Transportation Tenders
Transportation Tenders
Municipality Of Hinabangan, Samar Tender
Furnitures and Fixtures
Philippines
Details: Description Republic Of The Philippines Municipality Of Hinabangan Hinabangan, Samar Request For Quotations The Municipality Of Hinabangan, Through Its Bids And Awards Committee (bac), As Duly Authorized To Conduct Small Value Procurement For “supply, Delivery And Installation Of Furnitures And Fixtures For Hr & Kalahi Office” In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184, Hereby Invites All Interested Suppliers/bidders To Offer Their Lowest Government Price. Name Of Activity: “supply, Delivery And Installation Of Furnitures And Fixtures For Hr & Kalahi Office” Total Approved Budget For The Contract (abc): P84,500.00 Location: Hinabangan, Samar Specifications: See Attached Annex “a” Deadline Of Submission: On Or Before 17 February 2025, 9:00 A.m. Delivery Period: Seven (7) Calendar Days Interested Bidders/suppliers Are Required To Submit Their Duly Accomplished Price Quotation Forms (annex A) On Or Before The Deadline Of Submission Of Bids At The Bac Conference Room, Municipal Hall, Hinabangan, Samar. Bidders/suppliers Must Submit The Sealed Quotations In The Address Given Above Bearing The Name & Address Of The Supplier, Indicating The Price Quotation And Send To Engr. Menandro A. Gacelos, Enp, Bac Chairman, Lgu-hinabangan, Hinabangan, Samar. Bidders/suppliers Shall Be Required To Submit The Following Documentary Requirements Together With Their Quotation. 1) Valid And Current Mayor’s / Business Permit 2025; 2) Philgeps Registration Number; 3) Tax Clearance 4) Dti/sec 5) For Abcs Above P50,000.00 – Omnibus Sworn Statement (oss) Bidder/supplier’s Oss Shall Be Valid For Six (6) Months 6) For Abcs P50,000.00 And Below – – Authorization Letter/special Power Of Authority, In Case The Owner Is Not The Signatory Of Price Quotation Form And Notice Of Award. B) For Corporation/partnership/joint Venture – Secretary’s Certificate Authorizing Signatory. Award Of Contract Shall Be Made To The Lowest Calculated Bidder Which Complies With The Minimum Technical Specifications (annex A) And General Terms And Conditions (annex B). Note: The Lgu - Hinabangan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Inquiries You May Reach Us At 0966-913-8130 Reina Mae B. Patiga Head, Bac Secretariat Annex A Price Quotation Form Engr. Menandro A. Gacelos, Enp. Chairperson, Bids And Awards Committee Municipality Of Hinabangan Hinabangan, Samar Dear Sir: After Having Carefully Read And Accepted The Terms And Conditions Of This Rfq And Followed The Instructions To Bidders Specified In Annex B, Hereunder Is Our Quotation/s For The Item/s As Follows: Item No. Qty Unit Item Description Unit Price Total Price 1 1 Lot Office Table With Drawers Specifications: Measurements: Height: 30 Inches Width: 25 Inches Length: 50 Inches 5 Drawer Office Table With Topglass Materials: Hardwood 2 1 Lot Cabinet With Sliding Glass Doors Specifications: Measurements: Height: 8 Feet Width: 7 Feet Length:18 Inches 5 Layers With 2 Divisions Cabinet Materials: Hardwood And Glass Name Of Proprietor/ Authorized Representative Signature Date Annex B General Terms And Conditions: 1. Bid Validity. Bids Should Be Valid For Sixty (60) Calendar Days Counted From The Deadline Of Submission Of Bids; 2. Price Escalation. All Bid Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation. 3. Alternative Bids. Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. 4. Taxes. The Total Price Quoted Is Subject To Withholding Tax And Payable Check. 5. Delivery Period. Seven (7) Calendar Days 6. Incidental Charges And Services. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods Shall Be Included In The Price Quoted Per Item By The Bidder. An Additional Or Separate Delivery Charge In The Bid Shall Be Treated As Non-responsive And Shall Be Rejected. 7. Term Of Payment. Payment Shall Be Charged Account, Unless Specified. Cash On Delivery (cod) Shall Not Be Allowed, Unless Accepted During Bid Evaluation. 8. Retention Money. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To At Least One Percent (1%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) But Not To Exceed Five (5%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expendable Supplies, After Consumption Thereof; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met; (gppb Resolution No. 30-2017 Dated 30 May 2017) 9. Liquidated Damages. No Payment Shall Be Made Until Full Delivery Of Item/s Is/are Completed. Delay In The Delivery Shall Be Subject To Liquidated Damages By Way Of Penalty @ 1/10 Of 1% Of Each Day Of Delay. 10. Alteration Of Technical Specifications And Terms And Conditions. Altering And/or Amending The Technical Specifications And Terms And Condition(s) May Be Considered Non-responsive / Non-compliant. Instructions To Bidders: 1. Completely Fill Out The Price Quotation Form (annex A), Technical Specification/brand (if Applicable), Unit / Total Price And Supplier/bidder’s Information. Do Not Forget To Sign The Price Quotation Form. 2. Download This Form From The Philgeps Website Before The Closing Date For Inclusion In The Philgeps Document Request List (drl).
Closing Date17 Feb 2025
Tender AmountPHP 84.5 K (USD 1.4 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Details: The Nevada National Guard Intends To Issue An Invitation For Bids To Award A Single Firm Fixed-price Contract For Services, Non-personal, To Provide All Plant, Labor, Transportation, Materials, Tools, Equipment, Appliances And Supervision Necessary For The Construction Of An Outdoor Modified Qualification Training Range. The Qtr Will Be Programmed To Train And Test Soldiers On The Skills Necessary To Detect, Identify, Engage, And Defeat Stationary Infantry Targets In A Tactical Array, Using The M16/m4, M9 Pistol, M249 Squad Automatic Weapon, M60, And M240b. The Qtr Will Combine The Capabilities Of The 10/25m Zeroing Range, Automated Record Fire Range, Combat Pistol Qualification Course, And The Multipurpose Machine Gun Range Into A Multi-use Training Facility. This Qtr Improvement Project Will Support Units From The Nevada Army National Guard At Hawthorne Army Depot, Nevada 89415. The New Complex Will Be Constructed On Federal Land. Qtr Components: Site Access Gate, Flagpole, Range Operations Control Area With Support Buildings, Four Multipurpose Machine Gun (mpmg) And Automated Record Fire (arf) Fighting Positions, 12 Arf Fighting Positions, 222 Stationary Infantry Target (sit) Emplacements, 16 Barricades, 36 Target Boots, Four Range Limit Markers, 38 Range Lane Markers. Supporting Facilities Include Electric Service, Site Improvements, And Information Systems. Facilities Were Designed To A Minimum Life Of 40 Years In Accordance With Dod's Unified Facilities Criteria (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance. Air Conditioning (estimated 6 Tons). In Addition To The Base Work Described Above, The Solicitation Will Include The Following Option Line Items: 1. Secondary Access Roads (250m, 400m, 500m, 600m, 700m). Construct Primary Access Road And Associated Drainage For 250m, As Well As For 300m, 400m, 500m, And 700m Of Secondary Access Roads; 2. (bleachers. Provide And Install Two Sets Of 16-foot-long By 10-row-high Aluminum Bleacher Sections Under The Bleacher Enclosure And Anchor To The Concrete Pad; 3. Covered Mess Tables. Install Fixed Tables With Perforated Tops, Where Indicated Under The Covered Mess Structure; 4. Downrange Conduit. Cpqc – Pvc 40 Conduits With Xhhw-2 Cables, Conduits, Handholes, And Manholes. Downrange – Pvc 40 Conduits With Xhhw-2 Cables, Conduits, Handholes, And Manholes; 5. Hose Bibbs. Provide And Install Two Hose Bibbs On Site, One At The Latrines And One At The Covered Mess.
the Contract Duration Will Be 400 Calendar Days After Notice To Proceed To Include Inspection And Punch List. This Project Is Set Aside 100% For Small Businesses. The North American Industry Classification System (naics) Code Is 236220, With A Small Business Size Standard Of $45,000,000. The Magnitude Of Construction Is Between $10,000,000 And $25,000,000.
the Tentative Date For Issuing The Solicitation Is On-or-about 21 January 2025. The Tentative Date For The Pre-bid Conference/site Visit Is On-or-about 6 February 2025, 10:00 Am Local Time, Location To Be Provided In The Solicitation. Interested Contractors Are Encouraged To Attend And Shall Follow Conference Registration And Base Access Requirements Shown In The Solicitation. A Site Visit Will Follow The Pre-bid Conference. All Questions For The Pre-bid Conference Must Be Submitted By 3 February 2025 Via Email To Alex.norris@us.af.mil And Keith.trimble.1@us.af.mil.
the Bid Opening Date Is Tentatively Planned For On-or-about 28 February 2025. Actual Dates And Times Will Be Identified In The Solicitation. Interested Offerors Must Be Registered In The System For Award Management (sam). To Register Go To Www.sam.gov. Instructions For Registering Are On The Web Page (there Is No Fee For Registration).
the Solicitation And Associated Information Will Be Available Only From The Contract Opportunities Page At Sam.gov.
your Attention Is Directed To Far Clause 52.219-14(e)(3) (deviation 2021-o0008), Limitations On Subcontracting, Which States “by Submission Of An Offer And Execution Of A Contract, The Offeror/contractor Agrees In Performance Of The Contract For General Construction, It Will Not Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor’s 85 Percent Subcontract Amount That Cannot Be Exceeded”.
in Accordance With Far 36.211(b), The Following Information Is Provided:
the National Guard Has No Agency-specific Policies Or Procedures Applicable To Definitization Of Equitable Adjustments For Change Orders Under Construction Contracts Other Than Those Described At Far 43.204, Dfars 243.204 And Afars 5143.204.
data For The Prior 3 Fiscal Years Regarding The Time Required To Definitize Equitable Adjustments For Change Orders Under Construction Contracts For The National Guard Is Currently Not Available, But Will Be Compiled And Provided In Future Announcements.
disclaimer: The Official Plans And Specifications Are Located On The Official Government Webpage And The Government Is Not Liable For Information Furnished By Any Other Source. Amendments, If/when Issued Will Be Posted To Contract Opportunities For Electronic Downloading. This Will Normally Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offeror’s Responsibility To Check The Website Periodically For Any Amendments To The Solicitation. Websites Are Occasionally Inaccessible For Various Reasons. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror’s Inability To Access The Documents Posted On The Referenced Web Pages. The Government Will Not Issue Paper Copies.
Closing Date3 Jan 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Details: Date:16 January 2025
title:benchtop Light Source - Updated
request For Quote (rfq) / Solicitation Number: Fa860125q0005
amendment # 0001
quotes Due: 28 January 2025 At 0900 Am Est
contact Point(s):jenna Sizemore, Contract Specialist Email: Jenna.sizemore.1@us.af.mil
contact Point(s):amanda Hoyng, Contracting Officer Email: Amanda.hoyng@us.af.mil
description:this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In The Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information, Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And An Additional Written Solicitation Will Not Be Issued. The Solicitation Is Conducted As A Commercial Procurement Using Simplified Acquisition Procedures (far Part 13). This Notice Is Expected To Result In Award Of A Firm Fixed Price (ffp) Contract For A Commercial Commodity To The Responsible Offeror Who Submits A Quotation That:
(1) Conforms To The Requirements Of This Synopsis/solicitation;
(2) Complies With The Minimum Requirements Stated In The Statement Of Work (sow) As Evidenced By Providing A Complete Description Of The Equipment Provided; And
(3) That Submits The Quotation With The Lowest Price Technically Acceptable, Provided That The Price Is Determined To Be Fair And Reasonable.
the Government Reserves The Right To Award Without Discussions Or Make No Award At All Depending Upon: 1) The Quality Of Quotations Received, And 2) Whether Proposed Prices Are Determined To Be Fair And Reasonable.
this Requirement Is A 100%small Business Set-asideundernaics334516with A Small Business Size Standard Of 1000 Employees.
2. Requirement:the Scope Of This Project Is To Provide Materials And Install Radiometrically Accurate Tunable Light Source Solution That Extends From The Visible At 1000 Nm To The Swir At 1700 Nm. The System Can Be A Single System Or Multiple Systems To Meet The Minimum Requirements In Accordance With (iaw) The Statement Of Work (sow) Attached Dated 16 Jan 2025.
offerors Shall Submit A Detailed Response To The Solicitation Explaining The Products Being Proposed And How The Offeror Is Able To Fulfill All Requirements Of The Solicitation.
period Of Performance:the Period Of Performance (pop) Is Within 8 Weeks After Receipt Of Award.
request For Information (rfis):the Government Will Accept Questions Concerning Solicitation Numberfa860125q0005until 21january 2025 At 0900 Am Est. Email Your Questions On A .pdf, .doc, .docx, .xls Or .xlsx Document To Jenna.sizemore.1@us.af.milandamanda.hoyng@us.af.mil. Any Questions Received After This Date And Time May Not Be Considered.
quotes Due Date:quotes Must Be Submitted Electronically To The Contract Specialist Via E-mail Atjenna.sizemore.1@us.af.miland Contracting Officer Atamanda.hoyng@us.af.mil. Quotes Must Conform To The Requirements Of This Solicitation And Be Received No Later Than 28 Jan 2025 At 0900 Am Est. It Is The Responsibility Of The Offeror To Ensure That The Quote And Its Attachments Are Received. Any Correspondence Sent Via E-mail Must Contain The Subject Line “fa8601-25-q-0005,“benchtop Light Source - Updated”the Entire Quotation Must Be Contained In A Single E-mail That Does Not Exceed 5 Megabytes Including Attachments, If Any. E-mails With Compressed Files Are Not Permitted. Note That E-mail Filters At Wright-patterson Air Force Base Are Designed To Filter E-mails Without Subject Lines Or With Suspicious Subject Lines Or Contents (i.e., .exe Or .zip Files). Therefore, If The Specified Subject Line Is Not Included, The E-mail May Not Get Through The E-mail Filters. Also Be Advised That .zip Or .exe Files Are Not Allowable Attachments And May Be Deleted By The Email Filters At Wright-patterson. If Sending Attachments With Email, Ensure Only .pdf, .doc, .docx, .xls Or .xlsx Documents Are Sent. The Email Filter May Delete Any Other Form Of Attachments. If A Dodsafe Drop Off Is Needed, Please Notify The Contract Specialist Or Contracting Officer At Least 48 Hours Before Quotes Are Due. Any Quotes Received After Designated Closing Date And Time Need Not Be Considered. Quotes Must Include Aggregate Total Of Base Plus All Option Year Clins, If Requested (iaw Far 52.217-5 Evaluation Of Options). All Quotes Shall Conform To The Contract Line Item Number (clin) Structure Of Attached Solicitation.
notice To Vendor(s):the Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date.
period Of Acceptance Of Quotes:offeror Agrees To Hold Prices In Its Quote Firm For 60 Calendar Days From The Date Specified For Receipt Of Offers.
sam Registration:firms Submitting A Quote For The Solicitation Described Herein, Must Be Registered In The System For Award Management (sam) Database, Or Risk The Quote As Being Non-responsive, Regardless Of The Package Being Considered Complete, Timely Or Any Other Salient Consideration. Information To Register On Sam Can Be Found At The Web Site, Sam.gov.
provisions And Clauses:see Solicitation Attachment For Applicable Provisions And Clauses. Offerors Shall Compete And Include In Quotations All Representations And Certifications, As Well As All Fill-in Provisions And Clauses, Contained Within This Solicitation. Additionally, Quotations That Contain Pricing Only With No Description/detail Of The Equipment That Will Be Provided Will Not Be Accepted Or Considered For Award.
list Of Attachments:
solicitation - Fa860125q0005 0002
sow_light Source_16 Jan 2025
please Review & Provide All Information Below:
shipping/transportation Will Be Fob:destination
pricing Quoted (gsa, Open Market, Etc.): ____________________________
payment Terms: ________________________ Delivery Date: ________________________
company Name (as Registered In Sam): ___________________________________________
uei: _____________________________ Cage: ____________________________________
poc: _________________________________ Telephone: _____________________________
e-mail: ________________________________
warranty Information: _________________________________________________________
Closing Date28 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Details: The U.s. Army Contracting Command - Aberdeen Proving Ground On Behalf Of The Office Of The Assistant Secretary Of The Army (oaa) Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support The Requirement Eeo Court Reporting Support Services.
the Requirement Is For A Non-personal Service Contract To Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Perform, Manage And Execute The Headquarters Department Of The Army, Eeo Court Reporting Support Services, Within The National Capitol Region (ncr) Including The Pentagon And/or The White House; And Coordination With Locations Outside Ncr. The Government Shall Not Exercise Any Supervision Or Control Over The Contract Service Providers Performing The Services Herein. Such Contract Service Providers Shall Be Accountable Solely To The Contractor Who, In Turn Is Responsible To The Government. This Requirement Is Limited To The Small Business Set-aside. Contractors Must State Their Size Status And Ensure They Will Confirm To Far 52.219-14 Limitations On Subcontracting. By Submission Of An Offer And Execution Of A Contract, The Contractor Agrees That In Performance Of A Contract Assigned A North American Industry Classification System (naics) Code For 561492. That The Government Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor’s 50 Percent Subcontract Amount That Cannot Be Exceeded. If A Different Naics Code Is More Suitable For This Requirement, Please Provide The Suggested Naics.
the Proposed Award Will Be A Blanket Purchase Agreement Consisting Of A 12-month Base Period Twelve And Four (4) Twelve (12) Month Option Periods.
it Is Anticipated That A Final Solicitation Will Be Posted Within The Next Month For Award By Mid-may 2025.
procurement History:
vendor: Tdb Communications, Inc.
current Contract: W91crb20f0270
award Amount: $205,414.00.
this Is Not A Request For Proposal Or Bids: This Sources Sought Is For Informational Purposes Only. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government For Any Purpose. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Notice Is Strictly Voluntary. Not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation, If One Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government Wide Point Of Entry (gpe). It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Information Pertaining To This Requirement.
interested Parties Are Requested To Submit A Capabilities Statement Of No More Than Five (5) Pages In Length In Times New Roman Font Of Not Less Than 10 Pitch. The Deadline For Response To This Request Is No Later Than 6 February 2025 At 12:00 Pm Est. All Responses To This Sources Sought Shall Be E-mailed To Ronald.h.turing.civ@army.mil.
required Capabilities:
demonstrate Your Company’s Experience Providing Court Reporting Services For Same Or Similar Requirement Within The Past Three (3) Years As A Prime Contractor?
does Your Company Have Available Resources To Meet Multiple Court Reporting Requests On The Same Day?
describe Your Company’s Ability To Handle Last Minute Requests For Court Reporting Services (i.e. 24-hour Notice, Etc)
can Or Has Your Company Managed A Task Of This Nature? If So, Please Provide Details.
can Or Has Your Company Managed A Team Of Subcontractors Before? If So, Provide Details.
what Specific Technical Skills Does Your Company Possess Which Ensure Capability To Perform The Tasks?
please Note That Under A Small-business Set-aside, In Accordance With Far 52.219-4, The Small Business Prime Must Perform At Least 50% Of The Work Themselves In Terms Of The Cost Of Performance. Provide An Explanation Of Your Company’s Ability To Perform At Least 50% Of The Tasking Described In Performance Work Statement (pws) For The Base Period As Well As The Option Periods.
provide A Statement Including Current Small/large Business Status And Company Profile To Include Number Of Employees, Annual Revenue History, Office Locations, Duns Number, Etc.
respondents To This Notice Also Must Indicate Whether They Qualify As A Small, Small Disadvantaged, Women-owned, Hubzone, Or Service-disabled Veteran-owned Small Business Concern.
does This Pws Provide Sufficient Information For You To Bid? If Not, What Additional Information Is Required?
are There Any Ambiguities That Need Clarification? If So, Please Identify Them Clearly.
are The Standards Of Performance Clear?
is The Vendor Aware Of Any Other Contract Vehicles Such As The General Services Administration (gsa) Schedules Or Government-wide Acquisition Contracts (gwacs) That Could Satisfy This Requirement?
the Contractor Shall Possess Or Be Eligible To Receive And Maintain A Confidential Clearance. The Contractor’s Employees, Performing Work In Support Of This Contract Action Shall Have Been Granted A Confidential Security Clearance. Respondents Shall Indicate That They Can Meet This Requirement.
upon Evaluation Of The Capability Statements, If It Is Determined That This Requirement Will Be An Unrestricted Competition, The Government Intends To Evaluate The Small-business Responses And Conduct Further Market Research To Identify A Subcontracting Goal.
your Response To This Sources Sought Shall Be Submitted Electronically In Either Microsoft Word Or Portable Document Format (pdf), To Contract Specialist, Ronald H. Turing Via Email Ronald.h.turing.civ@army.mil. Responses Received To This Sources Sought Notice Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government.
no Phone Calls Will Be Accepted.
all Questions Must Be Submitted To The Contract Specialist Identified Above. The Government Is Not Committed Nor Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise As A Result Of A Response To This Sources Sought.
Closing Date6 Feb 2025
Tender AmountRefer Documents
Public Service Delivery Tender
Others
Canada
Description: Manitoba Reference Number: Mb-mbpb-10s-00026 Issuing Department: Procurement And Supply Chain Date Issued: 20/12/2024 Issued By: Gom Psc Telephone: 204 945-6361 This Request For Quotation (solicitation) Is An Invitation By The Government Of Manitoba (manitoba), As Represented By The Minister Of Public Service Delivery, To Prospective Vendors To Submit Bid Submissions For The Supply And Delivery Of Quonset For The Department Of Natural Resources And Indigenous Futures. For The Purposes Of This Procurement Process, The Solicitation Contact Will Be: Subject Title: Rfq# 30109 - Supply & Delivery Of Quonset Contact Email: Bids@gov.mb.ca Contact Name: Marc Go 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. Inquiry Submission Deadline: January 7, 2025 _________________________________________________________________________ Item Qty Description Delivery No. Date ======================================================== Item 10 21/03/2025 1.00 Each Gsin: N5600material: 77414 Structure, Building, Construction And Manufacturing Components And Supplies, As Described Below: Fabricated Enclosed Quonset Must Meet The Following Requirements: -,,30'x70'x21' Engineered, Governor Quonset Structure With Garage Door At One End And Enclosed At The Opposite End -,,engineered Truss Frame Built With High Strength, Galvanized, Allied 50/55 Steel That Is Rust And Corrosion-resistant -,,specialty Polyethylene Cover/fabric Material That Is Abrasion, Flex, And Uv Resistant; Heavyweight Woven Fabric No Less Than 0.59mm Thick, And A Grab Strength Of No Less Than 370 Pounds; White And Green In Colour -,,14'x14' Accutrack Raising Door (same Poly Fabric As Cover) -,,36" Man Door -,,4 Of End-mounted 3'x3' Louvered Vents (2 Each End) -,,43 Of 2.5'x2.5'x5' Steel Strapped Engineered Concrete Blocks (ground Anchors Will Not Work For This Location) -,,must Be Structurally Engineered And Plans Must Be Included; Engineered Fee Included -,,delivery At Whiteshell Fish Hatchery, West Hawk Lake. Notes: - Bids Must Be All-inclusive Of All Supplies, Materials, Delivery Charges - The Whiteshell Fish Hatchery Is Located On The Edge Of The Canadian Shield. The Site In Which The Quonset Is To Be Erected May Contain Rock Below Ground. Because Of This, Auger Piles May Not Be An Option For Anchoring The Quonset. ======================================================== Mandatory Submission Requirement: The Bid Must Be Signed By A Representative Of The Vendor With The Authority To Bind The Vendor. The Name And Title Of The Representative Signing The Bid Should Also Be Printed Below Their Signature. Vendor's E-mail Address: _______________________________________ Your Quotation Reference # (if Applicable) _____________________ Evaluation And Award : A. Pricing The Submitted Pricing Of Each Qualified Bid Submission Will Be Evaluated In Accordance With The Price Evaluation Method Which Is Generally The Lowest Overall Price Or Stipulated Lump Sum. In The Event That A Vendor's Pricing Appears To Be Abnormally Low In Relation To The Deliverables, Manitoba May Require The Vendor To Provide A Detailed Explanation Of The Pricing Information To Account For The Low Level Of Price And Confirm That All Requirements In Respect Of The Deliverables Have Been Taken Into Account. If The Vendor Is Unable To Satisfactorily Account For The Abnormally Low Pricing, Manitoba May Reject The Submission. Manitoba May Also Reject Any Submission That Contains Unbalanced Pricing. Pricing May Be Considered Unbalanced Where Nominal Or Significantly Understated Prices Are Proposed For Some Elements Of The Deliverables And Inflated Prices Are Proposed For Other Elements Of The Deliverables. Unbalanced Pricing Includes, But Is Not Limited To, #front-loaded# Pricing Which Contains Inflated Pricing For Deliverables To Be Provided Or Completed At The Beginning Of The Contract, Offset By Understated Pricing For Deliverables To Be Provided Or Completed Later In The Contract. B. Selection Compliant Vendors Will Be Ranked Based On The Price Evaluation. Subject To The Process Rules Contained In The Terms And Conditions Of The Solicitation Process, The Top-ranked Vendor Will Be Invited To Enter Into The Contract In Accordance With The Terms And Condition Of This Solicitation. In The Event Of A Tie, The Selected Vendor Will Be Determined By Way Of Coin Toss. The Selected Vendor Will Be Notified In Writing And Will Be Expected To Satisfy Any Applicable Conditions Of This Solicitation, Including The Pre-conditions Of Award Listed Below, And Enter Into The Contract Within The Timeframe Specified In The Selection Notice. Failure To Do So May Result In The Disqualification Of The Vendor And The Selection Of Another Vendor Or The Cancellation Of The Solicitation. C. Pre-conditions Of Award The Following Documents Will Be Required From The Top-ranked Vendor(s) As A Condition Of Award: Signed Bid Submission. Terms And Conditions: A. Solicitation Process: Manitoba General Terms And Conditions Are Incorporated By Reference Into This Solicitation And Shall Apply To The Solicitation. The Manitoba General Terms And Conditions Are Available And Can Be Accessed At The Following Link: Https://www.gov.mb.ca/central/psc/pubs/form/mb_terms_conditions.pdf B. Contract Award Process: The Purchase Order (po) To Be Issued To The Top-ranked Vendor(s) Is Subject To The Manitoba Purchase Order Terms And Conditions To Be Accessed At The Following Link: Https://www.gov.mb.ca/central/psc/pubs/form/manitoba_po_terms_condi Tions.pdf Deliverables: A. Product Offered: The Product Offered Must Meet The Specified Requirements And Expectations For Its Intended Use. If It Is The Vendor's Intention To Offer An Item Which Does Not Meet All The Specification Or Description As Outlined, Then Vendor Must Indicate All Intended Deviations Or Changes On The Return Quote. B. Delivery: F.o.b. Destination, Freight Prepaid To: Natural Resources And Indigenous Futures Whiteshell Fish Hatchery - West Hawk Lake Mb-312, Whiteshell, Mb R0e 2h0 Is Vendor Able To Meet The Requested Delivery Date Of March 21, 2025 Or Earlier? Yes____ Or No ____ If No, Indicate A Realistic Delivery As Follows: Delivery In ___ Working Days Or ___weeks From Receipt Of The Purchase Order. C. Quality: Any Product Supplied Must Be New, Unused, First Quality, And As Specified On The Contract/purchase Order. Demo Units Will Not Be Accepted. Any Substitutes Shipped Without Prior Written Approval Will Be Rejected At Time Of Delivery Or Held At Shipper's Risk Pending Return Instructions. D. Inspection And Acceptance: 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 Rejected By The Using Department Will Be Returned To The Vendor For Full Credit Or Replacement At No Cost To Manitoba Or The Contract May Be Cancelled. 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 Or Rejection Of An Order Does Not Release The Vendor From Its Responsibility To Complete The Order. E. Warranty: 1. Manufacturer's Warranty: State Warranty Of Units Offered (as Applicable To Manitoba's Use - Would Usually Be Considered Commercial Application Not Consumer). Product _________ Months Or _______ Years Labour _________ Months Or _______ Years Note: During The Period Of The Warranty Offered, All Labour, Transportation, Parts, Surcharges Including Shipping And Brokerage Will Be Included. 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, An Explanation Must Be Provided. 2. 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, Specify:______________________________________________ 3. After Warranty Service: Is After Warranty Service Provider The Same As Above? Yes____ Or No ____ If No, Indicate The Warranty Service Provider Below. Company Name _______________________________________________ Location (city & Province) _________________________________ 4. Non-warranty For Parts And Service: Provide Details As Follows For The Item(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 Msrp, Wholesale, Etc.) F. Contract Term: The Term Of The Contract Will Be In Effect Upon Receipt Of The Purchase Order Until The Completion Of The Deliverables. G. Payment Terms: Manitoba's Standard Payment Term Is Net Thirty (30) Days. If Vendor Has A Different Standard Invoice Payment Term, Specify: ____________________________________________________________ H. 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, Indicate T Or Nt Opposite Each Item Offered. I. Accounts Receivable Address: For Manitoba's Accounts Payable System Requirement, Is The Vendor's Invoice Address The Same As The Address For Both Orders/quotes And Account Receivable? Yes____ Or No ____ If No, Provide Complete Account Receivable Details, I.e. Box #, Building #, Street, City, Province, Postal Code, Etc. _______________________________________________________________ Proposed Delivery Address: Natural Resources And Indigenous Futures Whiteshell Fish Hatchery - West Hawk Lake Mb-312, Whiteshell, Mb R0e 2h0 Tenders To Be Returned To: Www.merx.com Submissions Must Be Submitted Electronically Through Merx. It Is The Electronic Tendering System Used By Manitoba (the E-procurement System).
Closing Date15 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Security and Emergency Services
United States
Details: Electronic Security Systems (ess) Maintenance
the Purpose Of This Sources Sought Is To Gain Knowledge Of The Potential Interested Businesses For This Requirement. This Notice Is For Planning Purposes Only. All Interested Parties Should Respond. Performance For This Requirement Is At Fort Cavazos, Texas. The Planned Naics Code Is 561621 (security Systems Services (except Locksmiths)) With A Standard Size Of $25 Million.
we Encourage All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price.
this Is A Sources Sought Notice Only. The Government Will Not Enter Into An Agreement Based On Responses To This Notice. The Government Is Trying To Determine If There Are Adequate Sources For This Requirement. If You Are Interested In This Requirement, Please Reply To This Sources Sought Notice And Include Answers To The Questions Below By The Closing Date Of This Notice. Please Submit Via E-mail To The Points Of Contact Listed In This Notice. Reference The Sources Sought Notice Number In Your Response.
description Of The Requirement:
this Is A Follow-on Requirement For Electronic Security Systems (ess) Maintenance And Repair Services On The Fort Cavazos, Tx Installation. The Contractor Shall Provide All Necessary Personnel, Management, Equipment, Supplies, Transportation, Tools, Materials, Supervision, To Perform Maintenance, Repairs, Replace To Repair, Adjustments, Installations, Surveying, System Designs, Removal, And Replacement Services During Facility Renovations, Projects, System Administration, And Cyber Security Information Assurance (ia) For Each Electronic Security System (ess) Under This Contract At Fort Cavazos, Texas. It’s Projected There Will Be Approximately 743 Ids Zones And Approximately 76 Portals. Work Performed Under This Contract Will Be Throughout The Fort Cavazos Main Cantonment, West Fort Cavazos, North Fort Cavazos, And In Fort Cavazos Housing Areas Where Icids Is Fielded.
the Contractor Shall Have Experience With A Contract Approximately Equal In Size, Type And Complexity To The Fort Cavazos Systems And Shall Possess A Working Knowledge Of All Security Systems Covered Under This Contract.
fort Cavazos Integrated Commercial Intrusion Detection System (icids) Has Undergone A System Upgrade To The Department Of The Army Approved Icids-v. With The Icids-v System Newly Installed The Objectives Are To Sustain A 100% Operational Status Of Each Zone With Reoccurring Preventive And Routine Maintenance And Testing Schedules Pursuant To Army Regulations. The Contractor Shall Provide Timely Troubleshooting And Repairs During Normal Business Hours And Outside Normal Business Hours. Deliver Customer Service For Newly Identified Areas Requiring Ids Installation For The Protection Of Military And/or Civilian Assets Within The Confines Of Fort Cavazos, Texas. The Contractor Shall Administer And Maintain Each Ess, And Each Component, Sensor, Connection, System Wiring, Control Unit, Transmission Media, Network Cable, Fiber, Fiber Jumpers, Coaxial, Media Converters, Data Encryption Systems, Uninterruptable Power Supplies (ups), Unclassified Network Switches, Servers, Computers, And Conduit At Fort Cavazos, That Are An Integral Part Of The Installation’s Security Posture.
the Contractor Selected For This Service Contract Must Be A Current Daq Icids Certified Var (value Added Reseller) For Sales, Installation, Configuration, And Maintenance-related Services. The Contractor Must Maintain An Active Var Status Throughout The Life Of This Contract And Provide Proof Of Var Status Prior To Award Of The Contract. Any Individual Performing Privileged Or Administrator Functions On The Systems Be Actively Certified In Accordance With Dod 8570.01 At The Iat (information Assurance Technical) Level 2. The Contractor Shall Provide Personnel Possessing The Skills, Knowledge, And Training To Perform The Services Required By This Contract. All Personnel Required To Maintain The Icids-v System Should Complete The Icids-v Installation Training Courses, Consisting Of Operator, System Administrator, And Maintainer Training. Additionally, Maintenance Personnel Should Have Specific Experience In Computer Networking, Electronic Component Troubleshooting, Fiber Optic And Telephone Communications, Access Control And Physical Security Devices. The Contractor Personnel Shall Also Possess The Skills, Knowledge, And Training To Satisfactorily Perform Services On Each Additional Security System Provided In The Attached Performance Work Statement (pws).
information Sought By The Government:
company Information:
company Name
address
point Of Contact
telephone Number
e-mail Address
business Size (small Or Other Than Small Business) And Socio-economic Status For The Listed Naics Code.
if Your Company Is Currently Registered In System For Award Management (sam).
information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination.
identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any.
identify Any Condition Or Action That May Be Having The Effect Of Unnecessarily Restricting Competition With Respect To This Acquisition. Please Contact The Micc Advocate For Competition, Scott Kukes, At Scott.d.kukes.civ@mail.mil Or 210-466-3015, If You Believe That This Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, This Announcement, And The Micc Poc Information From The Sam.gov Notice. Provide The Specific Aspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion.
this Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The Government Is Not Seeking Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Notice. The Government Will Not Pay For Any Costs Incurred In Response To This Notice. Not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation. If A Solicitation Is Released, It Will Be Posted On Sam.gov. It Is The Responsibility Of Potential Offerors To Monitor Sam.gov For Additional Information Pertaining To This Requirement.
Closing Date21 Jan 2025
Tender AmountRefer Documents
Dolores National High School Tender
Machinery and Tools
Philippines
Details: Description Page 1 Of 3 Department Of Education Region Viii, Division Of Eastern Samar Dolores National High School Barangay 9, Reynaldo Street Dolores, Eastern Samar January 23, 2025 Business Name Philgeps Reg. No. Adress Contact No. Tin Non-vat Vat Request For Quotation Rfq# 2025-01-007 Supply And Delivery Of Brass Cutter Sir/ma’am: The Dolores National High School, Through Its Bids And Awards Committee, Requests Your Price Quotation For The Items Specified Herein ,taking Into Consideration The Following Terms And Conditions 1. Quotation Submission Deadline: January 27, 2025 2. Quotation Opening Date & Time: January 27, 2025 - 9:00 Am 3. Place Of Delivery/installation: Dolores National High School 4. Delivery Period/duration: Upon Receipt Of The Notice To Proceed 5. Price Validity Period: 30 Calendar Days 6. Approved Budget For The Contract (abc): P38,500.00 (thirty Eight Thousand Five Hundred.) 7. Evaluation Of Bids: Bids Will Be Evaluated On A Per- Lot Basis. 8. Submission Requirements: Suppliers/contractors Must Submit A Copy Of Their Updated Mayor’s/business Permit And Provide Their Philgeps Registration Number Or A Copy Of Their Philgeps Certificate Along With The Duly Completed Request For Quotation (rfq) In A Sealed Long Brown Envelope, Either Manually/on-site Or Through Courier. The Following Documents Must Also Be Submitted Prior To The Award: • (1) Income/business Tax Return (for Abcs Above ₱500,000) • (2) Omnibus Sworn Statement (for Abcs Above ₱50,000) 9. Accuracy Of Information: Suppliers/bidders Must Provide Accurate Information Required In This Form, Supported By The Following Documents. 10. Tie- Breaking Procedure: In Cases Where Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lcrb, Dnhs Will Employ The Draw Lots Method As Per Gppb Circular 06- 2005 To Break The Tie And Determine The Winning Bidder. 11. Validity Of Interlineations: Any Interlineations, Erasures, Or Overwriting Must Be Signed Or Initialed By The Supplier Or Their Duly Authorized Representative(s) To Be Valid. 12. Price Quotation: Quotations Must Be Denominated In Philippine Pesos And Inclusive Of All Applicable Taxes For Materials And Supplies. 13. Budget Compliance: Quotations Exceeding The Approved Budget For The Contract Will Be Automatically Rejected. 14. Award Of Purchase Order/contract: The Purchase Order/contract Shall Be Awarded To The Lowest Quotation That Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 15. Inspection And Payment: Delivered Items Are Subject To Inspection, And Payment Processing Will Commence Only After Acceptance By The Dnhs Property And Supply Unit. 16. Payment Terms: Payment Shall Be Made Through Land Bank’s Lddap-ada (list Of Due And Demandable Accounts Payable-advice To Debit Account) Or Bank Transfer Facility. Account Details Must Be Provided. 17. Delivery Costs: The Supplier Shall Bear All Delivery Costs, Including Transportation Expenses, And Assume All Risk Until The Goods Are Delivered To Dolores National High School. 18. Payment Conditions: Payment Shall Be Made After Delivery And Upon Submission Of The Required Supporting Documents (e.g., Order Slip And/or Billing Statement). Terms Of Payment Are Within 28 To 60 Calendar Days From The Date Of Acceptance. 19. Liquidated Damages: Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Contract Shall Be Rescinded Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, Without Prejudice To Other Available Remedies. __________________________ In Case Of Recently Expired Mayor’s/business Permit, It Shall Be Accepted Together With Its Official Receipt As Proof That The Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit, Provided That The Renewed Permit Shall Be Submitted After Award Of Contract But Before Payment In Accordance With Item 6.2 Of Government Procurement Policy Board (gppb) Resolution No. 09-2020. Page 2 Of 3 Product Specifications: Model: Umk435t U2st Engine: 35cc, 4-stroke, Ohc, Single Cylinder Power Output: 1.0 Kw (1.4 Ps) @ 7,000 Rpm Torque: 1.6 N-m (0.16 Kgf-m, 1.2 Lbf-ft) @ 5,500 Rpm Blade Cutter Type: 2-teeth Blade Cutter, 305 Mm Diameter Maximum Engine Speed: 5,250 Rpm Fuel Consumption: 360 G/kwh Fuel Tank Capacity: 0.65 Liters Dimensions: 1,928 X 637 X 444 Mm Weight: 7.49 Kg Starting System: Recoil Starter Ignition System: 27° B.t.d.c (fixed) Oil Capacity: 0.1 Liters Air Cleaner Type: Semi-dry Type Authentication Requirements: 1. Serial Number Verification: The Bidder Must Provide The Serial Number Of The Brush Cutter For Verification Purposes. The Serial Number Should Be Clearly Visible And Correspond With The Official Records Of The Manufacturer. 2. Official Documentation: Include User Manual, Warranty Card, And Certificate Of Authenticity. 3. Warranty: Must Come With A Valid Warranty. Page 3 Of 3 After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Unit Brass Cutter 2 ___________________________ Signature Over Printed Name ___________________________ Position/designation ___________________________ Office Contact Number ___________________________ Email Address/es.
Closing Date27 Jan 2025
Tender AmountPHP 38.5 K (USD 656)
DEPT OF THE AIR FORCE USA Tender
Others
United States
Details: ****revised To Add Attachment 3 - Wing Boat Specs***
****clarification: The Rental Time Frame Is 11 Days Iaw Performance Work Statement***
this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In The Federal Acquisition Regulation (far) Subpart 12.6, Following Far 13 Simplified Acquisition Procedures, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
1. The Solicitation Number Is F3g5ba4330al02. This Solicitation Is Issued As A Request For Proposal (rfp). A Firm Fixed Price Type Contract Will Be Awarded.
2. The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-01 November 12, 2024
3. This Combined Synopsis/solicitation Is Being Issued As A Total Small Business Set-aside, And The Associated Naics Code Is 483112: Deep Sea Passenger Transportation, And A Small Business Size Standard Of 1500 Employees.
4. Below Is The Contract Line-item Number (clin) Breakdown:
clin 0001 – 2 Charted Vessels With Crew, Food, And Services. Iaw Attachment 1 - Pws – Chartered Vessels.
5. Description Of Services: The Contractor Shall Provide 2 Vessels. Vessels Will Have Appropriately Licensed Crews For 11 Days Of Operation, Loitering For 5-days Approximately 270nm-315nm Off The Coast Of San Diego. Vessels Crew Will Control Vessel Operations And Oversee Logistics For Wing-boat Hoisting. Crew Members Will Not Require Any Special Security Clearances. Vessels Must Have Birthing For 20 Members Acting In A Training Capacity. Must Be Equipped With An A-frame Hoisting System Capable Of Loading/offloading 2x Wing-boats With Personnel. Must Have Commercial Internet Available. The Vessels Shall Arrive At The Designated Points Prior To Scenario 1 And Maintain Station Throughout Scenario Executions. Vessels Shall (safety Permitting), Respond To Requests From The Special Warfare White Cell Leads On Board To Alter Course Or Speed Within The Vessel's Capabilities During The Operating Window To Aid Any Real-world Events Stemming From Possible Exercise Mishaps Within Reasonable Travel Distance.
please See “attachment 1 – Pws – Chartered Vessels” For More Information.
6. Period Of Performance: 07 February 2025 – 21 February 2025
7. Place Of Performance: San Diego, Ca Iaw Pws
8. Inspection And Acceptance: Fob Destination
far 52.212-1 Instructions To Offerors—commercial Products And Commercial Services (sep 2023)
requirements. All Quotes Shall Include The Following Minimum Information: Product Specifications, Cage Code, Sam Unique Entity Id, Taxpayer I.d. No., Payment Terms, Discount Terms, Offerors Reps And Certs, Point Of Contact, Phone, Fax, Email And Proposed Delivery Schedule. Iaw Far 52.204-7 And Dfars 252.207-7004 Alt A, Prospective Vendors Must Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Lack Of Sam Registration Shall Be A Determining Factor For Contract Award. Prospective Vendors Should Visit The Sam Website At Http://www.sam.gov.com To Register. To Ensure Your Quote Along With Any And All Attachments Are Received, Attachment(s) Must Be Less Than 10 Mb [in Total]. It Is The Responsibility Of The Offeror To Contact The Government To Confirm Receipt Of The Quote Prior To The Offer Due Date And Time.
(1) Far 52.212-1, Paragraph (b)(8), Is Changed To Read:
(8) Offerors Must Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer.
(2) Far 52.212-1, Paragraph (c), Is Changed To Read:
(c) Period For Acceptance Of Offers. The Offeror Agrees To Hold Prices In Its Offer Firm For 90 Calendar Days From The Date Specified For Receipt Of Offers.
(3) To Be Considered For This Requirement, The Offer Must Complete The Price Sheet. Fully Complete The Pricing On Each Clin As Required. The Contractor Shall Fill Out A Unit Price, The Extended Price And A Total Price For All Clins. Please Ensure That All Prices, Extended Prices And Total Prices Are Checked And Verified For Accuracy. Do Not Go Two (2) Digits Beyond The Decimal Point.
(4) In Accordance With Far Part 9, Contractor Qualifications, The Government Has A Right To Retrieve Past Performance Information Through The Government’s Past Performance Databases, Federal Awardee Performance Integrity Information System (fapiis) And Past Performance Information Retrieval System (ppirs). Any Active Exclusions Will Deem The Contractor Non-responsible, Therefore, The Offeror Will Not Be Eligible For Contract Award.
an Offeror Determined To Have An Unsatisfactory Performance Record Will Be Determined Non-responsible, Therefore, The Offeror Will Not Be Eligible For Contract Award. In The Case Of An Offeror Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available, The Offeror Will Not Be Evaluated Favorably Or Unfavorably On Past Performance.
questions Due Date. Questions Are Due On Thursday, 09 January 2024 At 10:00am Pdt.
offer Due Date. Offers Are Due On Wednesday, 15 January 2025 At 10:00am Pdt.
only Electronic Offers Submitted Via Email Will Be Considered For This Requirement. Acceptable Proposal Formats Include Adobe Pdf, Excel And Microsoft Word, All Other Formats Cannot Be Opened And Will Be Considered Nonresponsive. Submit Questions And Offers To Amn Mia Webb At Mia.webb@us.af.mil And Rachel Tilley At Rachel.tilley.1@us.af.mil. Please Include The Solicitation Number, F3g5ba4330al02, In The Subject Line Of The Email To Ensure Prompt Receipt Of Your Offer.
(end Of Provision)
deliverables: At A Minimum, Offerors Shall Provide The Following With Their Proposal:
a. Proposal Including Pricing Iaw Performance Work Statement (pws)
b. Chartered Vessels Spec Sheet
Closing Date15 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Request For Information (rfi)/sources Sought
sources Sought Description
this Is Not A Solicitation Announcement. This Is A Rfi/sources Sought Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 339112. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement.
please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service Disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)
please Submit Your Capabilities That Show Clear, Compelling, And Convincing Evidence That You Can Meet The Requirement Described In The Attached Sow. Please Provide Your Uei Number.
the Department Of Veterans Affairs (va), Visn 16 Network Contracting Office, Is Seeking Sources That Can Provide The Following:
durable/ Home Medical Equipment/accessories (dme/hme) Services To Provide All Necessary Labor, Facilities, Pick-up And Delivery, Set-up, Disassembly, Storage, Repairs, And Inventory Management Of Va Owned Equipment. Multiple Resource Use Specific To Repair Of Mobility Devices (e.g. Manual Wheelchairs, Power Chairs, And Scooters):
the Facility Is Located At:
southeast Louisiana Veterans Healthcare System
2400 Canal Street
new Orleans, La 70119
scope Of Work:
Contractor Shall Provide Delivery And Pick-up, Receiving, Storage, Set-up, Assembly, Take-down, Disassembly, Installation, Instructions, Sanitizing, Repair, And Maintenance Of Va Owned Dme/hme To Eligible Veterans/caregivers As Required By The Va
repair Of Mobility Devices (e.g., Manual Wheelchairs, Power Wheelchairs And Scooters). Services Provided Shall Be All Inclusive Of Deliveries And Transportation To Include Set-up/delivery Of Equipment And Related Accessories, Safety Inspections, And In-service Training (non-clinical) For Veterans On Equipment Functionality.â In Accordance With Sound Industry Practice, And The Terms And Conditions Of The Contract, Contractor Shall Be Responsible For The Proper Care, Maintenance, And Use Of Government-owned Dme/hme In Its Possession Or Control From The Time Of Receipt Until Properly Relieved Of Responsibility.â The Removal Of Government-owned Dme/hme To Storage, Or Its Contemplated Transfer, Does Not Relieve Contractor's Responsibility.
deliveries And/or Pick-ups Shall Be Made At Such Times And In Such Quantities As Specified By The Contracting Officer, Contracting Officer Representative (cor) And/or The Purchasing Agent.
contractor Shall Furnish Durable Medical/ Home Medical Equipment (dme/hme) And/or Accessories Necessary To Provide Dme/hme Services To Eligible Veterans Under The Jurisdiction Of The Primary Service Area Of The Slvhcs, In The Veteran S/caregiver S Homes Or Other Designated Points In Accordance With Standards Established By The Joint Commission For Home Care Through Reissue Of Equipment And/or Accessories For Which Contractor Has Provided Pick-up, Repair, Cleaning, And Storage.
durable Medical Equipment And/or Accessories Necessary To Provide Dme/hme Shall Only Be Provided (setup) Based On An Assessment Of The Veteran And An Order (prescription) By A Vamc Health Care Provider. Each Dme/hme Task Order Shall Be Individually Requested Through A Prosthetic Purchase Order On An Individual Veteran Basis.
contractors Must Meet The Joint Commission Standards Or Equivalent Body (which Meets Or Exceeds Tjc Accreditation) For Services Provided Under The Contract. Throughout The Contract, Contractor Shall Be Able To Consistently Perform Services At Or Above The Standards Set By The Joint Commission. The Joint Commission Standards Can Be Found At Http://www.jointcommission.org/.
if Contractor Is Surveyed During The Contract Term By Any Accreditation Body, They Shall Notify The Cor Or Designee In Writing Of Survey Dates And Outcomes. If Any Accreditation Is Revoked Or Local, State, Or Federal Citations Received During The Performance Period Covered By The Contract Contractor Shall Notify The Cor Or Designee Within Three (3) Business Days Of The Citation.
for This Performance Work Statement (pws), The Normal Delivery Or Service Area Is Considered To Cover The Counties/parishes Serviced By The Southeast Louisiana Veterans Healthcare System (slvhcs) And Its Affiliated Community Based Outpatient Clinics (cbocs).
if You Are Interested, And Are Capable Of Providing The Sought Out Supplies/services, Please Provide The Requested Information. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions:
responses To This Notice Shall Be Submitted Via Email To Kimberly Anderson At Kimberly.anderson6@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Wednesday, February 5, 2025 At 3:00 Pm Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation
disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Responses. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Shall Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. Responses To This Notice Shall Not Be Considered A Response To A Solicitation. Determination By The Government Not To Compete The Proposed Procurement Is Solely Within The Discretion Of The Government If It Is Determined That It Is In Their Best Interest To Do So.
Closing Date5 Feb 2025
Tender AmountRefer Documents
Department Of Social Welfare And Development Region Xii Tender
Others
Philippines
Details: Description Request For Quotation Rfq No. 2025-02-0056 Date: February 14, 2025 Company/business Name: ____________________________________________________ Address: __________________________________________________________________ Business/mayor’s Permit No.:__________________________________________________ Tin: ______________________________________________________________________ Philgeps Registration Number (required) ________________________________________ The Department Of Social Welfare Development Field Office Xii (dswd Fo Xii), Through Its Bids And Awards Committee (bac), Intends To Procure Catering Services For Ribbon Cutting Ceremony Of Rscc Inauguration Ceremony Through Section 53.9 Small Value Mode Of Procurement Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Lot No. Description Approved Budget For The Contract (abc) 1 Catering Services For Ribbon Cutting Ceremony Of Rscc Inauguration Ceremony ₱112,500.00 Interested Service Providers Shall Submit A Quotation For The Above Enumerated Lots Or Items, And Evaluation, Including Award Of Contract, Will Be Undertaken On Per Total Quoted. Please Submit Your Duly Signed Quotation Addressed To The Bids And Awards Committee (bac) Chairperson And To The Given Address Below, On Or Before, 9:30 Am Of 18 February 2025, Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq): Ms. Jackiya A. Lao Chairperson, Bids And Award Committee Dswd Xii, Regional Center, Brgy. Carpenter Hills, City Of Koronadal, South Cotabato Telephone No.: (083)-228-8637 Email: Procurement.fo12@dswd.gov.ph Interested Service Provider Shall Also Submit The Following Documents Along With The Quotation On Or Before The Above Specified Deadline Of Submission Of Quotation: A. Copy Of Mayors/business Permit; B. Copy Of Philgeps Certificate; C. Copy Of Registration Certificate From Sec, Dti, Or Cda Or Its Equivalent; D. Copy Of Bir Certificate Of Registration; And E. Omnibus Sworn Statement (for Abc Above P50,000.00) For Any Clarification, You May Contact The Bac Secretariat At (083)-228-8637 Or Send Email To Procurement.fo12@dswd.gov.ph. Abdulqudduz R. Barambangan Procurement Head After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Catering Services For Ribbon Cutting Ceremony Of Rscc Inauguration Ceremony Minimum Technical Specifications Offered Technical Specification/ Service Statement Of Compliance (“comply” Or “not Comply” Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. Requirements: 1 Catering Services (1 Meal And 1 Snack) For 150 Pax Specifications: A. Meal Requirements: 1. (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle/glass. 2. (buffet Lunch) 4 Viands With Rice, Dessert, Soup, And Cold Beverage In Can/glass/bottle *choice Of Viands: Fish, Beef, Chicken, And Vegetable *strictly No Pork Menu *menu Will Be Based On End User's Preference B. Inclusive Of Venue Set Up 1. Complete Set-up With Tables And Chairs With Cover (with Atleast 100 Chairs And 15 Tables) 2. Buffet Set-up 3. With Separate Vip Tables 4. Use Of Complete Set Of Utensils 5. With At Least Two (2) Standby Waiters Delivery Term: Within The Month Of February, As Per Schedule Place Of Delivery/venue: "rscc Building Prk. Nursery, Brgy. Maibo, Tantangan, So. Cot " Financial Offer: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. Catering Services For Ribbon Cutting Ceremony Of Rscc Inauguration Ceremony Approved Budget For The Contract Offered Quotation One Hundred Twelve Thousand And Five Hundred Pesos Only (₱112,500.00) In Words: ________________________________________________ In Figures: ______________________________ Note: Please Attach The Breakdown Of The Offered Proposal Inclusive Of Vat Which Will Be The Basis For The Computation Of Unit Prices ______________________ Signature Over Printed Name _______________________ Position/designation _______________________ Tel./fax/mobile No. _______________________ Email Address/es Canvassed By: Certified As To Propriety Of The Canvassing: ____________________ _______________________________ (signature Over Printed Name) Abdulqudduz R. Barambangan Procurement Head Price Schedule For Goods Offered For Catering Services For Ribbon Cutting Ceremony Of Rscc Inauguration Ceremony Name Of Bidder ______________________________________________ Rfq No. _____________________ Page ___of___ 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity 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) 1 Catering Services (1 Meal And 1 Snack) Specifications: A. Meal Requirements: 1. (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle/glass. 2. (buffet Lunch) 4 Viands With Rice, Dessert, Soup, And Cold Beverage In Can/glass/bottle *choice Of Viands: Fish, Beef, Chicken, And Vegetable *strictly No Pork Menu *menu Will Be Based On End User's Preference B. Inclusive Of Venue Set Up 1. Complete Set-up With Tables And Chairs With Cover (with Atleast 100 Chairs And 15 Tables) 2. Buffet Set-up 3. With Separate Vip Tables 4. Use Of Complete Set Of Utensils 5. With At Least Two (2) Standby Waiters Delivery Term: Within The Month Of February, As Per Schedule Place Of Delivery/venue: Rscc Building Prk. Nursery, Brgy. Maibo, Tantangan, So. Cot 150 Pax Total Amount Name: ___________________________________________________________________ Legal Capacity: ____________________________________________________________ Signature: ________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: __________________________________
Closing Date18 Feb 2025
Tender AmountPHP 112.5 K (USD 1.9 K)
7691-7700 of 9203 archived Tenders