begin Until After The Dole Va Cor Or Designee Has Accepted The Products Delivery, Installation, And Functionality.
the Warranty Shall Include All Manufacturer Recommended Preventive Maintenance Procedures For Its Duration.
all Available Software Updates And Security Patches Will Be Made Available To The Kansas City Va During The Warranty Period.
vendor Shall Provide Response To Applications And Technical Calls Within 8 Hours.
vendor Shall Ship Replacement Parts Within 48 Hours Of Identifying Necessity By Kansas City Va Biomedical Engineering Staff.
invoicing
va’s Electronic Invoice Presentment And Payment System – The Fsc Uses A Third-party Contractor, Tungsten, Vendor Electronic Invoice Submission Methods. Facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below:
va’s Electronic Invoice Presentment And Payment System – The Fsc Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website: Http://www.tungstennetwork.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge.
a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org).
[pmc(1]mykaela-need Fips Compliance, Trm Approved, And Approved Era Language
Closing Date30 Jan 2025
Tender AmountRefer Documents
4681-4690 of 4851 archived Tenders