Transportation Tenders

Transportation Tenders

U S CUSTOMS AND BORDER PROTECTION USA Tender

Others
United States
Details: Subject: Request For Quote (rfq) For Single Purpose Detection Canines For The Border Patrol Canine Academy (bpk9), El Paso, Tx quantity - 10 Canines the Department Of Homeland Security (dhs), U.s. Customs And Border Protection (cbp), Has An Anticipated Requirement For Obtaining Canines In Support Of U.s. Customs And Border Protection (cbp) Office Of Training And Development (otd). In Accordance With The Federal Acquisition Regulation (far) 12 And 13. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. The Government Will Make An Award Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Is The Most Advantageous To The Government. This Solicitation Is 100% Set Aside For Small Businesses.the North American Industry Classification System (naics) Code Is 112990 And Has A Size Standard Of $2.75m. The Solicitation Incorporates Provisions And Clauses In Effect Through The Federal Acquisition Circular (fac) 2024-05 Effective 05/22/2024. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. the Government Intends To Award A Firm-fixed- Price Purchase Order. this Is Not A Credit Card Purchase And Instructions Will Be Provided To The Awardee For Use Of System For Award Management / Ipp. attachment 1- Canine Statement Of Work.pdf refer To This Attachment For All Technical Requirements In Support Of This Effort. attachment 2- Additional Cbp Clauses refer To This Attachment For Additional Cbp Clauses That Will Be Incorporated To The Award. instructions For Quote Submission offerors Shall Complete Attachment 3- Canine Proposal Information.xlsx And Return To Cbp Via Email To David.d.williamson@cbp.dhs.gov. Quotes Shall Be Received No Later Than February 12th 2025, 10:0am Est, To David.d.williamson@cbp.dhs.gov. No Phone Inquiries Will Be Accepted, Any Questions Or Comments Must Be Submitted In Writing To The Contract Specialist No Later Than February 5th 2025@ 10:00am Est To The Email Provided In This Announcement. The Government Reserves The Right To Post Publicly All Questions And Answers. evaluation Of Quotes basis For Award: Cbp Intends To Make A Single Award From This Rfq. An Award Shall Be Made To The Best Value Quote Utilizing A Tradeoff Method Between Price And Non-price Factors, Determining The Quote Most Beneficial To The Government. Please Read Each Section Below Carefully For The Submittals And Information Required As Part Of The Evaluation. Failure To Provide The Requested Information Below Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process. quotes Need To Be Submitted Via Email In The Following Format: subject Line Of Email Shall Read: Vendor Name, Pr Number (ex. Doug’s Dogs - Pr 20141111) And Accompanied With Completed Attachment 3- Canine Proposal Information.xlsx failure To Provide The Requested Information As Stated Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process. quotes Shall Be Evaluated Under Far Part 13.106-2(b) -- Evaluation Of Quotations Or Offers. The Contracting Officer May Issue A Purchase Order To Other Than The Lowest Priced Quoter. The Government May Award A Purchase Order Resulting From This Solicitation To The Responsible Quoter Whose Quote Conforming To The Solicitation Will Be Most Advantageous To The Government With Price And Other Non-price Factors Considered. quotes Will Be Evaluated In The Following A Phased Approach, With Phase I Being Pass/fail, Phase Ii Being Trade-off, And Phase Iii Being A Pass/fail Technical Evaluation Of Canines Brought To Cbp For Physical Inspection Against The Requirements Established In Attachment 1. phase I this Phase Will Be Pass/fail. Quotes Will Be Evaluated Based On The Following Factors: factor 1: Breed Conformance- Offerors Quoting Breeds Other Than Those Specified In The Statement Of Work Will Fail This Factor And Be Removed From Further Consideration For Award. Offerors Quoting Breeds That Matches Those Identified In The Statement Of Work Will Pass. factor 2: Availability Date- Offerors Quoting An Availability Date Longer Than 60 Days From Estimated Notice To Proceed Date (see Bottom Of This Announcement For Date) Will Fail This Factor And Be Removed From Further Consideration For Award. Offerors Quoting An Availability Date 60 Days Or Sooner From Estimated Notice To Proceed Date Will Pass This Evaluation Factor. any Offeror Who Fails Either Of The Factors In Phase I Will Be Removed From Consideration For Award And Will Not Be Evaluated As Part Of Phase Ii. phase Ii upon Removal Of Offerors That Fail Either Of The Phase I Factors, This Phase Will Rank Offerors Based On A Trade-off The Following Non-price And Price Factors, Listed In The Order Of Importance: factor 3: Open Order/active Notice To Proceed- Higher Preference Will Go To Those Offerors Who Have No Open Cbp Canine Orders Where Delivery Is Not Yet Fully Complete Or Open Notices To Proceed (i.e., Offeror Obligated To Provide Canines Under Existing Order Or Recently Authorized To Provide Canines For Medical, Physical & Behavioral Evaluation Within The Last 60 Days). Lower Preference Will Go To Those Offerors Who Have Open Cbp Orders Or Notices To Proceed. factor 4: Past Performance- After Consideration Of Factor 3, Higher Preference Will Go To Those Offerors Who Have Successful Past Performance Providing Canines To Cbp. Offerors Who Have Failed To Deliver Sufficient Number Of Acceptable Canines Under Previously Cbp Issued Orders Or Notices To Proceed Dating Back To Previous Three (3) Years Will Be Given Lower Priority. Offerors Who Have Succeeded In Delivering Acceptable Quantities And Quality Of Canines Under Previous Cbp Orders Will Be Given Higher Priority. factor 5: Price- After Consideration Of Factor 3 & 4, The Government Will Consider Price. For Offerors Of Similar Rankings In Terms Of Factors 3 & 4, Price Will Become More Of A Consideration In Determining The Offeror Issued A Notice To Proceed For Phase Iii Evaluation. phase Iii factor 6: Canine Evaluation- Upon Completion Of Evaluation Of Phase Ii, The Top-ranked Offeror Will Be Issued A Notice To Proceed (ntp). The Ntp Will Require The Offeror To Deliver The Required Number Of Quoted Canines To The Location Identified At The Bottom Of This Announcement For Medical, Physical & Behavioral Evaluation As Identified In Section 3 Of Attachment 1- Statement Of Work. The Contractor Is Responsible For All Transportation Arrangements For Shipment And Retrieval And Costs Associated With Those Shipment And Retrieval Of The Canine(s). award Decision if At Least One (1) Of The Delivered Canines Are Determined Acceptable Per The Requirements Established In Section 3 Of Attachment 1- Statement Of Work, The Offeror Will Pass Factor 6 And Cbp Will Proceed To Issue A Purchase Order For The Full Quantity Of Required Canines Established In The Rfq To The Offeror Issued The Ntp At The Total Price Quoted In Attachment 3. All Other Offerors Evaluated In Phase Ii Will Be Notified Of An Unsuccessful Quote. Any Canine(s) That Fail To Pass The Requirements Or Medical, Physical & Behavioral Evaluation Performed By Cbp Will Not Be Accepted, And The Contractor Shall Bear All Expenses Associated With The Return Of The Canine To The Contractor’s Site Within 7-days After Receiving Notification. Cbp Will Not Be Responsible For The Disposition Of Canines That Have Not Passed All Phases Of Selection. The Vendor Is Responsible To Remove The Canines From Cbp Location Within 7 Days Of Notification To Do So. Replacement Canines May Be Presented Per Attachment 1- Statement Of Work, Section 2(b). should No Canines Presented By The Offeror Issued The Ntp Pass The Requirements Or Medical, Physical & Behavioral Evaluation Performed By Cbp, The Offeror Will Fail This Phase, The Quote Will Be Determined Unacceptable, And The Presented Canine(s) Will Be Returned To The Offeror, Who Shall Bear All Expenses Associated With The Return Of The Canine(s) To The Contractor’s Site Within 7-days After Receiving Notification. Cbp Then Intends To Issue A Ntp To The Next Ranked Offeror From Phase Ii, And The Process Repeats Until A Quote Passes Factor 6. This Process Will Continue Until No Phase Ii Offerors Remain. If No Phase Ii Offeror Passes Factor 6, Cbp Intends To Cancel The Rfq. delivery Location: us Customs And Border Protection 11617 Iron Soldiers Way el Paso, Tx 79906 estimated Notice To Proceed Issuance Date: february 19th 2025
Closing Date12 Feb 2025
Tender AmountRefer Documents 

Public Service Delivery Tender

Food Products
Canada
Details: Manitoba Reference Number: Mb-mbpb-03y-00027 Issuing Department: Procurement And Supply Chain Date Issued: 27/12/2024 Issued By: Darren Derksen Telephone: 204 794-3395 The Government Of Manitoba (manitoba) Is Requesting Bid Submissions For The Supply And Deliver Of Mini Granola Bar Former. Solicitation Contact For The Purposes Of This Procurement Process, The Solicitation Contact Will Be: Contact Name: Darren Derksen Contact Email: Bids@gov.mb.ca For Inquiries, Email Subject Line Shall Be The Solicitation Number As Provided In The First Page Of This Document. Vendors And Their Representatives Are Not Permitted To Contact Any Employees, Officers, Agents, Elected Or Appointed Officials, Or Other Representatives Of Manitoba, Other Than The Solicitation Contact, Concerning Matters Regarding This Solicitation. Failure To Adhere To This Rule May Result In The Disqualification Of The Vendor And The Rejection Of The Vendor#s Submission. F.o.b. Destination, Freight Prepaid To: Manitoba Agriculture Food Development Center Attn: Robyn Young 810 Phillips St Portage, Mb R1n 4a4 Bidder Must Indicate If You Are Able To Meet The Requested Delivery Date Of March 31, 2025 Yes ____ Or No ____ If No, Then Indicated A Realistic Delivery As Follows: Delivery In ___ Working Days Or ___weeks From Receipt Of The Order. This Procurement Is Subject To Canadian Free Trade Agreement. Submission Terms And Conditions: The Bid Must Be Signed By A Representative Of The Bidder With The Authority To Bind The Bidder. The Name And Title Of The Representative Signing The Bid Should Also Be Printed Below Their Signature. Vendor's E-mail Address: (if Available) ____________________ Quantity Clarification: Quantity Listed Contains 2 Or 3 Decimals. _________________________________________________________________________ Item Qty Description Delivery No. Date ======================================================== Item 10 31/03/2025 1.00 Each Gsin: N6600material: 99181030 Industrial Laboratory Equipment As Described Below: Mini Granola Bar Former Must Meet The Requirement As Outlined In Attached Manitoba Specification 182-065-6 Please Note That Manitoba Specification Document 182-065-6 Must Be Fully Completed And Accompany Bid Submission ======================================================== Note: If Any Of The Above Items/features Are Accessories They Are To Be Included And Installed Prior To Delivery. It Is The Suppliers Responsibility To Test All Systems To Ensure They Are Functioning Properly Prior To Delivery. This Rfq Is Subject To The Manitoba General Terms And Conditions: Https://www.gov.mb.ca/central/psc/pubs/form/mb_terms_conditions.pdf. The Purchase Order To Be Issued To The Top Ranked Vendor(s) Is Subject To The Manitoba Purchase Order Terms And Conditions: Https://www.gov.mb. Ca/central/psc/pubs/form/manitoba_po_terms_conditions.pdf Quotation Evaluation: Generally The Lowest Overall Price Of An Acceptable Item Or Lump Sum In Accordance With The Terms & Conditions Of The Rfq Will Be Awarded The Order. Quotations Will Be Evaluated Seperately, Based On Suitability Of Product Offered Compared To The End Users Needs, Description/specifications Of The Product Offered, Delivery, Price, Quality Of The Bidder's Performance In Past Awards And Any Other Terms & Conditions Indicated On This Rfq Failure To Provide Adequate Information To Evaluate The Item Offered May Be Cause For Rejection Of Your Quote By Manitoba. Product Offered: The Product Offered Must Meet The Requirements And Expectations For It's Intended Use If It Is Your Intention To Offer An Item, Which Does Not Meet All The Specs/description As Outlined, Then You Must Indicate All Intended Deviations Or Changes On The Return Quote. Quality / Acceptability: Any Product Supplied Must Be New, Unused, First Quality. Demo Units Will Not Be Accepted. All Goods Delivered Are Subject To Inspection Prior To Delivery Acceptance. Signing Of Any Delivery Slip Should Not Be Construed As Acceptance Of The Product Delivered. Manitoba Reserves The Right To Reject Any Product, After Final Inspection That Does Not Meet The Specification Or Product Description Requested. Manitoba Reserves The Right To Reject Any Product Supplied Which, Upon Inspection Or Use, Is Deemed By The Using Department To Be Unacceptable For Their Intended Use. Products To Be Supplied As Specified On The Contract/purchase Order. Any Substitutes Shipped Without Prior Written Approval Will Be Rejected At Time Of Delivery Or Held At Shipper's Risk Pending Return Instructions Products Rejected By The Using Department Will Be Returned To The Vendor For Full Credit Or Replacement Product At No Cost To Manitoba Or The Contract May Be Cancelled. (unit Prices Include All Necessary Charges E.g. Freight, Insurance, Handling Etc.) If Any Charges Are Not Included Please Explain In Detail Any/all Charges That Will Be Extra To The Unit Prices Quoted And That Will Be Charged On The Invoice. Inspection: Final Inspection And Acceptance Or Rejection Of The Goods Will Be Made Promptly As Practicable, But Failure To Inspect And Accept Or Reject Goods Promptly Does Not Mean That The Manitoba Government Has Accepted These Goods. The Government Of Manitoba Reserves The Right To Inspect The Goods For Up To 90 Days After The Date Of Delivery. Partial Acceptance Of Rejection Of An Order Does Not Release The Bidder From Its Responsibility To Complete The Order. Authorized Vendor: Manitoba Reserves The Right, Prior To Any Contract Award, To Secure Evidence To Manitoba's Satisfaction That Any Bidder Is The Manufacturer Or An Authorized Distributor, Dealer Or Retailer Of The Goods Offered And Is Authorized To Sell These Goods In Manitoba, Canada And Upon Request Will Provide Manitoba With Written Evidence Thereof. Warranty: Manufacturer's Warranty: State Warranty Of Units Offered (as Applicable To Manitoba's Use) (manitoba's Use Would Usually Be Considered Commercial Application Not Consumer) Product _________ Months Or _______ Years Labour _________ Months Or _______ Years Please Note: During The Period Of The Warranty Offered, All Labour, Transportation, Parts, Surcharges Including Shipping And Brokerage Will Be Included. The Province Of Manitoba Will Not Pay Additional Charges While The Item(s) Offered Are Under The Above Stated Warranty. If The Warranty Offered Is The Vendor's Warranty In Combination With Or In Place Of The Manufacturer's Warranty Then A Complete Explanation Must Be Provided. Warranty Service/location: Potential Costs Associated With The Location Of Warranty Service Might Be Used In The Evaluation Of This Quote Is Warranty Service Provided On Site At Our Premises? Yes___ Or No____ If No<(>,<)> Indicate The Location The Unit Must Be Sent To For Manufacturer's Certified And/or Approved Warranty Service, Closest To The Point Of Delivery, For This Tender<(>,<)> Company Name_______________________ Location (city & Province)______________ Do You Have A Toll Free Phone Number For Warranty Service? Yes______ Or No______ If Yes, Please Provide:________________________ Non-warranty For Parts And Service: Please Provide Details As Follows For The Unit(s) Offered (for Occasional Non-warranty Service And Parts Purchases) Current Labour Rate For In-shop Service $_________ Per Hour Parts And Accessories Charged At: ________ % Discount From ____________________ Prices (indicate Retail, Wholesale Etc.) After Warranty Service: Is After Warranty Service Provider The Same As Above? Yes ___ Or No_____ If No Please Advise Company Name_______________________ Location (city & Province)______________ Payment Terms: Manitoba's Standard Payment Term Is Net Thirty (30) Days. If Vendor Has A Different Standard Invoice Term, Specify Below. _____________________________ Canadian Funds: Manitoba Prefers To Receive Quotations In Canadian Funds. If The Pricing Offered Is Quoted In A Currency Other Than Canadian Then The Currency Is To Be Clearly Identified On The Quote Document. Accounts Receivable Address: Due To Our Computerized Accounts Payable System Please Advise If Your Invoice Address (accounts Receivable) Is The Same As The Address For Orders / Quotes Shown Above Yes ____ Or No ______ If No Provide Complete Details I.e. Box #, Street Address, City<(>,<)> Province, Postal Code, Etc. _________________ Manitoba's Retail Sales Tax License: Are You Licensed By Manitoba Finance To Collect And Remit Manitoba's Retail Sales Tax Yes_____ Or No_____ If No Disregard The Following Paragraph. Manitoba's Retail Sales Tax: Is The Product(s) Offered Subject To Manitoba's Retail Sales Tax Yes____ Or No _____ If The Quote Consists Of Both Taxable (t) And Non-taxable ( Nt) Items Please Indicate T Or Nt Opposite Each Item Offered. Your Quotation Reference # (if Applicable) ________ Proposed Delivery Address: F.o.b. Destination, Freight Prepaid To: Manitoba Agriculture Food Development Center Attn: Robyn Young 810 Phillips St Portage, Mb R1n 4a4 Tenders To Be Returned To: Merx Electronic Bid Submission Www.merx.com
Closing Date17 Jan 2025
Tender AmountRefer Documents 

Government Of Newfoundland And Labrador Gnl Transportation & Infrastructure Tender

Civil And Construction...+1Bridge Construction
Canada
Purchaser Name: Government Of Newfoundland And Labrador Gnl Transportation & Infrastructure | Rfq - Twinning Of Segments Of The Trans-canada Highway
Closing Date30 Jan 2025
Tender AmountRefer Documents 

Government Of Newfoundland And Labrador Gnl Transportation & Infrastructure Tender

Civil And Construction...+1Civil Works Others
Canada
Purchaser Name: Government Of Newfoundland And Labrador Gnl Transportation & Infrastructure | Storm Damage Repairs At Various Locations On The Bonavista Peninsula
Closing Date13 Jan 2025
Tender AmountRefer Documents 

POLATLI IMAR FUEL TRANSPORTATION AND TRADE CO. LTD. Tender

Civil And Construction...+1Others
Turkey
Purchaser Name: POLATLI IMAR FUEL TRANSPORTATION AND TRADE CO. LTD. | Polatlı İmar Yağlı Nakliyat Ltd. Tic Şti. Procurement of Workplace Physician Services for the Purpose of Providing Occupational Health and Safety Services for Personnel Working in All Units.
Closing Date13 Jan 2025
Tender AmountRefer Documents 

Government Of Newfoundland And Labrador Gnl Transportation & Infrastructure Tender

Environmental Service
Corrigendum : Closing Date Modified
Canada
Purchaser Name: Government Of Newfoundland And Labrador Gnl Transportation & Infrastructure | Environmental Site Assessment, Former Grace Hospital Site, St. John's, Nl
Closing Date16 Jan 2025
Tender AmountRefer Documents 

TCDD Transportation A.S. ANKARA TECHNICAL SERVICES SERVICE MUD. Tender

Civil And Construction...+1Civil Works Others
Turkey
Purchaser Name: TCDD Transportation A.S. ANKARA TECHNICAL SERVICES SERVICE MUD. | Personnel Accommodation Service Will Be Received
Closing Date3 Jan 2025
Tender AmountRefer Documents 

TCDD Transportation A.S. ANKARA TECHNICAL SERVICES SERVICE MUD. Tender

Civil And Construction...+1Others
Turkey
Purchaser Name: TCDD Transportation A.S. ANKARA TECHNICAL SERVICES SERVICE MUD. | Sand Supply System Installation Will Be Done
Closing Date20 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Chemical Products
United States
Description: Contact Information|4|n744.2|crl|717-605-1332|naryan.smith.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C And Section E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| inspection And Acceptance Of Supplies|26|x|||||||||||||||||||||||||| stop-work Order (aug 1989)|1|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| transportation Of Supplies By Sea (oct 2024)|2||| option For Increased Quantity (mar 1989)|1|| option For Increased Quantity--separately Priced Line Item (mar 1989)|1|| limitation Of Liability--high-value Items ($100k)(feb 1997)|1|| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| annual Representations And Certifications (may 2024)|13|334511|850|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|do|| 1. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods Suchas Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 4. If Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility. 5. Any Contract Awarded As A Result Of This Solicitation Will Be Do Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order. 6. If Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page Under Contract Opportunities On Sam.gov Website. After Requesting Access, Send An Email To The Poc Listed On The Solicitation. 7. The Government Retains The Option To Order An Additional Quantity Up To 100% Of This Order For 180 Days Aro At The Same Price. The Government May Choose To Exercise This Option Or Not. 8. Government- Inspection And Acceptance (g-s I&a) Is Required. If The G-s I&a Will Occur At A Different Cage From The Admin Award Cage, Please Provide The Procurement Facility Cage And/or Packaging Cage With The Quote. 9. Please Provide The Following Information In The Procurement Quote: Your Cage (used As The Awardee Cage):___________________ The Unit Procurement Price: $____________________________________ the Procurement Cage _____________ And Packaging Cage___________ (as Described In #2). procurement Acquisition Time, Delivered In _____ Days. note To Distributors/dealers: if You Are A Distributor, Your Quotation Must Be Accompanied With A Letter From The Actual Manufacturer Indicating That You Are An "authorized" Distributor. if You Are A Dealer, Your Quotation Must Be Accompanied With A Statement Clearly Identifying Your Firm As A Dealer Along With The Oem's Name/cage Code And P/n That You Intend On Providing. please Note The Following When Generating Your Quote: We Are Requesting That The Quote's Validity Extend For 8 Months From The Submitted Proposal Date. 10. Since There Is Only One Business Concern Capable Of Procurement On This Nsn, The Small Business Set-aside Requirement Has Been Dissolved. 11. Please Submit A Procurement Quote To Naryan Smith Via Email: Naryan.smith.civ@us.navy.milthis Is The Only Submission Method Authorized. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Cover,protective,to . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. drawing Data=2048297 |10001| H|fn |d|0001 | H|49998|0212701 document Ref Data=mil-std-129 | | |p |041029|a| |03| document Ref Data=iso9001 | | | |010417|a| | | document Ref Data=mil-std-973 | | | |950113|a| |03| 3. Requirements 3.1 Cage Code/reference Number Items - The Cover,protective,to Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;10001 2048297; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-129; . 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted, the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority. Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below. The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788. Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001. 4.2.1 ;suppliers Currently Using And Maintaining Inspection System Requirements To mil-i-45208 Are Granted Permission To Utilize This If Desired.; 4.3 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During the Performance Of The Contract And For A Period Of Four Years After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
Closing Date3 Feb 2025
Tender AmountRefer Documents 

Civil Service Commission Tender

Automobiles and Auto Parts
Philippines
Details: Description Provision Of Manpower Services (driver & Janitorial) For Csc Regional Office For Cy 2025 (lot 1) Location / Area: Csc Regional Office, No. 7 Oñate Street, Mandurriao, Iloilo City Terms Of Reference: Provision Of Manpower Services (driver & Janitor) Covering January 1, 2025 To December 31, 2025. The Agency Shall Provide One (1) Driver And (2) Janitors Reporting For Work Daily As Maybe Directed By The Entity Except Saturdays, Sundays And Holidays, Or As Needed With Approved Request For Overtime. Provided, However, That The Work Schedules Of The Assigned Personnel Will Be With The Entity Conformity Of Knowledge. Provided Further, That The Agency Obligates Itself To Increase Or Decrease The Number Of Assigned Personnel Upon Request Of The Entity. 1. General Conditions/technical Specifications: A.1 Driving Services 1. Ensure That Office Vehicles Are Road Worthy Using The Checklist Of Blow Bagets. Likewise Ensure That These Are Kept Clean Before, During, And After Use. 2. Perform On A Daily Basis, Basic Vehicle Cleaning Such As, But Not Limited To, Washing Of Windshields, Simple Body And Tire Cleaning, Wiping Of Dashboards, Ensuring That Interiors Are Free Of Food And Litter, Cleaning Of Seats And The Like. 3. Monitor And Ensure That Vehicle Preventive Maintenance Schedule Is Implemented As Scheduled And The Vehicles Are Kept Roadworthy At All Times. 4. Immediately Report To The Msd Chief Through The Designated Property Officer, In Cases Where The Vehicles Would Need Urgent Repairs For Issues Other Than The Scheduled Maintenance. 5. Perform Messengerial Services As May Be Required Such As But Not Limited To Delivery Of Mails To Courier Service Centers, Perform Simple Liaison Services To Agencies And Other Entities. 6. Vouchers And Its Supporting Documents, Complete And Correct, Should Be Endorsed To The Cashier Upon Return To The Office. Delivery Receipts And/or Receiving Copy Of Documents Should Be Returned To The Requesting Party Asap. 7. As Far As Practicable, Ensure That Vehicle Fuel Is Replenished At The End Of The Trip For The Day. 8. Prepare The Fuel Request Form And Secure Approval From The Msd Chief Through The Designated Property Officer, And Attach The Fuel Receipt To The Fuel Request Form, For Filing. 9. Prepare The Necessary Documents And Other Requirements Needed For The Processing Of Payment For Fuel Every 15th Day Of The Month Except December, The Due Of Which Is The Last Working Day Of The Year. 10. Submit The Properly Accomplished Trip Tickets To The Msd At The End Of Each Trip With Details Such As Date Of Trip, Destination, Purpose Of Trip, Time Of Departure And Arrival, Names Of Passengers, Etc. 11. Surrender The Vehicle Keys To The Guard-on-duty Before Logging Out Of The Office. A.2 Vehicle Maintenance 1. Vehicles Shall Undergo Preventive Maintenance In Accordance With The Approved Vehicle Maintenance Schedule Per Office Vehicle Or As Often As May Be Necessary. Total Distance Travelled Shall Be Monitored For Purposes Of Maintenance Reference. 2. Visual Checking Of Vehicles Should Be Done Regularly. This Includes Checking Of Engine For Leaks, Condition Of Engine Belts And Liquids, Ensure That Vehicle Is Free From Dents And Scratches, Tire Condition, Etc. 3. Renewal Of Vehicle Registration Should Be Done At Least One (1) Week Prior To Its Expiration. A.3 Use Of Office Vehicles 1. The Use Of Office Vehicles Shall Always Be Covered By A Duly Accomplished And Signed Trip Ticket, Indicating The Following: I. Date, Time, Destination, And Other Required Information; Ii. Initials Of The Msd Chief Or Designated Property Officer Affixed Below The Printed Name Of The Authorized Official Iii. Signature Of The Regional Director, Asst. Regional Director Or In Their Absence, The Officer-in-charge. 2. Requests To Avail Of Transportation Services Shall Be Submitted To The Msd At Least 3 Days Before The Scheduled Trip, Using The Prescribed Request For Utility Vehicle (ruv) Form, With A Copy Of The Approved Office Order Of The Requesting Party. 3. Approval Of The Request For The Use Of A Utility Vehicle Shall Be On A First-come-first-served Basis, Subject To Availability Of Drivers And Vehicles. 4. Vehicles May Be Used To Perform Messengerial And Support To Liaison Services. 5. In No Case Shall An Office Vehicle Be Used Without Proper Authorization From The Management Through The Msd. B. Janitorial Services 1. Washing Of Inside Windows And Doors, Frames And Screen; 2. Cleaning And Polishing Of Office Furniture And Fixtures And Counter Excluding Items Or Equipment That Require Specialized Maintenance, Furniture Such As Davenport And Chairs Showing Signs Of Spill Due To Any Caused Shall Be Washed And Cleaned; 3. Washing, Scrubbing And Polishing Of Floors; 4. Application Of Special Sanitizing And Waxing Solution To Hallways, Lobbies And Offices; 5. Dusting And/or Damp Wiping Of Glass Tops, Glass Door, Counters And Furniture; 6. Dusting Of Inside Windows, Window Ledges, Air-vents, Stair Railing And Other Horizontal And Vertical Surfaces; 7. Cleaning Of Glass Walls And Glass Partitions; 8. Cleaning Of Trash Receptacles; 9. Assist In Transferring Of Tables, Chairs, Cabinets And Counter, Etc. Upon Instruction By Authorized Officer Of The Office; 10. Daily Collection Of Garbage And Waste Materials To Be Disposed Of; 11. Frequent Spraying Of Air Fresheners In Work Areas And Other Designated Places; 12. Washing And Cleaning Of All Windows And Glasses Either By Hands Or With The Use Of Class Wiper; 13. Cleaning Of All Light Diffusers; 14. Thorough General Cleaning Of All Areas. 15. Other Services Within The Building Which May Be Assigned By The Management From Time To Time Within The Scope Of Janitorial Services. 2. Miscellaneous Services A. To Provide Extra Manpower Or Extension Of Authorized Tour Of Duty On Christmas And Other Special Occasions And In Case Of Emergencies Or Natural Calamities Necessitating Relief Operations, A Team Of Trained Personnel Within The Authorized Work Force Shall Be Provided To Undertake Such Job Receipt Of Five (5) Days Advanced Notice; B. Provide Minor Carpentry, Electrical And Plumbing Services; C. Clerical/messengerial Services. 3. Obligations Of The Agency A. Equipment And Uniform The Agency Shall Provide Complete Uniform With Proper Identification Card To Its Employees Assigned To The Entity And Shall Also Provide Standard Carpentry Small Tools Needed For Maintenance Services Such As But Not Limited To The Following: Hammer, Saw And Tape Ruler. B. Responsibilities It Is The Responsibility Of The Agency To Provide The Entity Of The Following: 1. Qualified Employees To Perform The Assigned Tasks: 2. Reliever In Case The Assigned Employee (s) Is Absent; 3. Ensure That All Employee Assigned In The Area Shall Follow House Rules And Regulations; 4. Discipline, Supervise And Control All Employees By Following Entity’s Rules And Regulations; 5. Replacement Of Any Employee (s) Assigned At The Office; 6. Conduct Inspection; 7. Monthly Meeting Of Agency With Their Personnel And Regular Check-up/supervision In Site Of The Assigned At The Office; 8. Regular Debriefing Of Personnel Assigned At The Office; 9. Duly Signed Monthly Accomplishment Report To Be Attached To Disbursement Voucher. C. Quality Assurance And Control The Agency Shall Conduct Regular Onsite Inspection And Evaluation Of The Services Performed By The Assigned Employees To The Entity To Ensure And Keep The Quality Of Work With Highest Standard Requirement. D. Human Resource Development The Agency Shall Provide Free Semi-annual Skills Development Seminar To Its Employees Assigned To The Entity To Enhance And Improve Their In-house Driving And Cleaning Skills, Maintenance Of Equipment And Use Of New Cleaning Materials And Supplies (supplied By Entity). Also, The Agency Shall Require All Their Employees Assigned To The Entity To Wear The Proper Uniform To Appear Neat And Clean In Their Work Place. Wearing Of Id Should Always Be Observed At All Times For Proper Identification And Security Purposes. 4. Timeline/schedule Of Delivery The Selected Agency Will Ensure And Deliver The Manpower Services Of One (1) Driver And Two (2) Janitors Who Meet The Qualifications As Stated In The Items Of The General Conditions. The Personnel Shall Render An Eight (8) Hour Service A Day, Five (5) Days A Week, Including Holidays To The Csc Regional Office. The Agency Shall Ensure That A Reliever Be Deployed Immediately In Case Of Changes Or Modifications To The Duty Of Its Assigned Personnel. 5. Duration Of Contract The Contract Shall Commence From The Date Of Signing Until December 31, 2025 Or Until The Execution Of A New Contract Pursuant To Government Procurement Policy Board (gppb) Resolution No. 23-2007 Dated September 28, 2007 “approving And Adopting The Revised Guidelines On The Extension Of Contracts For General Support Services”, Subject To The Agreement Of Both Parties. 6. Terms Of Payment For And In Consideration Of The Services Rendered By The Selected Agency, Cscro Vi Shall Pay The Contract Amount On A Monthly Basis. 7. Other Conditions Mode Of Payment To The Winning Security Agency Shall Be Made Via Issuance Of Mds/commercial Checks.
Closing Date2 Jan 2025
Tender AmountPHP 636 K (USD 10.9 K)
7351-7360 of 7679 archived Tenders