Transportation Tenders

Transportation Tenders

Department Of Agriculture Tender

Goods
Healthcare and Medicine
Philippines
Details: The Department Of Agriculture Regional Field Office Ix, Through Its Bids And Awards Committee (goods And Services), Hereby Invites All Interested Providers To Quote Their Lowest Price, Subject To The Terms And Conditions Stated Herein. Abc: ₱299,700.00 Delivery Period: 30 Calendar Days Delivery Site: Da-zdsres, Kaangayan, Mahayag, Zds Accomplished Rfq's Must Be Received By The Bac Secretariat Of The Procuring Entity At Department Of Agriculture-rso Ix, Zamboanga City Or Through E-mail (bacda9zambo@gmail.com). Late Quotations Shall Not Be Accepted. Submit Certified True Copy Of The Following Valid: · Current Business Permit Or Mayor's Permit (2025); · Philgeps Registration Number; · Omnibus Sworn Statement (notarized); · Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Special Power Of Attorney For Authorized Representative 1 60 Liter "4-way Liquid -organic Acidifiers With Enzymes, Electrolytes And Essential Bacteria For Livestock Drinking Water -net Weight: 1 Liter -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 380.00 2 8 Box "amoxicillin + Tylosin + Bromhexin 150g/100g/5g (powder) -48 Sachet Per Box -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery" 1,920.00 3 8 Box "amoxicillin + Tylosin + Paracetamol 5g/sachet (powder) -48 Sachet Per Box -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 2,100.00 4 8 Box "amprolium Hydrochloride, -7g/sachet -48 Sachet Per Box -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 1,400.00 5 25 Box "calcium, Vitamins (ade), Minerals (fe, I, Mn, Co, Zn) -200g Per Box -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 240.00 6 4 Btl "coryza Vaccine -inactive Vaccine Against Infectious Coryza -1000 Doses/bot (must Include Water-pack Frozen During Transportation -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 2,800.00 7 10 Box "doxycycline + Tiamuline + Hydrogen Fumerate -100 Tablets/box -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 1,500.00 8 10 Box "doxycycline + Tiamuline + Vitamin A + Vitamin B12 + Probiotics -water Soluble -5g/sachet -48 Sachet Per Box -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 1,800.00 9 50 Vial "ibd Vaccine -cloned Live Vaccine Against Gumboro Disease -1000 Doses/vial -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 550.00 10 1 Box "levamisole Hydrochloride + Mebendazole + Niclosamide Oral Suspension -6ml/sachet -6 Dozens/box -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 1,340.00 11 20 Gal "liquid Disinfectant Composition -glutaraldehyde, Formaldehyde, Quatemary Ammonium Based Disinfectant -size: 4l Bottle -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 1,500.00 12 8 Box "mebendazole + Niclosamide + Levamisole + Hydrochloride Tablet 10mg/100mg/15mg -200 Tablet Per Box -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 1,250.00 13 70 Vial "ncd La -sota (intranasal/intraocular) + Ib For Prevention Of New Castle Disease -1000 Doses/vial -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 450.00 14 10 Box "permethrin Piperonyl Butoxid D - Panthel 150mg/75mg/10mg Per 100 Shampoo -24 Sachet Per Box -10 Ml Per Sachet -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 1,300.00 15 20 Bot "protolytes + Electrolytes, 1 Liter -1 Liter Per Bot -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 250.00 16 8 Box "pyrimethamine Hydrochloride + Sodium Sulfamonomethoxine + Menadione (vit. K3) -7g Per Sachet -48 Sachet Per Box -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 2,100.00 17 10 Box "sulfadiazine + Trimethroprim + Tylosin -100 Tablets/box -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 1,500.00 18 10 Box "tylosine Tytrate + Stretomycine Sulfate -7g Per Sachet -48 Sachet Per Box -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 2,100.00 19 9 Box "vitamin B-complex + Vitamin E + Zinc Oxide + Selenium + Folic Acid -water Soluble -20g Per Sachet -20 Sachet Per Box -with Two (2) Years Effective Period Before Expiration At The Time Of Delivery " 800.00 20 10 Canister "wound Spray -dichlofenthion @ 86g Per Canister " 500.00 Purpose: To Be Used In Support To The Implementation Of The Animal Health Care Program Zdsres, Kaangayan, Mahayag, Zds.
Closing Date10 Feb 2025
Tender AmountPHP 299.7 K (USD 5.1 K)

Municipality Of Pototan, Iloilo Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Municipality Of Pototan Bids And Awards Committee Tel No. (033) 321-2596 Mobile No. 0909-011-5999 Email Address: Bacsecpototan20@gmail.com Invitation To Bid For The One (1) Job Labor, Materials And Equipment Rentals For The Construction Of Community Learning Center (phase I) At Rizal Elementary School, Pototan, Iloilo In Connection With Your Invitation To Pb2025-cw-008 Scheduled On February 18,2025; 2:00p.m., I/we Proposed To Furnish And Deliver In Conformity With The Terms And Conditions, And Specifications Of The Items Of Which I/we Quoted As Specified Below, And To Bind Ourselves To Accept The Awards Of All Articles Subject To The Condition Of These Proposal. The Unit Prices That We Quoted For The Items Are Inclusive Of Cost Of Labor, Transportation To Deliver The Materials At The Required Place Of Delivery, Taxes And Other Incidentals. To Guarantee Our Faithful Compliance Of The Herein Offer With The Terms And Condition In The Invitation To Bid, I/we Enclosed A Bidder’s Bond In Our Technical Documents; __________________________________________ I Hereby Certify That I Am Joining The Bidding. (please Check Appropriate Box) Wholly Partially Item No. Specifications Unit Qty Brand Cost Amount 801(1)- 803(1)- 804(1)a- 804(1)b- 804(4)- 900(1)- 902(1)- 903(2)- 1000(1)- 1002- 1046(1)- 1046(2)- 1101- Spl-3- Removal Of Structures And Obstruction Structure Excavation Embankment From Structure Excavation Embankment From Borrow Gravel Fill Structural Concrete Class A, 28 Days Reinforcing Steel Grade 40 Formworks And Falsework Soil Poisoning Plumbing Works 100mm Chb Non- Load Bearing (including Reinforcing Steel) 150mm Chb Non- Load Bearing (including Reinforcing Steel) Electrical Works Construction Safety And Health L.s Cu.m. Cu.m. Cu.m. Cu.m. Cu.m. Kgs Sq.m. Lits L.s Sq.m. Sq.m. L.s L.s 1.00 49.23 34.63 22.05 8.08 49.30 5465.81 394.00 3.00 1.00 19.50 57.60 1.00 1.00 Total Amount Of Bids In Figures: Php_____________________ Abc: Php 1,405,302.00 Amount Of Bid Bond: Php_______________ I/we Hereby Certify That I/we Have Carefully Read, Understand And Agree To All Terms And Conditions And Specification In The Invitation (itb) Under Pb2025-cw-008 Scheduled On February 18,2025; 2:00p.m. 1. The Municipality Of Pototan, Through The Local School Board Continuing Intends To Apply The Sum Of One Million Four Hundred Five Thousand Three Hundred Two Pesos (php 1,405,302.00) Being The Abc To Payments Under The Contract For Pb2025-cw-008. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Pototan Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Seventy-five (75) Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Pototan-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During 8 O’clock In The Morning Up To 5 O’clock In The Afternoon, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29,2025 Up To February 18,2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00 The Following Documentary Requirements Are Needed Upon Buying The Bidding Documents: 1. Letter Of Intent 2. Spa If Represented By An Authorized Representative 3. Notarized Certificate Of Employment If Represented By An Authorized Representative 4. Photocopy Of Company I.d. 6. The Municipality Of Pototan Will Hold A Pre-bid Conference On February 5,2025 At Two O’clock In The Afternoon At Lgc Bldg., Mb Peñaflorida St. Pototan Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On February 18,2025 Before Two O’clock In The Afternoon At The Lgc Bldg. Mb Peñaflorida St. Pototan, Iloilo. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 18,2025, At Two O’clock In The Afternoon At Lgc Bldg. Mb Peñaflorida St. Pototan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Pototan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. A. For Further Information, Please Refer To: Riza M. Holland Bac - Secretariat M.b. Peñaflorida St., Pototan, Iloilo Bacsecpototan20@gmail.com February 18,2025 ______________________________________ Reina B. Perez Bac Chairman
Closing Date18 Feb 2025
Tender AmountPHP 1.4 Million (USD 24.2 K)

DEFENSE LOGISTICS AGENCY USA Tender

Security and Emergency Services
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposal Or Request For Quote. No Solicitation Number Has Been Assigned At This Time. Dla Troop Support Is Seeking To Identify Possible Sources Who Can Supply The Below Item: extinguisher,fire rp001: Dla Packaging Requirements For Procurement rq032: Export Control Of Technical Data this Item Has Technical Data Some Or All Of Which Is Subject To export-control Of Either The International Traffic In Arms Regulations (itar) Or The Export Administration Regulations (ear), And Cannot Be exported Without Prior Authorization From Either The Department Of State or The Department Of Commerce. Export Includes Disclosure Of Technical data To Foreign Persons And Nationals Whether Located In The United states Or Abroad. This Requirement Applies Equally To Foreign National employees And U.s. Companies And Their Foreign Subsidiaries. Dfars 252.225-7048 Is Applicable To This Data. the Defense Logistics Agency (dla) Limits Distribution Of Export-control technical Data To Dla Contractors That Have An Approved Us/canada Joint certification Program (jcp) Certification, Have Completed The introduction To Proper Handling Of Dod Export-controlled Technical Data training And The Dla Export-controlled Technical Data Questionnaire (both Are Available At The Web Address Given Below), And Have Been approved By The Dla Controlling Authority To Access The export-controlled Data. Instructions For Obtaining Access To The export-controlled Data Can Be Found At: https://www.dla.mil/logistics-operations/enhanced-validation/ to Be Eligible For Award, Offerors And Any Sources Of Supply Proposed for Use Are Required To Have An Approved Jcp Certification And Have been Approved By The Dla Controlling Authority To Access export-controlled Data Managed By Dla. Dla Will Not Delay Award In order For An Offeror Or Its Supplier To Apply For And Receive Approval by The Dla Controlling Authority To Access The Export-controlled Data. ra001: This Document Incorporates Technical And/or Quality Requirements (identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The dla Master List Of Technical And Quality Requirements Found On The Web at: http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx for Simplified Acquisitions, The Revision Of The Master In Effect On The solicitation Issue Date Or The Award Date Controls. For Large acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date applies Unless A Solicitation Amendment Incorporates A Follow-on revision, In Which Case The Amendment Date Controls. rq011: Removal Of Government Identification From Non-accepted Supplies the Approved Source(s) Must Meet The Requirements Of the Current Revision Of The Source Control Drawing offerors Not Cited As Approved Sources In The purchase Order Text Are Required To obtain Source Approval From The Oem. A Copy Of the Source Approval Request, Technical Data package Or Certification Of Prior Approval Must also Be Submitted To Dla With The Offer. hazard Communication Standard Notice: effective June 1, 2015, Federal Standard No. 313-e, Material Safety data, Transportation Data And Disposal Data For Hazardous Materials furnished To Government Activities, Establishes The Requirement For preparation And Submission Of Safety Data Sheets (sds) In Lieu Of material Safety Data Sheets (msds) By Suppliers Who Provide Hazardous materials To Government Activities. the Occupational Safety And Health Administration (osha) Has Modified its Hazard Communication Standard (hcs) To Conform To The United Nations globally Harmonized System Of Classification And Labeling Of Chemicals. as A Result Of This Change, Gsa Revised Federal Standard No. 313-e requiring Safety Data Sheets For Classifying Chemicals And Communicating the Applicable Information On Labels. in Accordance With The Revised Standard After June 1, 2015: 1. Suppliers Will Be Required To Submit, To The Contracting Officer For review And Approval Prior To Award, Safety Data Sheets Consistent With the Requirements Found At 29 C.f.r. 1910.1200 For Hazardous Materials delivered To The Government. 2. Suppliers Will Also Be Required To Submit, To The Contracting Officer for Review And Approval Prior To Award, Hazardous Communication Standard (hcs) Labels In Accordance With 29 C.f.r. 1910.1200 Requirements Or current Consumer Product Safety Act (cpsa), Federal Hazardous Substance act (fhsa) Labels When Subject To Labeling Requirements Under Those statutes. This Product Labeling Is Required For Hazardous Materials delivered To The Government. 3. Finally, Suppliers Must Train Their Employees On The New Safety Data sheets, Hazardous Communication Labels, And Requirements Of 29 C.f.r. 1910.1200. for More Information On Sds, Refer To Oshas Website, Available At: https://www.osha.gov/law-regs.html for Information On 29 C.f.r. 1910.1200, Refer To The Below Link: https://www.osha.gov/dsg/hazcom/index.html rd003, Covered Defense Information Potentially Applies rd002, Covered Defense Information Applies rs023: Shelf-life Requirement Rs001 For A Type I (code S) Item With A shelf Life Of 60 Months (non-extendable) Applies To This Item. firetrace Aerospace Llc 3r5k2 P/n 913900 oshkosh Defense Llc 75q65 P/n 3883951 iaw Basic Drawing Nr 45152 3883951 revision Nr A3 Dtd 04/28/2010 part Piece Number: 3883951 pkging Data - Mil-std-2073-1e qup:001 Pres Mthd:hm Clng/dry:1 Presv Mat:zz wrap Mat:zz Cush/dunn Mat:zz Cush/dunn Thkness:c unit Cont:zz Opi:m intrmdte Cont:zz Intrmdte Cont Qty:xxx pack Code:u marking Shall Be In Accordance With Mil-std-129. special Marking Code:zz -zz Special Requirements palletization Shall Be In Accordance With Rp001: Dla Packaging requirements For Procurement special Packaging Requirements: any Mil-std-2073 Listed Cushioning And Dunnage Must Be Used To Prevent any Movement Of All Contents Including But Not Limited to:hoses,accessories,straps,etc. do Not Double Stack Fire Extinguisher On Pallet. ip025: Packaging, Marking, And Shipping Of Hazardous Materials
Closing Date15 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Pre-solicitation Notice For Solicitation No. N4008425r0066 the Naval Facilities Engineering Systems Command, Far East (navfac Fe) Is Issuing This Pre-solicitation Notice In Accordance With Far 36.213-2. this Pre-solicitation Notice Does Not Constitute A Request For Proposal, Request For Quote, Or Invitation For Bid. This Notice Shall Not Be Construed As A Commitment By The Government For Any Purpose. interested Offerors Can View And/or Download The Solicitation From The Government-wide Point Of Entry (gpe), Currently The Solicitation Module In The Procurement Integrated Enterprise Environment (piee) Website (https://piee.eb.mil/sol/xhtml/unauth/index.xhtml) And/or Contract Opportunities In The System For Award Management (sam) Website (https://sam.gov) When It Becomes Available On Or About 25 Feb 2025. description Of Proposed Work this Acquisition Is For An Indefinite Delivery/indefinite Quantity (idiq), Design-bid-build (dbb), Multiple Award Construction Contract (macc) For The U.s. Naval Air Facility (naf), Atsugi, Japan; U.s. Marine Corps Combined Arms Training Center (catc), Camp Fuji, Japan; And Various Locations In The Atsugi Area Of Responsibility (aor), Japan. the Contractor Must Furnish All Labor, Management, Supervision, Tools, Materials, Equipment, Incidental Engineering, And Transportation, Except Otherwise Specified In Each Task Order Necessary To Perform The Various Projects. the Proposed Scope Of Work Will Be Specified In Each Task Order And May Include, But Is Not Limited To, Facility Repair/ Renovation, Demolition, Built-in Equipment Repair/replacement, Piping Repair/replacement, Pipe Insulation, Electrical Work, Mechanical Work, Road Pavement, Fencing Roofing, Painting, Site Work, Utilities, Removal And Disposal Of Material Containing Lead Paint With Lead, Cadmium, Chromium (vi) And Asbestos Containing Material, Welding, And Masonry. this Requirement Is Anticipated To Result In Approximately Five (5) Firm-fixed-price (ffp) Idiq Contract Awards Where The Maximum Aggregate Value Of All Contracts Will Not Exceed $99,000,000 Or Japanese Yen Equivalent Over An Eight-year Period, Consisting Of One Four (4) Year Base Period And One Four (4) Year Option Period, For A Maximum Duration Of 96 Months. the Anticipated Task Orders Will Be Ffp Ranging From 300,000 Jpy To 75,000,000 Jpy. However, Task Orders Under Or Over These Amounts May Be Considered If It Is Determined To Be In The Government’s Best Interest And Approved By The Contracting Officer. task Orders For The Minimum Guarantee Of 400,000 Jpy / $2,744.76 (fy25 Budget Exchange Rate At 145.7323 Jpy) Each Will Be Issued Concurrently With The Award Of The Basic Contract For The Offerors Awarded A Macc, But Not Awarded The Seed Project. Only The Base Period Of The Contract Will Offer A Minimum Guarantee. there Will Be One (1) Design-bid-build Seed Project Included In This Solicitation. title: B84 Replace Metal Roof Naval Air Facility (naf) Atsugi the Project Was Selected As The Seed Project From Existing Requirements To Best Represent The Nature Of Potential Work Under This Contract. Per Far 36.204, The Magnitude Of The Seed Project Is Between $250,000 And $500,000, Or Japanese Yen Equivalent Using The Fiscal Year 2025 Budget Exchange Rate Of ¥145.7323 / $1.00. award Will Be Made To The Responsible Offerors Whose Proposals, Conforming To The Solicitation, Are The Most Advantageous And Offers The Best Value To The Government Considering Price And Non-price Evaluation Factors. plans And Specifications the Rfp Including The Plans And Specifications Will Be Posted On The Government-wide Point Of Entry (gpe), Currently Dod Solicitation Module In The Piee Website And/or Contractopportunities In The Sam Website. When Posted, All Rfp Documents May Be Downloaded From The Website Free Of Charge. contractor Licensing Requirements any Contract Resulting From This Solicitation Will Be Awarded And Performed In Its Entirety In The Country Of Japan. Contractors Must Be Duly Authorized To Operate And Conduct Business In Japan And Must Fully Comply With All Laws, Decrees, Labor Standards, And Regulations Of Japan During The Performance Of The Contract. Prior To Award Of Any Contract, Offerors Must Be Registered To Do Business And Possess A Construction License (kensetsu Gyo Kyoka) Issued By The Ministry Of Land, Infrastructure And Transport, Or Prefectural Government. Offerors Will Be Required To Provide Verification On Such Construction License Prior To Award Of Any Contract To The Contracting Officer If Such Information Is Not Already On File With Or Available To The Contracting Officer. status Of Forces Agreement the U.s. Government Will Not Offer “united States Official Contractor” Status Under Article Xiv Of The U.s.-japan Status Of Forces Agreement (sofa) To Any Offeror Awarded A Contract Under This Solicitation; However, The U.s. Government May Consider Designating Eligible Employee(s) As “members Of The Civilian Component” Under Article I(b) Of The Sofa. system For Award Management (sam) Registration all Offerors (i.e., Whether Individually Or As A Joint Venture, Et.) Responding To This Solicitation Must Be Registered In The Sam Database At Https://sam.gov Prior To The Closing Date For Receipt Of Proposals To Be Eligible For Award And Must Have Active Representation And Certifications In Sam. Interested Offerors Are Encouraged To Register As Soon As Possible. an Offeror Is Required To Be Registered In Sam When Submitting Its Proposal, And Shall Continue To Be Registered At All Relevant Times, I.e., Time Of Award, During Contract Performance, And Through Final Payment Of The Contract Resulting From The Solicitation. Offerors With No Active Registration In Sam Or An Offeror Whose Sam Online Representations And Certifications Are Not Current Will Not Be Eligible For Award. procurement Integrated Enterprise Environment (piee) Registration this Solicitation Will Require Electronic Submittal Of Proposals Through The Dod Solicitation Module In Piee Or Via Other Methods, If Specified By The Government. In Order To Submit A Proposal Through The Solicitation Module In Piee, Offerors Must Have An Active Proposal Manager Role In Piee At Https://piee.eb.mil . Interested Offerors Are Encouraged To Register For The Required Role As Soon As Possible. information And Training On Piee Solicitation Module Is Available At: https://dodprocurementtoolbox.com/site-pages/solicitation-module additional Web Based Training Is Available At: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml https://pieetraining.eb.mil/wbt/sol/posting_offer.pdf
Closing Date21 Feb 2025
Tender AmountRefer Documents 

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 

City Of Malolos Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Issue Description 1.00 General Requirements 1.01 Mobilization/transportation/hauling Of Materials 1.02 Project Billboard/signboard 1.03 Const. Safety And Health 1.04 Temporary Facilities 1.05 Signed And Sealed Structural, Electrical, Sanitary Plans 1. 06 Application Of All Bldg. Permits, Fire Clearance Fees Sub-total 2.00 2.00 Site Preparation And Earthworks 2.01site Clearing, Layout And Staking 2.02 Demolition, Layout And Staking 2.03 Structural Excavation 2.04 Backfilling And Compaction 2.05 Imported Filling Materials, Spreading And Compaction 2.06 Soil Treatment 2.07gravel Bedding/base & Tampering Sub-total 2.00 3.00 Concrete Works 3.01 Reinforcing Steel Bars & Tie Wires 3.02 Reinforcing Bars 10mm, 12mm (grade 33), 16mm (grade 40) 3.03 Gauge 16 Tie Wires 3.04 Concrete 3.05 Formworks & Scaffoldings Sub-total 3.00 4.00 Masonry Works 4.01 5” Chb Wall (non-load Bearing) With 10mm Rsb@0.6m.b.w 4.02 4” Chw Wall (non-load) Bearing) Qith 10mm Rsb@0.6m.w Sub-total 4.00 5.00 Roof Framing And Roofing 5.01 Structural Roof Framing 5.02 Pre-painted Long Span Ga.24 Bended Accessories 5.03 10 In. Ficem Board Sinepa 5.04 Insulation (10mm Double-sided) Sub-total 5.00 6.00 Architectural Works Wall Plastering 6.01 Exterior Wall 6.02 Interior Wall Sub-total 6.00 7.00 Moisture And Thermal Protection 7.01 Cementitious Waterproofing (2f And 3f And 1 Toilets And Hallway) Sub-total 7.00 8.00 Ceiling Works 8.01 4.5mm Ficem Board On Metal Furring (with Eaves Ceiling Vents) Gf, 3f, 2f Sub-total 8.00 9.00 Doors And Windows 9.10 Doors, Jambs And Hardware D-1 Solid Panel Door And Jamb (classrooms) Painted D-2 Marine Hollow-core Door Jamb (toilets) Painted 9.20 Windows W-1 Steel Casement Window With ¼ In Clear Glass (1.5mx 3.6m) Epoxy/enamel Painted W-2 Jalousie Windows With Clear Bades On Std.aluminum Casing With Fixed Glass On 50x150 Jamb With Griles W-3 Steel Casement Widow With ¼ In Clear Glass (0.6mx 0.6m) Epoxy Painted Sub-total 9.00 10.00 Floor Finishes Ff-1 Plain Cement Floor Finish (classrooms, Hallway, Stairs) Ff-2 300x300mm Non-skid Ceramic Tiles (toilets) Ff-3 Stair Brass/metal Nosing (main Stairs) Sub-total 10.00 11.00 Wall Finishes Wf-1 300x300m Ceramic Wall Tiles (t&b)-2.7m. High Sub-total 11.00 12.00 Painting Works 12.01 Exterior Wall Painting 12.02 Interior Wall Painting 12.03 Ceiling Painting Sub-total 12.00 13.00 Metal Works 13.01 G.l Sch. 40 Amin Stairs And Pwd Railings 13.02 Fire Exit Stairs 13.03 Steel Matting On 1.5m In G.i Frame Along Hallways (eposy/enamel Painted) 2f And 3f Sub-total 13.00 14.00 Plumbing Works 14.01 Polypropelene Water Line, Valves And Fittings 14.02 Pvc Sanitary Line 14.03 Pvc Roof And Rcp Storm Drainage Line 14.04 Area Drains & Catch Basins 14.05 Toilet Fixtures (white) Complete Accessories (stainless Angle Valves, Hose And Fittings) Water Closet Lavatory Counter With Stainless Faucet Urinals Stainless Floor Drain Pwd Toilet Stainless Grab Bars 14.06 Cistern Tank 14.07 Septic Tanl 1 (6mx3mx1.5m) 14.08 Rainwater Catchment System 14.09 1.0hp Booster Pumpset, With Controls, Cables,housing And 200 I,stainless Pressure Tank,pipes, Valves And Fittings Sub-total 14.00 15.00 Electrical Works 15.01 Roughing Ins (pvc), Boxes, Grounding Rod (include Service Entrance) 15.02 Wires And Cables (phelp Dodge Thhn-include Service Entrance/feeder Line 15.03 Panelboard And Circuit Breakers 15.04 Wiring Devices (switches/outlets) Wide Series 15.05 Lighting Fixtures (led Drop/flourescent Lights) 15.06 Service Entrance Concrete Post (4m High With Foundation Sub-total 15.00 16.00 Other Works 16.01 Classroom Blackboard With Framing Sub-total 16.00 Total Direct Cost A. Осм B. Profit C. Taxes Total Estimated Cost Say
Closing Date13 Jan 2025
Tender AmountPHP 15 Million (USD 256.8 K)

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: The Contractor Shall Provide All Services, Including Materials, Labor And Installation Required For The Complete Removal And Replacement Of A Four (4) Bay Self-service Car Wash System Located At Subase Kings Bay. work Shall Include But Is Not Limited To The Following: 1. Site Investigation: The Contractor Shall Provide And Perform All Necessary Siteinvestigation And Utility Locates (including, But Not Limited To, Sub-surface Utility “pot Holing”)as Required To Complete The Project. All Site Investigation Activities Shall Be Coordinatedwith Appropriate Installation Personnel Through The Point Of Contact (poc). 2. Materials: The Contractor Shall Provide All Materials, Equipment And Fixtures, Including Allrequired Accessories, Necessary To Produce A Complete And Useable Facility. Additionally,the Contractor Is Responsible For All Material Handling, Staging, Delivery/transportation,receipt Confirmation, Loading/unloading Of All Materials, Including Any Lifting Equipmentrequired, During All Phases Of Work. 3. Disposal: The Contractor Is Responsible For The Disposal Of All Waste Materials Generatedas Part Of This Project And Shall Remove All Waste And Equipment To An Offsite Area. Alland Laydown Area Will Be Designated For The New Equipment And Disposal Containers.also, The Contractor Shall Clean Up The Work Site Daily To The Satisfaction Of The Poc. 4. Demolition: The Contractor Shall Remove All Materials Not Required For The Operation Of Theproposed Systems Within All Four (4) Existing Car Wash Bays And Supporting Spaces, Whileretaining All Code Required Items. The Existing Self-service Multi-pressure Car Washsystem Including Water Hoses And Plumbing Lines, All Existing Bay Controls And Meters,and All Existing 360 Degree And 180 Degree Pressure Booms. The Contractor Shall Removethe Existing Bill Changer And Dispose Of As Stated Above. The Contractor Shall Also Removeand Dispose Of All Existing Operational Wall Signage, And All Wall Accessories Typical For Allfour (4) Bays. 5. Renovation: The Contractor Shall Furnish Install A New Self-service Multi-pressure Carwash System. The New Self-service Car Wash System Shall Include All New Hoses Andplumbing Lines To Support The New System. The System Shall Include The Minimum Of Thefollowing Functions: tire Cleaner presoak high Pressure Soap wax rinse spot-free Rinse bug Off foam Brush foam Conditioner 6. The Contractor Shall Provide All The Chemicals And Detergents For The Durationof Start-up Testing And Inspections To Ensure The Self-service Car Wash System Is Fullyoperational. 7. The Contractor Shall Furnish And Install Four (4) New 360-degree Pressurespray Wand Booms And Any Attachments Needed To Connect To The Existing System Supplypiping Within Each Wash Bay As Required. The Contactor Shall Install Four (4) New 180-degree Foam Conditioner Booms And Any Attachments Needed To Connect To The Existingsystem Supply Piping Within Each Wash Bay As Required. 8. Renovation: The Contractor Shall Furnish And Install In All Four (4) Bays The Followingaccessories: foam Brush Buckets high Pressure Wand Holders bay Hooks matt Clamps menu Board And Operational Signage 9. Renovation: The Contractor Shall Furnish And Install Four (4) New Self-serve Car Wash pos Control Meters. The New Bay Control Meters Shall Have A Coin And Credit Card Option. the Individual Credit Card Reader Must Be Compatible With Nayax Payment And management System. The Contractor Shall Insure That The Point Of Sale (pos) System Is compatible With The Installation Morale Welfare And Recreation (mwr) Department’s existing Nayax System. The Government Will Provide 3rd Party Encryption And Process separately From This Contract. 10. Renovation: The Contractor Shall Install A New Weatherproof Electrical Vending Machine that Will Be Compatible With The Same Payment Option As Line Item Ten (10) Above. The vending Machine Options Shall Include Items Such As: towels wipes protectants shines cleaners deodorizers air Fresheners 11. The Contractor Shall Furnish And Install A New Bill Changer Matching Existing Unit configurations At The Same Location As Existing. 12. Renovation: The Contractor Shall Install All New Equipment And Related Accessories, As per Manufacturer’s Installation Guidelines. if The Contractor Is Quoting An “equal” To The Listed Product Herein, The Contractor Shall submit Complete Specifications On The “equal” Product With The Response To This Rfq. The specifications Will Be Reviewed By The Poc And Contracting Officer (ko) For Possible Use on This Project. 13. Submittal: The Contractor Shall Submit A Signage Graphics Package To The Poc For approval Fifteen (15) Days Prior To Fabrication. All New Merchandising And Operational signage Must Comply With The Mwr Brand Standards. 14. Preservation: The Contractor Shall Protect Existing Adjacent Materials, Especially Wall And floor Surfaces, From Any And All Damage During The Work, By Utilizing Walk Pads, construction Screens And Other Industry Best Practices Protection Methods. 15. Restoration: The Contractor Shall Repair And/or Replace All Facility Elements Impacted and/or Damaged By Work, To The Satisfaction Of The Poc. The Contractor Shall Patch, Paint and/or Otherwise Restore All Building Materials, Including But Not Limited To, Wall And Floor surfaces Damaged By Work; To The Satisfaction Of The Poc. 16. Warranties: The Contractor Shall Provide A Warranty On All Materials I.e Chemicals And detergents/equipment And Labor For A Period Of One (1) Year, Or Longer If Standard Formaterials/equipment, From The Date Of Acceptance By The Ko. The Contractor Shall Referto Section H And I For Additional Information Regarding Warranties And Extended Warranties. 17. The Contractor Shall Provide An Operations And Maintenance (o&m) Manual To The Pocand Ko, As Instructed. Also, The Contractor Shall Provide Instruction And Training To Thepoc, Mwr Facility Staff And Pwd Representatives On The Care And Maintenance Of Allinstalled Equipment And Systems, Using The O&m Manual As The Training Basis. site Inspection the Contractor Shall Examine The Site And Determine For Themselves The Existing Conditions And general Character Of The Site. Claims For Additional Costs Due To Conditions That Could Have Been verified By Site Investigation Will Not Be Authorized. Contractor Shall Contact The Poc To Schedule the Site Inspection.
Closing Date23 Jan 2025
Tender AmountRefer Documents 

Dolores National High School Tender

Housekeeping Services
Philippines
Details: Description Page 1 Of 3 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. 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# 2025-01-009 Supply And Delivery Of Cleaning Supplies 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): Lot 1: 196,048.00 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 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. 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 Can Floorwax 1800 To 2kg 200 2 Bottle Toilet Bowl Cleaner-bleach, 500ml 100 3 Bottle Lemon Fresh Anti-bacterial Liquid Hand Soap, Container: Push Pump 450ml -500ml 150 4 Gal Alcohol, 70% Solution Ethyl Of Isoprophyl, With Moisturizer, Hypoallergnic, Antiseptic And Disinfectant, Scented, Fda Approved. 20 5 Bag Garbage Bag, Large, Packaging 10pc Per Bag, Bk 100 6 Pc Dustpan, Bk, Plastic 50 7 Bottle Muriatic Acid, 1 Liter 100 8 Bottle Multi Purpose Scouring Powder, 750g 60 9 Pc Ordinary Doormat/ Foot Rugs 100 10 Set Curtain 3 In 1, Olive Green 6 11 Pc Curtain, Valance, Mustard Yellow 24 12 Kilo Cotton Rugs Ordinary, 10-14 Pcs Per Kilo 10 Total Delivery Requirement: We Require The Shortest Possible Delivery Time For The Above Materials. Suppliers Must Specify The Earliest Possible Delivery Date And Any Expedited Delivery Options Available. Please Indicate The Fastest Possible Delivery Time You Can Provide. ________________________________________ ___________________________ Signature Over Printed Name ___________________________ Position/designation ___________________________ Office Contact Number ___________________________ Email Address/es. Page 3 Of 3 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification.
Closing Date27 Jan 2025
Tender AmountPHP 196 K (USD 3.3 K)
8211-8220 of 9845 archived Tenders