Transportation Tenders

Transportation Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice Only No# 36c26125r00030 no Solicitation Is Currently Available. project Title: Install Fall Protection, Fresno Va Medical Center place Of Performance va Central California Health Care System, Fresno Va Medical Center, 2615 East Clinton Avenue, Fresno, Ca 93703 description: The Resulting Solcitation Will Be A Construction Services Proposal Request. Title: Install Fall Protection, Fresno Va Medical Center point Of Contact: Rosario Chaidez, Contract Specialist, Email: Rosario.chaidez1@va.gov all Associated Project Documents Shall Be Incorporated Into The Proposal Request Which Shall Be Posted Electronically Through Https://sam.gov At A Future Date. inquiries Will Only Be Accepted In Writing Via Email To Rosario.chaidez1@va.gov On Or Before Thursday, February 6, 2025, By 4:30pm (pt) subject: Sources Sought Notice, Install Fall Protection, Fresno Va Medical Center, Project No. 570-21-109, Fresno Va Medical Center the Government Does Not Intend To Award A Contract On The Basis Of This Sources Sought Notice Or To Otherwise Pay For The Information Solicited. All Information Contained In This Sources Sought Announcement Is Preliminary, As Well As Subject To Modification. although Proposal, Offeror, Contractor, And Offeror May Be Used In This Sources Sought Notice, Any Response Will Be Treated As Information Only. It Shall Not Be Used As A Proposal. the Purpose Of This Sources Sought Is To Conduct Market Research To Support The Project Identified Above. This Notice Serves To Survey The Market In An Attempt To Ascertain Whether Or Not Sources Are Capable Of Providing The Requested Services. This Notice Allows Potential Contractors/vendors To Submit A Non-binding Statement Of Interest And Documentation Demonstrating Their Capability. The Sources Sought Effort Is Intended To Assess Industry Capabilities And Develop/support The Intended Direction Of Acquisition Planning. The Network Contracting Office (nco 21) Is Requesting Responses From Qualified Business Concerns; The Qualifying Naics Code For This Effort Is 236220 Commercial And Institutional Building Construction. this Sources Sought Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classifications (service Disabled/veteran Owned Small Business (sdvosb/vosb), Hub Zone, 8(a), Small, Small Disadvantaged, Woman-owned Small Business, Or Large Business) Relative To Naics 236220. Responses To This Notice, Will Be Used By The Government To Make Appropriate Acquisition Decisions. Based Upon Information Received In Response To This Sources Sought Notice, The Government Shall Make A Determination On A Procurement Strategy, Which Shall Include The Type Of Small Business Set-aside, If Appropriate. The Eventual Procurement Strategy And Set-aside, If Appropriate, Is Solely Within The Discretion Of The Government. After Review Of The Responses To This Notice, A Solicitation Announcement May Be Published. Responses To This Notice Are Not Considered Adequate Responses To Any Corresponding Solicitation Announcement. All Interested Offerors Will Have To Respond To The Solicitation Announcement In Addition To Responding To This Notice. issuance Of This Notice Does Not Constitute Any Obligation Whatsoever On The Part Of The Government To Procure These Services, Or To Issue A Solicitation, Nor To Notify Respondents Of The Results Of This Notice. No Solicitation Documents Exist At This Time; However, In The Event The Acquisition Strategy Demonstrates That An Internal Contracting Vehicle Is A Viable Option For Procuring A Solution, The Request For Proposal (rfp) Shall Be Posted Internally. The Department Of Veterans Affairs Is Neither Seeking Quotes Nor Accepting Unsolicited Quotes, And Responses To This Notice Cannot Be Accepted As Offers. Any Information Received From A Contractor In Response To This Sources Sought Notice May Be Used In Creating A Solicitation. Any Information Received Which Is Marked With A Statement, Such As Proprietary Or Confidential, Intended To Restrict Distribution Will Not Be Distributed Outside Of The Government, Except As Required By Law. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Sources Sought. background: The Department Of Veterans Affairs Is Seeking Vendors Who Can Provide All Materials, Labor, Tools, Equipment, Transportation, Supervision, Project Management, Administrative Support, And Specialized Expertise To Perform The Work Cited In The Scope Of Work, Drawings, And Construction Specifications To Install Fall Protection At The Fresno Va Medical Center, In Fresno, California. The Vendors Must Demonstrate The Ability To Meet All Requirements For This Notice. See Drafts Of The Statement Of Work (sow), Specifications, And Drawings For All Details. the Applicable North American Industry Classification System (naics) Code Is 236220 Commercial And Institutional Building Construction, And The Small Business Size Standard Is $45.0 Million. Psc Code Is Z2da Repair Of Alternation Of Hospitals And Infirmaries. In Accordance With Far 36.204 Disclosure Of The Magnitude Of This Construction Project Is Anticipated Between $1,000,000 And $5,000,000. potential Offerors Must Be Registered In The System For Award Management (sam) To Be Eligible For An Award (see Https://www.sam.gov/sam/pages/public/index.jsf). Potential Offerors Must Also Have A Current Online Representations And Certification Application On File With Sam. service-disabled Veteran-owned Small Businesses And Veteran-owned Small Businesses Shall Have Their Ownership And Control Verified By The Department Of Veterans Affairs (va) And Be Listed In The Small Business Administration S (sba) Veteran Small Business Certification (vetcert) At Https://veterans.certify.sba.gov/#home. instructions: because The Solicitation Strategy Is Dependent Upon Responses To This Sources Sought Notice, Interested Parties Are Encouraged To Provide Complete And Accurate Responses To All Items, A Through Which Should Be Limited To A Brief Description, One Page (1) Page (including Cover Letter). If Any Portions Seem Unclear, Prohibited, And/or You Are Unsure About The Draft Descriptions Of The Requirement Please List Your Comments And/or Concerns In Your Response So They Can Be Addressed. a) Statement Of Capablility - Demonstrate How Your Company Can Provide The Requested services That Are Required In The Attached Statement Of Work (sow) Both In Magnitude And Scope. Include Past Experience (within The Past Five Years) In Similar In Both In Magnitude And Scope Services To The Va, Other Government (federal Or State) Agencies, Or A Private Facility. Include General Information, A Brief Description Of The Work, And The Total Magnitude Of Each Project. b) Socio-economic Status - Specify Under Which Disadvantaged Group And If Your Firm Is Certified Under Section 8(a) Of The Small Business Act. Indicate If Your Firm Is A Certified Service- Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb). c) Include The Cage Or Sam Unique Entity Identifier (uei) Number Of Your Firm On Your Response. d) Bonding Capability; Per Contract And Aggregate. Provide Amount Of Aggregate Bonding Currently Available (i.e. Amount Not Committed). e) Questions Please Provide Answers To The Following Questions: 1. Does The Magnitude Of Construction Seem Feasible? 2. Is The Period Of Performance Listed In The Statement Of Work Reasonable? 3. Has Your Firm Performed A Similar Project In Scale To Installing Fall Protection? If So, How Recent? 4. Has Your Firm Completed An Installation Of Fall Protection On Hospital Buildings Before Or In A Hospital Environment? What Would Be Your Proposed General Method? 5. Has Your Firm Had Previous Experience With Working With The Government Or The Va Specifically? 6. This Work Will Require Experienced Journeymen Technicians. Are Such Employees On Staff Or Will The Service Need To Be Subcontracted? If A Subcontractor Is Needed, How Long Or How Many Previous Jobs Of Similar Scale And Scope Have Your Firms Worked Together? 7. If Known, What Are Any Estimated Lead Times For This Project Materials And Any Potential Supply Chain Disruptions Or Other Issues You Foresee? if Interested, Responses Are Due In Writing Only By 4:30pm (pt), Thursday, February 6, 2025. Please Submit E-mail Responses To Rosario Chaidez, Contract Specialist, At Email Address: Rosario.chaidez1@va.gov. Please Place Response To Sources Sought Notice For Install Fall Protection At Fresno Va Medical Center In The Subject Line Of Your Email. This Notice Is To Assist The Va In Determining Sources Only. disclaimer this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Sources Sought Notice That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought Notice. ----- End Of Sources Sought Notice-----

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Civil Works Others, Building Construction
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents 
Details: (1) Action Code: Sources Sought this Is A Sources Sought Notice Only. This Is Not A Request For Proposal, But A Survey To Locate Potential Sources. This Sources Sought Does Not Constitute An Invitation For Bids, Request For Proposals, Or A Request For Quotations, And Is Not To Be Construed As A Commitment By The Government To Issue An Order Or Otherwise Pay For The Information Solicited, Nor Is It A Guarantee Of A Forthcoming Solicitation Or Contract. It Is For Market Research Purposes Only. Respondents Will Not Be Notified Of The Results Of The Evaluation. the Purpose Of This Sources Sought Notice Is To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (hub-zone), Service-disabled Veteran-owned Small Business (sdvosb), Women-owned Small Business (wosb), And Economically Disadvantaged Women-owned Small Business (edwosb). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. Small Business, Section 8(a), Hubzone, Sdvosb, Wosb, & Edwosb Businesses Are Highly Encouraged To Participate. (2) Date: 13 January 2025 (3) Classification Code: F0 (4) Naics Code: 813312 (5) Naics Size Standard: $19.5m (6) Contracting Office Address: 2800 Powder Mill Road bldg. 601 adelphi, Maryland 20783 (7) Subject: Sources Sought For Canada Goose Management To Include Nest Management (8) Proposed Solicitation Number: W911qx25q0034 (9) Sources Sought Closing Response Date: 20 January 2025 (10) Contact Point: Swati Jain, Contract Specialist, Swati.jain2.civ@army.mil (11) a. Objective: to Find Sources That Are Qualified To Meet The Supplies/services As Listed In Section 11b. Note That The Specific Requirements In Section C Are Subject To Change Prior To The Release Of Any Solicitation. b. Canada Goose Management - Usag Aberdeen Proving Ground Adelphi Laboratory Center performance Work Statement (pws) 1.0 Introduction. The Purpose Of This Effort Is To Provide Canada Goose Management At Alc. The Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Perform Canada Goose Management As Defined In This Performance Work Statement (pws), Section 5, Except For Those Items Specified As Government Furnished Property And Services. The Contractor Shall Perform To The Standards In This Contract. 1.1 Background. Alc Is Home To Anywhere From Five (5) To Ten (10) Pairs Of Canada Geese That Return Each Year To Nest On Alc’s Installation. Each Year, The Directorate Of Public Works (dpw) Environmental Division Obtains A U.s. Fish And Wildlife Service (usfws) Resident Canada Goose Nest And Egg Depredation Permit. This Permit Allows Dpw To Oil Goose Eggs To Prevent The Population From Increasing. This Strategy Can Effective If Nests Are Found In Time But It Does Not Prevent The Health Hazards Associated With Geese Droppings Left On The Sidewalks. Furthermore, The Egg Oiling Program Does Not Prevent The Safety Hazards That Are Created When Installation Personnel Come Into Contact With Aggressive Geese Guarding Their Nest. Generally, On The Alc Site Most Geese Nest In The Area Surrounding The Main Complex Of Buildings. alc Is Located In Adelphi, Maryland. The Site Straddles The Border Between Two (2) Maryland Jurisdictions, Prince George’s And Montgomery Counties. Of The Total 207 Acre Area, 84 Acres Are Within Montgomery County And 123 Acres Are Within Prince George’s County. Alc Is Approximately Six (6) Miles From Washington, District Of Columbia. The Installation Is Located Within One (1) Mile Of The Capital Beltway (interstate 495) And Interstate 95 (i-95). Alc Lies In The Anacostia River Drainage Basin Which Is A Tributary Of The Potomac River. It Is Bordered By Residential Areas On The East And South And By The General Service Administration’s Federal Center On The North And West. Alc Consists Of Four (4) Main Building Areas With Parking Lots, Forested Lands And Two Stream Corridors, Paint Branch And Hillandale Tributary. The Alc Is Home To The Headquarters For The Army Research Laboratory (arl). Arl Provides America's Soldiers A Technological Edge Through Scientific Research, Technology Development, And Analysis. The Mission Of Arl Is To Provide The Underpinning Science, Technology, And Analysis That Enable Full-spectrum Operations. 1.2 Objectives. During The Performance Of This Contract, The Contractor Shall Be Responsible For Providing All Personnel, Equipment, Supplies, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Provide Canada Goose Management At Alc. The Objectives Of This Project Are To Provide Canada Goose Management Support Activities On Alc. 2.0 Requirements. 2.1 Description Of Services. This Is A Non-personnel Services Contract To Provide Canada Goose Management Support At Alc. 2.2 Required Tasks. 2.2.1 Canada Goose Site Aversion. The Contractor Shall Provide A Trained Border Collie/collies And Dog Handling Professional/professionals To Deter The Canada Geese Away From Alc. The Contractor Will Be Responsible For The Improved Areas Of Alc. This Includes The Areas Around All Buildings, Roads, Stormwater Management Features, Maintenance Yards And Parking Lots. The Government Will Provide A Map Of The Installation And Historical Nest Data Prior To The Start Of The Project. the Contractor Shall Conduct Site Visits For A Minimum Of Five (5) Days A Week. Success Of The Project Will Be Measured By The Absence Of Geese On Alc For 7 Consecutive Days During And At The End Of The Period Of Performance. the Contractor Shall Use Techniques That Are Approved By The State Of Maryland Department Of Natural Resources (mdnr) And The Usfws And That Do Not Violate The Migratory Bird Treaty Act (mbta). The Contractor Shall Obtain Any Required Licenses And Permits By The Mdnr And The Usfws. the Contractor Shall Always Remain In Control Of The Border Collies. The Contractor Shall Remove Any Waste Left By The Border Collies. 2.2.2 Canada Goose Nest Management. The Contractor Shall Provide Egg Addling Services For Nests Found On Alc. The Contractor Shall Oil And Number The Eggs That Are Deemed To Be Less Than 14 Days Old. The Contractor Shall Provide The Nest Treatment Data To The Cor Which Will Include: The Date, Nest Number, And Location Description. Data Will Be Provided To The Cor Within One Week Of The Nest Treatment. 2.2.3 Deliverables. The Contractor Shall Provide Data For Nest Addling Services, When Conducted. The Contractor Shall Provide The Nest Treatment Data To The Cor Which Will Include: The Date, Nest Number And Location Description. 2.3 General Information. 2.3.1 Federal Observed Holidays. The Contractor Shall Provide Canada Goose Management During The Period Of Performance Except During The Following Federal Holidays: new Year’s Day martin Luther King Jr.’s Birthday president’s Day memorial Day juneteenth independence Day labor Day columbus Day veteran’s Day thanksgiving Day christmas Day 2.3.2 Hours Of Operation. The Contractor Is Responsible For Providing Services Five (5) Days A Week Which Can Occur Monday Through Sunday Except During Local Or National Emergencies, Administrative Closings, Or Similar Government Directed Facility Closings. 2.3.3 Place Of Performance. The Work To Be Performed Under This Contract Shall Be Performed At Alc. 2.3.4 Period Of Performance. The Period Of Performance Of This Contract Overlaps Nesting Season And The Time Of Year When The Geese Are On Site Which Is From 1 February Through 31 October Each Year Of The Contract Award. There Are Four (4) Option Years If Funding Is Available. 2.3.5 Key Personnel. The Following Personnel Are Considered Key Personnel By The Government: Garrison Natural Resources Manager/conservation Specialist, Chief, Environmental Integration Branch And The U.s. Army Combat Capabilities Development Command (devcom) Army Research Laboratory (arl) Chief, Environmental Management Branch. the Contractor Shall Provide A Contract Manager Who Is Considered Key Personnel By The Government For The Performance Of The Contract. The Contract Manager Shall Be Responsible For The Performance Of The Work. The Name Of This Person And An Alternate, Who Shall Act For The Contractor When The Contract Manager Is Absent, Shall Be Designated In Writing To The Ko. The Contract Manager Or Alternate Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. The Contract Manager Or Alternate Shall Be Available Between 0700 And 1530 Monday Thru Friday Except Federal Holidays Or When The Government Facility Is Closed For Administrative Reasons. the Contractor Shall Have Fully Trained Working Border Collies And Personnel Trained To Handle Them. The Contractor Shall Have Personnel Trained In Goose Management Including Egg Oiling And Nest Removal. The Contractor Shall Be Listed On The Alc Usfws Resident Canada Goose Nest And Egg Depredation Permit. The Contractor Shall Hold Any Other Necessary State Or Federal Permits And Or Licenses To Conduct The Work Described In This Pws. 2.3.6 Organizational Conflict Of Interest. Contractor And Subcontractor Personnel Performing Work Under This Contract May Receive, Have Access To, Or Participate In The Development Of Proprietary Or Source Selection Information (e.g., Cost Or Pricing Information, Budget Information Or Analyses, Specifications, Or Work Statements, Etc.), Or Perform Evaluation Services Which May Create A Current Or Subsequent Organizational Conflict Of Interests (oci) As Defined In Far Subpart 9.5. The Contractor Shall Notify The Ko Immediately Whenever It Becomes Aware That Such Access Or Participation May Result In Any Actual Or Potential Oci And Shall Promptly Submit A Plan To The Ko To Avoid Or Mitigate Any Such Oci. The Contractor’s Mitigation Plan Will Be Determined To Be Acceptable Solely At The Discretion Of The Ko, And In The Event The Ko Unilaterally Determines That Any Such Oci Cannot Be Satisfactorily Avoided Or Mitigated, The Ko May Affect Other Remedies As Deemed Necessary, Including Prohibiting The Contractor From Participation In Subsequent Contracted Requirements Which May Be Affected By The Oci. 2.3.7 Contractor Furnished Items And Responsibilities. The Contractor Shall Furnish All Supplies, Equipment, Facilities, And Services Required To Perform Work Under This Contract. 2.3.8 Applicable Publications (current Editions). The Contractor Shall Abide By All Applicable Regulations, Publications, Manuals, And Local Policies And Procedures. Any Contractor Provided Publications Are To Be Procured And Maintained At Contractor’s Expense. 3.0 Anti-terrorism /operational Security (at/opsec) Requirements 3.1. General Security Requirements And Guidance. The Security Requirements Described Below Apply To All Contract Personnel (including Employees Of The Prime Contractor ("contractor") And All Subcontractor Employees) Supporting The Performance Requirements Of This Contract. The Contractor Is Responsible For Compliance With These Security Requirements. Questions Regarding Security Matters Shall Be Addressed To The Designated Government Representative (e.g., Contracting Officer Representative (cor), Requiring Activity (ra) Representative, Or Contracting Officer (if A Cor Or Other Ra Representative Is Not Appointed)). Contract Personnel Are Critical To The Overall Security And Safety Of Us Army Corps Of Engineers (usage) Installations, Facilities And Activities, And Security Awareness Training Contributes To Those Efforts. The Department Of Defense (dod) And Army Security Training Requirements Specified Below, If Applicable, Are Performance Requirements; All Applicable Contract Personnel Shall Complete Initial Training Within 30 Days Of Contract Award Or The Date New Contract Personnel Begin Performance On The Contract. Within Five Business Days From The Completion Of Training, The Contractor Shall Provide Written Documentation (e.g., Email Or Memorandum) To The Government Representative. The Documentation Shall Include The Names Of Contract Personnel Trained And Which Training They Completed; The Contractor Shall Maintain Training Records As Part Of Their Contract Files And Be Prepared To Provide Copies Of Training Certificates To The Government Representative. Contractor Personnel And Vehicles Are Subject To Search When Entering Federal Installations. Additionally, All Contract Personnel Shall Comply With Force Protection Condition (fpcon) Measures, Random Antiterrorism Measures (commonly Referred To As "rams"), And Health Protection Condition (hpcon) Measures. The Contractor Is Responsible For Meeting Performance Requirements During Elevated Fpcon And/or Hpcon Levels In Accordance With Applicable Ra Plans And Procedures --this Includes Identifying Mission Essential And Non-mission Essential Personnel. In Addition To The Changes Otherwise Authorized By The Changes Clause Of This Contract, Should The Fpcon Or Hpcon Levels At Any Individual Facility Or Installation Change, The Government May Implement Security Changes That Affect Contract Personnel. The Contractor Shall Ensure All Contract Personnel Are Aware Of Their Security Responsibilities, Including Any Site-specific Requirements Identified In Local Policies Or Procedures. 3.2. Physical Security And Access Control Requirement. All Contract Personnel Requiring Physical Access To A Federal Installation Or Facility Shall Comply With The Access Control Procedures Of That Location. Contract Personnel Requiring Unescorted Access To Meet Contract Performance Requirements On A Dod Installation In The Us Shall Be Vetted By The Installation/facility Provost Marshal/directorate Of Emergency Services/security Office Using The National Crime Information Center-interstate Identification Index (commonly Referred To As "ncic-iii") And Terrorist Screening Database (commonly Referred To As "tsdb"). Contract Personnel Shall Comply With All Personal Identity Verification Requirements Specified In Installation/facility Policies And Procedures. Contract Personnel Who Do Not Meet Requirements For Unescorted Access To Usage Facilities Shall Coordinate Escorted Access With The Government Representative, As Needed. Contract Personnel Who Receive Keys, Access Cards, Or Lock Combinations That Provide Access To Government-owned Property Shall Comply With Key And Lock Control Procedures Of The Ra. 3.3. Pre-screen Candidates Using E-verify Program. Contractors Shall Comply With The Requirements Set Forth In Far Clause 52.222-54 Employment Eligibility Verification And Far Subpart 22.18 In Using The E-verify Program At (https://www.e-verify.gov/) (website Subject To Change) To Meet The Contract Employment Eligibility Requirements. Contractors Are Encouraged To Cooperate With Federal And State Agencies Responsible For Enforcing Labor Requirements To Include Eligibility For Employment Under United States Immigration Laws In Accordance With Far 22.102-1 (i). An Initial List Of Verified/ Eligible Candidates Shall Be Provided To The Cor No Later Than Three Business Days After The Initial Contract Award. When Contracts Are With Individuals, The Individuals Will Be Required To Complete A Form 1-9, Employment Eligibility Verification, And Submit Ii To The Contracting Officer To Become Part Of The Official Contract File. 4.0 Non-personal Services. arl/alc/garrison Non-personal Services (jul 2012) the Contractor, As An Independent Contractor And Not As An Agent Of The Government, Shall Provide The Necessary Resources (except Those Furnished By The Government) To Accomplish Tasks Of The Type Set Forth In The Performance Work Statement. contractor Employees Performing Services Under This Contract Shall Be Controlled, Directed And Supervised At All Times By Management Personnel Of The Contractor. The Contractor's Management Shall Ensure That Employees Properly Comply With The Performance Standards Outlined In This Performance Work Statement And As Required By The Contracting Officer Or The Contracting Officer's Representative (cor). Contractor Employees Shall Perform Independent Of And Without The Supervision Of Any Government Official. Actions Of Contractor Employees May Not Be Interpreted Or Implemented In Any Manner That Results In Any Contractor Employee Creating Or Modifying Federal Policy, Obligating The Appropriated Funds Of The U.s. Government, Overseeing The Work Of Federal Employees, Providing Direct Personal Services To Any Federal Employee Or Otherwise Violating The Prohibitions Set Forth In Parts 7.5 And 37.1 Of The Federal Acquisition Regulation (far). The Government Shall Control Access To The Facility And Shall Perform The Inspection And Acceptance Of Completed Work And Tasks. 5.0. Distribution Statement. 5.1. Determination Of Contract Submission Documents Are: distribution Statement A: Approved For Public Release, Distribution Is Unlimited. 5.2. Determination For Information Generated From The Performance Of The Contract: distribution Statement A: Approved For Public Release, Distribution Is Unlimited c. Responses: all Interested Parties Should Notify This Office In Writing, Mail, Fax, Or E-mail Within The Posted Date. Responses Shall Include: to What Extent Each Of The Specifications Can Be Met. include Your Type Of Business (i.e. Commercial, Academia), Whether Your Organization Is Classified As A Large Or Small Business Based On The $19.5m Employees Standard That Accompanies Naics Code 813312. If A Small Business, You Must Also List Any Small Disadvantaged Status You Hold [hubzone, 8(a), Service Disabled Veteran Owned Small Business (sdvosb), Women Owned Small Business (wosb), Economically Disadvantaged Women-owned Small Business (edwosb), Etc.]. past Experience/ Performance Through The Description Of Completed Projects. (12) Responses To This Sources Sought Are Due No Later Than 11:59 Am Eastern Standard Time 20 January 2025. Submissions Should Be Emailed To Swati Jain, Contract Specialist, Swati.jain2.civ@army.mil Or Acquisition Specialist, Alex Gilliam, Alex.p.gilliam.ctr@army.mil questions Concerning This Sources Sought May Be Directed To Swati Jain, Contract Specialist, Swati.jain2.civ@army.mil. Or Acquisition Specialist, Alex Gilliam, Alex.p.gilliam.ctr@army.mil. Please Be Advised That .zip And .exe Files Cannot Be Accepted. (13) Place Of Contract Performance: Garrison-adelphi Laboratory Center 2800 Powder Mill Road adelphi Md 20783 (14) Estimated Delivery Timeframe Or Period Of Performance: period Of Performance (pop): 01 February 2025 – 31 October 2029

U S COAST GUARD USA Tender

Others
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents 
Details: Scope Of Work And Specifications For Uscg Station Juneau sewage Lift Station Replacement located At uscg Station Juneau 345 Egan Drive juneau, Ak 99801 commanding Officer united States Coast Guard scope: provide Material And Labor To Replace The Sewage Lift Stations Two Lift Pumps, Rails, Floats, Discharge Piping Contained In The Lift Station, Discharge Cutout Valves With Remote Operators, And The Systems Electrical Controller. System Shall Have An Alarm And Control Panel, Float Actuated Alarms At High Level Alarm, Lead And Lag Pump Floats, Low Level Float Pump Off With Two Inch Insulated Pvc Discharge Pipe. Contractor To Furnish An In-kind Sewage Lift System Meeting The Same Ratings Of The Old System That Includes And All Applicable Valves And Fittings At Us Coast Guard Station Juneau, In Accordance With All Manufacturers Specifications, And General Industry Standards government Facilities And Utilities: electrical Power And Potable Water Are Available On The Site; The Contractor Will Be Permitted To Utilize These Utilities In Performing The Work, Provided That The Existing Systems Are Not Overloaded. Telephone Services Will Not Be Available For Use By The Contractor. period Of Perfomance: once Contractor Is Given The Notice To Proceed, All Long Lead Time Items Shall Be Purchased/ordered By The Contractor. Estimated Delivery Dates To Be Provided To The Cor/ko As They Become Available. Once All Materials Have Arrived On The Job Site, Contractor Will Commence The Replacement Within 5 Business Days And Complete All Work No Later Than 14 Business Days From The Start Of Work. materials And Locations: materials Shall Be Delivered To The Jobsite In Their Original Unopened Packages, Clearly Marked With The Manufacturer’s Name, Brand Name, And Description Of Contents. Storage Shall Be In Accordance With Manufacturer’s Recommendations In A Clean, Dry, Well-ventilated Area. Stored Materials Shall Be Protected From Sunlight, And Kept Away From Excessive Heat. The Contractor Shall Not Store Any Highly Flammable Materials In The Work Area. Sufficient Area For Staging Is Available On Site; Storage Areas Will Be Pre-approved By The Contracting Officers Representative (cor) And/or Contracting Officer (ko). Special Precautions Shall Be Taken To Ensure Construction Materials And Debris Does Not Enter The Roadways And/or Parking Lot. Contractor Is Responsible For Safeguarding All Equipment, Tools, And Materials From Damage And Theft. the Contractor Is Required To Comply With Local Voc Laws And Regulations. All Applicable Material Safety Data Sheets Shall Be Available Upon Request. schedule Of Work: the Contractor Shall Perform All Work During Housing Office Work Hours. The Base Normal Working Hours Are 7:00 Am To 4:00 Pm, Monday Through Friday. If The Contractor Is Going To Work Outside Normal Working Hours, Permission Must Be Obtained From The Ko. contractor Must Submit A Written Request At Least 48 Hours Prior If They Intend To Work Outside Of Business Hours. only The Ko Can Authorize Any Work Hour Changes. existing Conditions: the Offeror Should Visit The Site And Take Such Other Steps As May Be Reasonably Necessary To Ascertain The Nature And Location Of The Work, The General And Local Conditions Which Can Affect The Cost Of The Work Thereof. Failure To Do So Will Not Relieve Bidders From Responsibility For Estimating Properly The Difficulty Or Cost Of Successfully Performing The Work. The Government Will Assume No Responsibility For Any Understanding Or Misrepresentations Concerning Conditions Made By Any Of Its Officers Or Agents Prior To The Execution Of The Contract, Unless Included In The Request For Quotes, The Specification, Or Related Documents. site Visit: One (1) Organized Site Visit/walk Be Held On Tuesday, 10 December 2024 At 12:30 Pm (alaska Time). located At uscg Station Juneau 345 Egan Drive juneau, Ak 99801 all Potential Contractors Shall Meet At The Below Location, Have Proper Id & Be Prepared To Sign In. contractors Shall Coordinate Access To The Job Site Through Mkcm Ty Widner Ty.c.widner@uscg.mil 808-388-1486. request Advanced Notification (no Later Than 7 Calendar Days Prior To The Date Of Site Walk). That You Plan On Attending The Site Walk provide The Following Information In Advance Via Email To Both Deno Stamos & Mkcm Widner *name Of Company *cage Code. / Uei *# Of Attendees & Full Name Of Each Individual liability Of Contractor: any Damage To Government Property Caused By The Contractor Shall Be Repaired Or Replaced By The Contractor At No Cost To The Government. The Contractor Shall Not Disconnect Any Service Without Approval From The Cor And/or Ko.the Contractor Shall Be Responsible For Cleanup And Disposal Of All Waste Generated Due To The Work Performed. All Waste Generated Shall Be Disposed Of In Accordance With All Federal, State, And Local Regulations And Laws, And Be The Responsibility Of The Contractor. No Waste Or Materials Shall Remain On Site After Work Is Accepted. inspection And Acceptance: The Cor And/or Ko Will Accomplish Inspection And Acceptance Of Work. safety: The Contractor Is Wholly Responsible For Work Site Safety. The Contractor Shall Implement A Safety Program That Protects The Lives And Health Of Personnel In The Construction Area, Prevents Damage To Property, And Avoids Work Interruptions. To Accomplish This End, The Contractor Shall Provide Appropriate Safety Barricades, Signs, Signal Lights, Etc. As Well As Complying With The Requirements Of All Federal, State And Local Safety Laws, Rules, And Regulations.government Facilities And Regulations: The Contractor, Their Employees, And Any Sub-contractors Shall Become Familiar With And Obey All Coast Guard And Local Unit Regulations. All Personnel Employed On The Project Shall Keep Within The Limits Of The Work Area, And Shall Not Enter Any Other Area Outside Of The Work Site Unless Authorized To Do So In The Performance Of Their Duties. There Shall Be No Smoking In Any Coast Guard Building. technical Requirements: general: The Contractor Shall Provide All Labor, Materials, Tools, Equipment, Supervision, Engineering Services, And Transportation Necessary To Replace With In-kind Lift Station To Include All Required Valves, Pipe Fittings And Electrical Connections, Electronic Controls, And Monitoring Devices. the Contractor Shall Consider All Risk To Equipment And Personnel And Incorporate Safe Work Practices, Hazard Analysis, And Hazard Mitigation Procedure To Ensure The Risks And Hazards Of The Proposed Work Are Mitigated. The Contractor Shall Participate In All Utility Outages And Lock Out Tag Out Procedures Required To Isolate Energy Sources And Set Up The Work Site Of The Performance Of The Work. contractor Shall Provide Proof Of Experience And Qualification To Perform Work. once New Lift Station System Has Been Tested And Commissioned For Service, Contractor Will Provide The Coast Guard All Manuals And Instructions For All Equipment Installed. Contractor To Also Provide Copies Of All Test Results Associated With Commissioning This System. any Additional Materials, Parts, And/or Labor Not Covered Under This Statement Of Work Will Require Prior Approval With Written Quote Submitted To Sector Southeast Ak. government Furnished Equipment: N/a delivery Schedule The Contractor Shall Deliver To Location / Fob Destination Within [specified Time Frame] From The Date Of Contract Award. note: This Requirement Is Lowest Priced, Technically Acceptable (lpta) In Accordance With Far 13 Simplified Acquisition Procedures. any Shipping Costs To Required Delivery Address Shall Be Included In Final Contractors Priced Quote. liability Of Damages: The Contractor Shall Be Liable For All Damages To Government Equipment And Property When Such Damage Is Due To Fault Or Negligence Of The Contractor. The Contractor Shall Be Responsible For All Damages Or Injury To Persons That Occur Because Of The Contractor’s Fault Or Negligence. The Contractor Shall Take Proper Safety And Health Precautions To Protect The Work The Workers The Public, And The Property Of Others. payment Terms Will Be As Specified In Subsequent Purchase Order/ Contract Award Documentation Which Is (net 30) Upon Completion Of All Work. point Of Contact: for Any Questions Or Clarifications Regarding This Requirement, Please Contact The Contracting Officer(ko) Via Email At Least 10 Business Days Before Closing Date/time Of This Request For Propsal (rfp). closing Date & Time: Proposals/quotes And Any Supporting Documentation Shall Be Received No Later Than: 3:00 Pm Alaska Time Zone On: tuesday,7 January 2025 To The United States Government Contracting Officer Listed Herein. Deno.a.stamos@uscg.mil note: In Accordance With Federal Acquisition Regulation 36.204, (disclosure Of The Magnitude Of Construction Projects). the Estimated Price Range Is $25,000-$100,000 Us Dollars. supporting Documenation--internal Document #70z04524pkodi0113==project/task # Ucgi43jy24 / 3cceuworko deno Stamos senior Field Contracting Officer (sfco) uscg Ketchikan deno.a.stamos@uscg.mil

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice: The Department Of Veterans Affairs, Network Contracting Office 4 (nco 04), Is Conducting A Market Survey To Identify Potential Sources To Provide A 12-month Contract To Supply Ga68 Dotatate (netspot). This Radiopharmaceutical Is Required For Imaging Procedures For The Corporal Michael J. Crescenz Va Medical Center- 3900 Woodland Avenue, Philadelphia, Pennsylvania 19104. this Notice Is Issued For Informational Planning Purposes Only And Is Not A Request For Quote Or Announcement Of A Solicitation. Submitting Information For This Notice Is Voluntary And Va Assumes No Responsibility For Any Costs Incurred Associated With The Preparation Of Responses Submitted Because Of This Notice. No Solicitation Is Available At This Time. If A Solicitation Is Issued It Will Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement. the Purpose Of This Market Research Is To Identify Capable Sources That Are Both Experienced And Qualified To Provide The Desktop Automated Csf In Accordance With Performance Work Statement. the North American Industry Classification System Code (naics) Is 325412 Medical Laboratories, And The Small Business Size Standard Is 1300 Employees For This Type Of Effort. vendors Must Be Registered In The System For Award Management (sam) At Https://www.sam.gov And Shall Complete Electronic Annual Representations And Certifications In Sam Prior To Award Of Contract. If You Are Responding As A Service-disabled Veteran Owned Small Businesses Or Veteran Owned Small Businesses (sdvosb S And Vosb S), Your Company Must Be Registered In Vetcert And Maintain A Current Certification (https://veterans.certify.sba.gov). capability Statement And Documentation: companies Are To Provide A Summary Of Your Firm S Capabilities, Experience, And Knowledge In Providing These Services. Sources Are Asked To Provide The Following Information: 1. Company Information: Company Name Company Address Company Uei Sam Company Naics Code(s) Point Of Contact Name Point Of Contact Phone Number Point Of Contact Email Address Company Website (if Available) 2. The North American Industry Classification System Code (naics) Is 325412 Medical Laboratories, And The Small Business Size Standard Is 1300. based On This Information, Please Indicate Whether Your Company Is A: service-disabled Veteran Owned Small Business (sdvosb) veteran Owned Small Business (vosb) 8(a) hub Zone Small Business women Owned Small Business small Disadvantaged Business (sdb) small Business Concern large Business 3. Provide A Summary Of Your Firm S Ability/ Capability To Meet The Services Described In This Notice (see Attached Pws). 4. Government Contracts For These Services In The Last 3 Years. Include: government Agency contract Number dollar Value period Of Performance government Point Of Contact Information (name, Email, Phone Number) information Regarding Your Company S Capacity And Capability To Provide Such Services Are To Be Submitted Electronically On Or Before 4:00 Pm, Wednesday, 01/29/2025 Addressed To Christa Stine, Contract Specialist Christa.stine@va.gov. performance Work Statement date december 6, 2024 client philadelphia Veterans Affairs Medical Center job Name netspot Ga68 Dotatate requested By betty Taylor, Supervisor from tarideana Breazeale, Administration Officer summary the Corporal Michael J. Crescenz Va Medical Center (cmc Vamc) Requires A Vendor Licensed By The Nuclear Regulatory Commission To Provide The Radiopharmaceutical Netspot And Calibration Sources For The Nuclear Medicine Service. This Radiopharmaceutical Is Required For Imaging Procedures. The Calibration Sources Are Required For Equipment Quality Control Testing. This Product Is A Patented Drug Kit For The Preparation Of Gallium Ga 68 Dotatate For Injection. It Is Used For Pet Imaging For Localization Of Somatostatin Receptor Positive Neuroendocrine Tumors (nets) In Adult Patients. These Items Are To Be Delivered Directly To The Nuclear Medicine Service S Secured Receiving Areas, Room 3a101b Of The Corporal Michael J. Crescenz Va Medical Center 3900 Woodland Avenue, Philadelphia, Pennsylvania 19104. project Scope this Pws Covers The Following Activities And Deliverables. The Vendor Agrees To Perform These Services With The Standard Of Care, Skill, And Diligence Normally Provided By A Professional Organization In The Performance Of Similar Services. It Is Understood That The Contractor Must Perform The Services Based, In Part, On Information Furnished By This Medical Center; However, The Vendor Is Given Notice That The Medical Center Will Be Relying On The Accuracy, Competence And Completeness Of The Contractor S Services In Utilizing The Results Of Such Services. The Nuclear Medicine Authorized Staff Of Cmc Vamc, When Needed For Next Day Delivery During Work Hours Will Place All Orders Daily. There May Be Orders Placed During Other Than Normal Working Hours, To Be Delivered Within A 45-minute Window For An Emergency. The Vendor Must Be Able To Fulfill This Requirement. All Items Delivered To The Nuclear Medicine Department As Specified Above. Cmc Vamc Will Require Credit Statements (itemized Returned Doses) And Monthly Invoices. Electronic Daily Dose Tracking Systems Should Be Available For The Medical Center S Use In Certifying And Tracking Of Patient Doses Delivered. deliverables: unit Per Dose netspot the Contractor Shall Have Available An Adequate Supply Of Contract Products To Meet The Requirements Of The Corporal Michael J. Crescenz Va Medical Center. the Contractor Shall Label All Unit Doses Of Delivered Radiopharmaceuticals, With The Amounts, Preparation Time, Expiration Time, Date, Etc., And Provide A Bar Labeled Insert To Allow Scanning Data Into The Nuclear Medicine Information Management System (nmis).if The Contractor S System Varies From Our Current (pinestar) Nmis Information System, The Contractor Shall Provide Their System As Well As Data Migration, Technical Support And Training Of Staff On Its Use At No Additional Price To The Government. all Packaging Of Radioactive Material Must Be Clearly Labeled Radioactive With The Proper Class And Exposure Levels On The Outside Of The Shipping Container. the Contractor Shall Perform All Quality Control Procedures As Required By Federal And State Regulatory Agencies. the Contractor Shall Meet All Nuclear Regulatory Commission, Department Of Transportation, Nhpp, Fda, Osha And All Other Agency Rules And Regulations (federal And State). radiopharmaceutical Returns For Credit: the Contractor Shall Be Responsible To Accept Returns For Full Credit Toward Future Orders Only Under The Following Conditions: product(s) Ordered Or Shipped In Error product(s) Damaged In Shipment concealed Shipping Damages recalled Product(s) outdated Products In Unopened, Original Container (specifically Authorized For Return By Manufacture) the Contractor Shall Invoice At Least Once Per Month Showing Period Covered, Billing Date, Name Of Preparation, Quantity, And Amount. schedule only Authorized Cmc Vamc Nuclear Medicine Service Personnel Shall Place Orders During The Normal Workday, And First Delivery Shall Be Received No Later Than 08:00 Am The Following Workday To The Cmcvamc Nuclear Medicine Department. depending On Medical Center Patient Care Requirements, The Contractor Shall Provide Routine Delivery And Pick-up As Many Times As Required By The Cmcvamc. the Delivery Order Shall Include The Following Information: contract Item(s) And Quantity, Time (s) Of Delivery, And Applicable Va Order Number. authorized Cmcvamc Personnel Via Telephone, Fax, Or E-mail Shall Only Place Orders. Contractor Agrees To Accept Unused Radiopharmaceutical And Provide Reimbursement Per Unit Dose Applicable Towards Future Orders. after Award, The Cmcvamc Will Furnish The Name(s) Of Personnel Who Are Authorized To Place Orders Against The Contract. the Contractor Will Be Furnished With A Copy Of The User S License As Per Nuclear Regulatory Commission Guidelines. same-day Delivery same-day Delivery Requires Delivery And Receipt At The Cmcvamc Nuclear Medicine Department No Later Than 2 Hours After Order Is Placed During Normal Business Hours. Nuclear Medicine Normal Business Hours Are Considered Monday Through Friday: 8:00 Am 4:30 Pm Except Federal Holidays. the Following Are Federal Holidays: new Year S Day martin Luther King, Jr. Day president S Day memorial Day juneteenth independence Day labor Day columbus Day veteran S Day thanksgiving christmas Day pricing items Will Be In Unit Dose, Daily, And On An As Needed Basis In Accordance With Patient Requirements. key Assumptions all Annual Quantities Are Estimates, Contractor Will Only Be Paid For Items And Quantities That Are Ordered And Delivered.

BARANGAY TETUAN, ZAMBOANGA CITY Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 250 K (USD 4.2 K)
Details: Description Republic Of The Philippines Barangay Tetuan Bids And Awards Committee Tetuan 24-0020 M. Nativitad, St., Zamboanga City Invitation To Bid For Supply And Delivery Of 1 Lot Various Electrical Supplies (name Of Project) 1. The City Government Of Zamboanga, Through The Annual Budget 2024 Intends To Apply The Sum Of Two Hundred Fifty Thousand Pesos (p 250,000.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of The Purchase Of One (1) Lot Various Disaster Equipment Pr No. 24-12-163 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Zamboanga Now Invites Bids For The Supply And Delivery Of The 1 Lot Various Electrical Supplies The Sol. Goods Is Required By Ten (10) Calendar Days Bidders Should Have Completed Within A Period Of Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project, With A Value Of At Least (50%) Of The Abc And To Meet Other Eligibility Requirements Stated In The Eligibility Documents. 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) 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 5183. 4. Prospective Bidders May Obtain Further Information From Barangay Hall Of Tetuan In The Office Of The Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 03-08, 2025 From The Given Address And Website/s Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P500.00the Method Of Payment Will Be Cash Payable To The Barangay City Treasurer’s Office. The Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His/her Authorized Representative. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees “machine Copy Of The Official Receipt” Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before January 09, 2025 At 10:00 Am At Office Of The Bids And Award Committee, Conference Room, M. Natividad St., Zamboanga City.late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. All Bids Must Be Accompanied By A Bid Security Which Shall Be A Bid Securing Declarationor At Least One Other Form Of The Following: Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal/commercial Bank, Irrevocable Letter Of Credit Issued By A Universal/commercial Bank Or From Other Bank Certified By The Bangko Sentral Ng Pilipinas As Authorized To Issue Such Financial Instrument, Provided However That It Shall Be Confirmed Or Authenticated By A Universal/commercial Bank If Issued By A Foreign Bank In The Amount Of P1,230.00or Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security In The Amount Of P3,075.00or Any Combination Of The Foregoing In The Amount Proportionate To Share Of Form With Respect To Total Amount Of Security. The Bid Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity. Bidders Are Required To Indicate The Brand Name And/or Name Of Manufacturer Of Goods Offered/quoted, When Appropriate. 8. Bid Opening Shall Be On January 13, 2025 At 10:00 Am At Office Of The Bids And Awards Committee, Conference Room, M. Natividad St., Zamboanga City. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. To Be Delivered In The Barangay Hall Of Tetuan. 10. The Brangay Council Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules Or Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Bidders Are Advised To Use The Bid Form At The Back Of This Itb. Failure To Do So Would Lead To Non-acceptance Of The Bid. 12. For Further Information Please Refer To: Hazel Jane L. Fox Bac Secretariat Barangay Government Of Tetuan M.natividad Street, Zamboanga City Brgytetuan@gmail.com Tel. No. (063) 993-0269 Republic Of The Philippines Barangay Tetuan Bids And Awards Committee Tetuan 24-0020 M. Natividad Street, Zamboanga City Bid Form Date: ____________________ To: Barangay Council Of Tetuan Address: M. Natividad Zamboanga City Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers Including Bid Bulletin Numbers Tetuan 24-0020 The Receipt Of Which Is Hereby Duly Acknowledge, We, The Undersigned, Offer To Supply/deliver/perform The Delivery And Supply Of The 1 Lot Various Electrical Supplies Inconformity With The Said Philippine Bidding Documents (pbds) For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax’ (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules, If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon As At Any Time Before The Expiration Of That Period. [insert This Paragraph If Foreign-assisted Project With The Development Partner: Commissions Or Gratuities, If Any, Paid, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Amount And Purpose Of Agent Currency Commission Or Gratuity (if None, State “none”)] Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of ________________________________________________________ (name Of Bidder) As Evidenced By The Attached ______________________________________________________________________. (state The Written Authority) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: _________________________________________________________________________ Legal Capacity: __________________________________________________________________ Signature: ______________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: _________________________________________ Date:__________________________ Price Schedule For Goods Name Of Bidder _____________________________________________________ Tetuan 24-0021 Page 1 Of 1 2 3 4 5 6 7 8 9 10 Item 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. 41. 43 43. 44. 45 46. 47. 48. 49. 50. 51. 52. 53. 54. 55. 56. 57. 59. 60. 61. 62. 63. 64. 65. 66. 67. 68. 69. 70. 71. 72. 73. 74. 75 76. 77. 78. 79. 80. 81. 82. 83. 84. 85. Led Striplight 220vblue – Meter Fsl Striplight Powercord Pin Big Electrical Tape Big 16m Evla Fsl Slr Sting 4w Dc 1.2v 112-c15-bl Evla Fsl Slr Sting 4w Dc 1.2v 112-c15-gr Rain Umbrella Large Rain Umbrella Medium Rain Umbrella Small Thhn 8.0mm 8/7 ( Box) G.i Wire 16 ( 1 Kl) Flatcord 16/2x1200 M Flatcord #18 Roll Black Electrical Tape Blg 16m Ksb 2p 100 Akoten Safety Breaker Contact Bond-gal G.i Wire 16 (1kl) Lpr 38 E27- 15w/b Led Par 38 15w E2 Blue Fsl Par 30a1-s13w Ld Lamp Blue Lpr 38 E27- 15w/b Led Par 38 15w E27 Green Fgl Par 30a1-g13w Ld Lamp Red Wall Brush Nylon 3 Ph Acryl On Paint Roller W/ Handle Cotton 7 Nrd – Pb1 Nordic Paint Brush 1 3.15 L Nippon Platone Hg Accent Base Colour Bond 3.5 B Sr-111 (gal) Sun And Rain Cathay Red Dv- 515 (gal) Megacryl Latex Sg Wht All Purpose Epoxy-qrt Set (6/1) Omnl E27-606 Hd Par Lamp Holder G.i Wire 16 (1 Kl) G.i Wire 16 (1 Kl) Comb. Plier 8” Flat Cord #18 Roll Black Led Bulb Daylight E27 Weather Proof Rubber Socket 2 Wire Electrical Tape Big 16m 1way Standard Size Switch C12 103 Metal Furring 0.4mm Plain Round Bar 7mm (2.1 Kg) G.i Pipe S-40 1’ Plain Round Bar 7mm (2.1 Kg) G.i Wire 16 (1 Kl) Rugby Tin Gal E27- 606 Hd Par Lamp Holder Fsl Par 30a 1 – S13w Led Lamp Red Fsl Par 30a 1 – S13w Led Lamp Blue Lpr 38 E27-15w/b Led Par 38 16w E2 Blue Fsl Par 30a 1 – S13w Led Lamp Yellow Lpr 38 E27-15w/g Led Par 38 15w E27 Green Nylon Fishing Line 0.80 Mm G.i Wire 16 (1 Kl) Flatcord 16/2 X 1200m Led Strip Light 220v Green- Meter Led Strip Light 220v Red- Meter Led Strip Light 220v Purple/pink- Meter Led Strip Light 220v Blue- Meter Fsl Strip Light Power Cord Pin Medium Gold Fsl Big End Cap G.i Wire 16 (1 Kl) Dh Nylon Cable Tie 7.6x8.0 White Dh Nylon Cable Tie 4.8x10.0 White Christmas Led Light 100 L Blue Christmas Led Light 100 L Red Christmas Led Light 100 L Green Christmas Led Light 100 L Yellow Christmas Led Light 100 L Ww Christmas Led Light 60 L Green Christmas Led Light 60 L Warm Internet Cable Cat6indoor Utp/meter Rg 45 Cat6 #so35 Mist Maker Design Humidifier Shangrila 500ml Marine Plywood 4.5 Mm(1/4) Armourwood S4s Frame 1x2x8 Common Nail “ 1 ½” Common Nail “2” Country Of Origin Quantity 10x1 1x1 1x1 12x1 5x1 5x1 10x1 10x1 10x1 1x1 9x1 300x1 3x1 12x1 2x1 2x1 5x1 2x1 3x1 5x1 6x1 2x1 2x1 2x1 1x1 1x1 1x1 1x1 1x1 15x1 5x1 10x1 10x1 3x1 3x1 410x1 24x1 350x1 12x1 6x1 30x1 20x1 10x1 10x1 5x1 2x1 40x1 5x1 5x1 13x1 2x1 15x1 1x1 2x1 300x1 30x1 30x1 30x1 30x1 8x1 8x1 8x1 5x1 5x1 5x1 20x1 20x1 10x1 10x1 20x1 10x1 10x1 40x1 4x1 1x1 1x1 ¼ 1x2x8 1 ½ 2 Unit Price Exw Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col.9) X (col 4) Purpose: For The Beautification Of Barangay Plaza Name: _________________________________________________________________________ Legal Capacity: __________________________________________________________________ Signature: ______________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ________________________________________ Date: ________________________________ Schedule Of Requirements The Delivery Schedule Expressed As Days/weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Days/weeks/months ________________________ Signature Over Printed Name Technical Specifications Brand Name Statement Of Compliance Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] __________________________ Signature Over Printed Name Schedule Of Warranty This Serves As Warranty For _______________________________________________ In The Barangay Government Of Tetuan. Item No. Description Quantity Warranty _____________________________ Bidder Signature Over Printed Name Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply / Delivery Of The 1 Lot Various Electrical Supplies B. Completed Within Ten (10) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 “subcontracting Is Not Allowed.” 12 The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) At Cgso, Tetuan, Zamboanga City For This Project . 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 P1,230.00; 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 P3, 075.00; If Bid Security Is In Surety Bond. 19.3 The Project Shall Be Awarded One Project Having Several Items That Shall Be Awarded As One Contract. 20.2 [list Here Any Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It.] 21.2 [list Here Any Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity.] Special Conditions Of Contract Gcc Clause 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] 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: [for Goods Supplied From Abroad, State:] “the Delivery Terms Applicable To The Contract Are Ddp Delivered [indicate Place Of Destination]. In Accordance With Incoterms.” [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered Barangay Hall Of Tetuan, Zamboanga City. 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 [indicate Name(s)]. 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: Select Appropriate Requirements And Delete The Rest. 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. F. [specify Additional Incidental Service Requirements, As Needed.] 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: Select Appropriate Requirements And Delete The Rest. 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 B.in The Event Of Termination Of Production Of The Spare Parts: I.advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii.following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Is 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 Three (3) Months. If Not Used Indicate A Time Period Of Three Times The Warranty Period]. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within [insert Appropriate Time Period] Months 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: Name Of The Procuring Entity 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. 2.2 [if Partial Payment Is Allowed, State] “the Terms Of Payment Shall Be As Follows: _____________.” 4 The Inspections And Tests That Will Be Conducted Are: Quality Inspection By Accounting, Coa, Cgso And End User. Republic Of The Philippines) City Of _____________________) S.s Bid Securing Declaration Invitation To Bid No.: [insert Reference Number] To: Barangay Government Of Tetuan, Bids And Awards Committee M. Natividad Street, Tetuan Zamboanga City I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And; C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ___ Day Of [month][year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Barangay Council Of Tetuan Wishes To Receive Bids For The Supply And Delivery Of The 1 Lot Various Electrical Supplies With Tetuan 24-0020 The Procurement Project (referred To Herein As “project”) Is Composed Of 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 The Annual Budget 2024 In The Amount Of Two Hundred Fifty Thousand Pesos ( 250,000.00) 2.2. Nga, The General Appropriations Act Or Special Appropriations. 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.b 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. 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: Subcontracting Is Not Allowed. 8. Pre-bid Conference No Pre-bid Conference 9. Clarification And Amendment Of Bidding Documents 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. 10. 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 Ten (10) 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. 11. 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. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. 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. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. 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 Philippine Pesos. 14. 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 One Hundred Twenty Days [120]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. 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. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On January 09, 2025 At 10:00 Am At Barangay Hall, Conference Room, M. Natividad St., Zamboanga City As Indicated In Paragraph 6 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids On January 13, 2025 At 10:00 Am At Barangay Hall, Conference Room, M. Natividad St., Zamboanga City As Specified In Paragraph 8 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. 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. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. 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. 19. 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. If The Project Allows Partial Bids Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. 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. 19.4. The Project Shall Be Awarded One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. 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. 20. Post-qualification 20.2. 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. 21. 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.

Çorum Special Provincial Administration Road and Transportation Services Directorate Tender

Civil And Construction...+2Civil Works Others, Excavation
Turkey
Closing Date9 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Çorum Special Provincial Administration Road and Transportation Services Directorate | 3x16 M Dimensions 80 Ton Capacity Floor Mounted Scale (Including Assembly)

MINISTRY OF TRANSPORTATION AND INFRASTRUCTURE IZMIR III REGIONAL DIRECTORATE Tender

Civil And Construction...+2Civil Works Others, Building Construction
Turkey
Closing Date7 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: MINISTRY OF TRANSPORTATION AND INFRASTRUCTURE IZMIR III REGIONAL DIRECTORATE | Car Rental Service Will Be Taken

Limited Liability Partnership Department For Water Production And Transportation Tender

Others
Kazakhstan
Closing Date23 Jan 2025
Tender AmountKZT 859.8 K (USD 1.6 K)
Purchaser Name: Limited Liability Partnership Department For Water Production And Transportation | Cable, Wire

Limited Liability Partnership Department For Water Production And Transportation Tender

Civil And Construction...+1Others
Kazakhstan
Closing Date23 Jan 2025
Tender AmountKZT 4.2 Million (USD 7.9 K)
Purchaser Name: Limited Liability Partnership Department For Water Production And Transportation | Customer Service Services

Limited Liability Partnership Department For Water Production And Transportation Tender

Others
Kazakhstan
Closing Date23 Jan 2025
Tender AmountKZT 1.6 Million (USD 3.1 K)
Purchaser Name: Limited Liability Partnership Department For Water Production And Transportation | Environmental Monitoring Services
6651-6660 of 6936 archived Tenders