Transportation Tenders

Transportation Tenders

Dolores National High School Tender

Housekeeping Services
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 226 K (USD 3.8 K)
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# 2025-01-009-1 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 31, 2025 2. Quotation Opening Date & Time: January 31, 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: 226,048.00 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 1.800 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.

Municipality Of Pototan, Iloilo Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1.4 Million (USD 24.2 K)
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

DEFENSE LOGISTICS AGENCY USA Tender

Security and Emergency Services
United States
Closing Date15 Feb 2025
Tender AmountRefer Documents 
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

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Closing Date8 Feb 2025
Tender AmountRefer Documents 
Details: This Advertisement Is Hereby Incorporated Into The Rlp #25reg00 By Way Of Reference As An Rlp Attachment. u.s. Government Seeks To Lease The Following Office Space Through The Automated Advanced Acquisition Program (aaap): city: Cumberland state: Md delineated Area: City Limits Of Cumberland, Md minimum Aboa Square Feet (sf): 1,833 Aboa Sf maximum Aboa Square Feet (sf): 2,146 Aboa Sf space Type: Office lease Term: 10 Years, 5 Years Firm *offerors Are Encouraged To Submit Rates For All Terms Available In The Aaap For Consideration Against Future Gsa Requirements. amortization Term: 5 Years For Both Tenant Improvementsand Building Specific Amortized Capital. internal Revenue Service (irs) Unique Requirements: 1. Agency Tenant Improvement (ti) Allowance: All Locations:$64.65 Per Aboa Sf 2. Building Specific Amortized Capital (bsac)allowance: All Locations: $12.00 Per Aboa Sf 3. Contiguous, Above-ground Space Is Required. 4. If Space Is Not Available On The First Floor For The Taxpayer Assistance Center (tac), Then The Tac Must Be Located Within 200' Of The Elevators. 5. For Effective Space Utilization And Efficiency Of Layout, The Following Cannot Be Considered: A. Narrow Column Spacing; B. Atriums, Light Wells, Or Other Areas Interrupting Contiguous Spaces; C. Extremely Long, Narrow Runs Of Space; D. Irregular Space Configurations; Or E. Other Unusual Building Features. any Other Configuration Must Be Approved By The Gsa Lease Contracting Officer And Irs. 6. Public Parking Spaces Must Be Available For Employees And Taxpayer Assistance Center (tac) Visitors (taxpayers) Within A Walkable ¼ Mile Of The Office Location. 7. Public Transportation: A Commuter Rail, Light Rail Or Subway Station Shall Be Located Within The Immediate Vicinity Of The Building, But Generally Not Exceeding A Walkable ½ Mile, As Determined By The Contracting Officer. Alternatively, Two Or More Public Or Campus Bus Lines Useable By Tenant Occupants Shall Be Located Within The Immediate Vicinity Of The Building, But Generally Not Exceeding A Walkable ½ Mile, As Determined By The Contracting Officer. 8. Irs Normal Hours Of Operation Are 6:00 A.m. To 6:00 P.m., Monday – Friday. important Notes check The Attachments And Links Section Of This Notice For Possible, Additional Project-specific Requirements Or Modifications To The Rlp. offerors Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b offerors Are Advised That All Shell Work Associated With Delivering The Tenant Improvements Are At The Lessor’s Cost. Please Refer To Section 3(construction Standards And Shell Components)and Specifically To Paragraph 3.07(building Shell Requirements)of Theaaap Rlp Attachment #2 Titled "lease Contract" (gsaform L100_aaap) For More Detail. Tenant Improvement Components Are Detailed Under Section 5 Of The Aaap Rlp Attachment#2 Titled "lease Contract" (gsaform L100_aaap). it Is Highly Recommended That Offerors Start The Sam Registration Process Directly Following The Offer Submission. Refer To Rlp Clause 3.06. how To Offer the Automated Advanced Acquisition Program (aaap), Located At Https://lop.gsa.gov/aaap, Will Enable Interested Parties To Offer Space For Lease To The Federal Government In Response To The Fy25 Aaap Rlp. In Addition, The Government Will Use Its Aaap To Satisfy The Above Space Requirement. offerors Must Go To The Aaap Website, Select The “register To Offer Space” Link And Follow The Instructions To Register. Instructional Guides And Video Tutorials Are Offered On The Aaap Homepage And In The “help” Tab On The Aaap Website. Once Registered, Interested Parties May Enter Offers During Any “open Period”. For Technical Assistance With Aaap, Email Lop.help@gsa.gov. the Open Period Is The 1st Through The 7th Of Each Month, Ending At 7:30 P.m. (et) Unless Otherwise Stated By The Government And Unless The 7th Falls On A Weekend Or Federal Holiday. If The 7th Falls On A Weekend Or Federal Holiday, The Open Period Will End At 7:30 Pm (et) On The Next Business Day. Refer To Aaap Rlp Paragraph 3.02 For More Details On The Offer Submission Process. The Government Reserves The Right To Allow For Multiple Open Periods Prior To Selecting An Offer For Award To Meet This Specific Space Requirement. Offers Cannot Be Submitted During The Closed Period And Will Not Be Considered For Projects Executed During That Time Period. lease Award Will Be Made To The Lowest Price, Technically Acceptable Offer, Without Negotiations, Based Upon The Requirements In This Advertisement And In The Rlp Requirements Package Found On The Aaap Website. During An Open Period, Offerors Will Be Permitted To Submit New Offers Or Modify Existing Offers. Offerors Can Draft An Offer At Any Time; However, You Can Only Submit An Offer During The Open Period. the Offered Space Must Comply With The Requirements In This Advertisement And The Rlp And Must Meet Federal Government, State, And Local Jurisdiction Requirements, Including Requirements For Fire And Life Safety, Security, Accessibility, Seismic, Energy, And Sustainability Standards In Accordance With The Terms Of The Lease. The Lease And All Documents That Constitute The Lease Package Can Be Found At Https://leasing.gsa.gov/leasing/s/aaap-portalhome. if You Have Previously Submitted An Offer In Fy 2024, The Aaap Application Has A Copy Feature Which Will Allow Existing Offers To Be Copied Over To The Fy 2025 Rlp In Order To Avoid Having To Re-enter All Of The Data Manually. Please Be Sure To Review Fy25 Aaap Rlp Package And Each Page Within The Aaap Application Prior To Submitting Your Offer As Some Of The Questions Have Changed. You Must Re-enter Your Space And Rates On The ‘space And Rates’ Tab In The Aaap. Your Previous Offered Space Will Not Be Copied.

Department Of Agriculture Tender

Goods
Healthcare and Medicine
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 299.7 K (USD 5.1 K)
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.

Correctional Service Canada Tender

Others
Canada
Closing Date2 Jan 2025
Tender AmountRefer Documents 
Description: This Requirement Is For: The Correctional Service Of Canada, Pacific Region. Trade Agreement: Canadian Free Trade Agreement (cfta), World Trade Organisation-agreement On Government Procurement (wto-agp), Canada Ukraine Free-trade Agreement (cufta), Canada Korea Trade Agreement (ckta), Canada Free Trade Agreements With Chile/colombia/honduras/panama, Canada-peru Free Trade Agreement, Canada-european Union Comprehensive Economic And Trade Agreement (ceta) And Canada-united Kingdom Trade Continuity Agreement (canada-uk Tca), Comprehensive And Progressive Agreement For Trans-pacific Partnership (cptpp). Tendering Procedures: All Interested Suppliers May Submit A Bid. Competitive Procurement Strategy: Lowest Priced Compliant Bid. Set-aside Under The Procurement Strategy For Indigenous Business: This Procurement Is Not Subject To Any Set-asides For Indigenous Suppliers. Comprehensive Land Claim Agreement: This Procurement Is Not Subject To A Comprehensive Land Claims Agreement. Security Requirements: This Contract Does Not Include Security Requirements. Nature Of Requirements: The Following Is A Summary Of The Statement Of Work For This Requirement. The Correctional Service Canada's Health Services Branch Has A Requirement For The Delivery Emergency Trauma Care (etc) Training On An As And When Requested Basis To Nurses Working In Csc’s Institutions. The Emergency Trauma Care Training Is The Prehospital Trauma Life Support (phtls) Course Or A Course With The Same Training Content And Will Be Referred To As Etc In This Statement Of Work. Objectives: To Certify Csc Nurses In Etc Through Training Delivered In A Pre-hospital Setting Based On A Pre-hospital Trauma Care Model. Nurses Who Have Successfully Completed This Training Will Be Able To Demonstrate Sound Knowledge And Skills In Emergency And Trauma Response. Tasks The Contractor Must Provide All Training Materials And Equipment Including Audiovisual Equipment, And Instructors As Well As Transportation Of Training Materials, Equipment And Instructors To And From The Training Location. 1.3.1 Theory Component: The Contractor Must Send The Project Authority Hardcopies Of The Training Materials (textbook, Or Manual Or Both) Upon Confirmation Of Sessions Booked. The Contractor Must Provide A Maximum Of 240 Of The Current And Most Up-to-date Editions Of The Training Manuals Required For The Course At Contract Award. If Applicable To The Training Course, The Contractor Must Send Any Pre-test Or Other Materials To The Project Authority One To Three Weeks Prior To The In-person Course Start Date. Students Are Required To Read And Understand The Theory Component Of The Textbook Content And Complete The Pre-test Prior To The In-person Component. Following The Theory Component, The Contractor Must Provide In-person Training Of Assessment, Skills And Scenarios; 1.3.2 The Contractor Must Provide In-person Training That Meets The Following Requirements: • Only One Instructor Must Deliver The Training; • The Contractor Must Develop And Deliver Scenarios To Csc Nurses To Assess And Manage Trauma Care Patient(s) In A Unique Environment (e.g., In A Federal Correctional Institution), Where Nurses May Carry Emergency Equipment, Medications And Oxygen To The Location Of The Emergency When A Patient Cannot Quickly And Easily Be Brought To The Health Services Centre. Nurses May Respond To An Emergency When A Person Is Unconscious On The Ground. Nursing Care May Be Provided In Sometimes Small, Confined Or Other Cramped Spaces (e.g., Inmate's Cell). Nurses Must Have The Ability To Provide Care That Includes, But Is Not Limited To Airway Management Including Airway Insertion, Using An Ambu Bag, Chest Compressions, And Any Other Interventions That A Nurse May Need To Administer To A Patient In An Emergency Situation. The Contractor Must Meet With The Project Authority At Contract Award To Discuss Scenario Development. The Project Authority Will Provide Specific Scenarios To The Contractor At Contract Award. • The Training Must Be Completed Within One To Three Weeks From The Theory Component (which Must Be Delivered Via A Hard Copy Text Book); • Deliver The Key Components Of The Course (as Listed Below) Utilizing Knowledge And Hands On Assessment According To International Etc Outline: O Scene Management And Primary Survey O Airway Management O Circulation And Iv Therapy O Secondary Survey O Kinematics Of Trauma O Head Trauma O Spinal Trauma O Disabilities And Fractures O Burns O Multi-patient Care 1.3.3 Maximum Number Of Emergency Trauma Care Training Sessions: • The Contractor’s Instructor(s) Must Provide The Required Number Of Training Sessions In Pacific Region. Each Session Will Have A Minimum Of Four (4) And Maximum Of Six (6) Participants. Csc May Add Participants With The Contractor’s Agreement. The Number Of Participants And Sessions Is Subject To Change Depending On Csc's Needs And The Number Of Participants Per Session. Stream Estimated Maximum Number Of Sessions Pacific Region 40 The Estimated Number Sessions Is Based On Delivery Of Training Sessions During Previous Years. It Does Not Represent A Commitment From Csc That Csc’s Actual Requirements During The Course Of The Contract Will Be Consistent With This Number. 1.3.4 The Contractor Must Provide Instructor(s) To Deliver The Etc Training In English, On An “as And When Requested Basis”. 1.3.5 The Instructor(s) Must Perform The Following Tasks: A) If Applicable, Supply The Project Authority With Instructions To The Shared With The Participants For The Theory Component Of Etc Training And Pre-testing Requirements; B) Provide In-person Training Sessions To Participants; C) Provide A List Of, And Information On, The Electronic Devices The Contractor Requires For Delivery Of The In-person Training. Csc Will Determine The Devices’ Compatibility With Its Whiteboards Or Overhead Projectors And Approve Them To Allow The Contractor To Bring Them Into A Csc Environment. The Contractor Must Be Prepared To Adjust Its Selection Of Electronic Devices Depending On Their Compatibility With Csc Equipment And Acceptability For A Correctional Environment; D) Arrive And Log-in At Least 30 Minutes Prior To The Start Of Training To Ensure That Training Equipment Is Operational And The Training Room Is Properly Set Up. The Instructor Is Responsible For The Working Order Of Their Electronic And Medical Training Equipment. E) Greet And Provide Administrative Briefing To Participants At The Beginning Of The In-person Training. Outline The Course Content And Evaluation; F) Provide Administrative Briefing For The Location Of Fire Exits, Washrooms, And Lunchroom For The In-person Session; G) Provide An Attendance Sheet And Have Participants Sign It For Both Training Days During The In-person Session; H) Review The Attendance Sheet To Ensure Participants Have Signed; I) Assess The Participants To Ensure They Have Successfully Completed The Training; J) Send A Certificate Of Completion For Each Participant; To The Csc Regional Practice Lead, Nursing; K) Deliver The Training Content In Accordance With Policies And Procedures Reflective Of A Unique Pre-hospital Setting Trauma Care Environment Using Correctional Institution Type Scenarios ; L) Provide Their Own Electronic Devices Required To Facilitate The Training; M) Provide A Supportive Learning Environment Conducive To Motivating Optimal Learning; N) Encourage Participants To Engage With Each Other In Support Of The Learning Objectives; O) Help And Guide The Participants Learn The Subject Matter; P) Ensure The Training Timeline Is Managed Effectively; Q) Keep The Discussion(s) On Track; 1.3.6 Course Hours And Duration The Contractor Must Deliver The In-person Training Sessions During Csc’s Core Business Hours, From 8:00 A.m. To 4:00 P.m. The Contractor Must Obtain The Project Authority’s Approval, In Advance, For Any Change In The Training Hours. The In Person Facilitation Must Be A Maximum Duration Of Sixteen Hours (two Days). 1.3.7 Training Cancellation Or Rescheduling (a) Csc May Cancel Or Reschedule The In-person Training At No Charge By Giving A Written Notice To The Contractor By Email At Least Seven (7) Calendar Days Prior To In-person Training Delivery; (b) Csc May Cancel In-person Training Due To An Unforeseeable Or Uncontrollable Event (including, But Not Limited To A Lockdown, Strike, Virus Attack, A Pandemic, A Power Or Technical Failure) At No Charge Regardless Of When Csc Gives Notice To The Contractor. (c) In The Event That Csc Cancels Or Reschedule An In-person Training Session (for Reasons Other Than An Unforeseeable Or Uncontrollable Event) Less Than Seven Calendar Days Prior To The Delivery Date, The Contractor Will Be Paid 25% Of The Firm Price Per In-person Training Session In Accordance With Annex B-basis Of Payment; (d) In The Event That Csc Cancels Or Reschedules A Scheduled Training On The Day Of Or During The Training, The Contractor Will Be Paid The Full Firm Price Per In-person Training Session In Accordance With Annex B-basis Of Payment; Deliverables: The Contractor Must Provide: 1.4.1 A Hard Copy Version Of The Training Manuals For The In-person Training, For Each Participant As Well As Any Required Training Handouts; 1.4.2 A List Of All Successful And Unsuccessful Participants At The End Of Each Training Session To Csc’s Project Authority; 1.5 Location Of Work 1.5.1 The Contractor Must Deliver The Training At The Correctional Learning And Development Centre At: #103-30585b Progressive Way Abbotsford, British Columbia. Any Conditions For Participation Of Suppliers Not Specified In Solicitation Documentation: None. Estimated Quantity Of Commodity: See Solicitation Document Statement Of Work And Basis Of Payment. Duration Of Contract And Time Frame For Delivery: Period Of The Contract: The Work Is To Be Performed During The Period Of February 01, 2025 To January 31, 2028. File Number: 21801-24-0035 Contracting Authority: Kristen Malanowich Telephone Number: (236) 380-6646 Facsimile Number: (604) 870-2444 E-mail: Kristen.malanowich@csc-scc.gc.ca Note To Bidders: Bidders Can Obtain The Complete Statement Of Work And Evaluation Criteria By Downloading The Solicitation Document And Associated Documents From The Canada Buys / Tender Opportunities Website. The Crown Reserves The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada (english Or French). After Contract Award, Bidders May Request A Debriefing On The Results Of The Bid Solicitation Process. Bidders Should Make The Request To The Contracting Authority Within Fifteen (15) Working Days Of Receipt Of The Results Of The Bid Solicitation Process. The Debriefing May Be In Writing, By Telephone Or In Person. Procurement Assistance Canada (pac) Offers Seminars To Businesses Interested In Learning How To Sell Goods And Services To The Government Of Canada. The Seminars Are Free. Topics Include: ? Understand The Federal Procurement Process; ? Learn About Searching For Opportunities; ? Find Out How To Bid On Opportunities; ? Discover How To Prepare To Sell To The Government. The Full Schedule Of Seminars Can Be Found On The Procurement Assistance Canada Website, Under Find An Event (procurement Assistance Canada: Find An Event - Canada.ca).

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n7m3.11|anc|7176055415|nicole.diehl@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26||||||||||||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|combo|n.a|tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| option For Increased Quantity (mar 1989)|1|365 Days| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|334511|1350|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ all Freight Is Fob Origin. this Rfq Is For A Buy. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. government Source Inspection Is Required. Unit Price:__________ Firm Total Price:__________ Firm Procurement Turnaround Time (ptat) :__________ Awardee Cage: __________ Inspection & Acceptance Cage, If Not At Source:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________ important Traceability Notice: If You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide A Letter/official Email From The Oem Confirming Your Company Is Authorized An Authorized Distributor Of Their Items. the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Module, Assy, Cntlr . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Module, Assy, Cntlr Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;03538 77a126686p7; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.

Public Service Delivery Tender

Others
Canada
Closing Date15 Jan 2025
Tender AmountRefer Documents 
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).

Southeastern Pennsylvania Transportation Authority Tender

Machinery and Tools
United States
Closing Date2 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Southeastern Pennsylvania Transportation Authority | 3 Year Plumbing Supplies & Materials Blanket Contract

Southeastern Pennsylvania Transportation Authority Tender

Machinery and Tools...+1Furnitures and Fixtures
United States
Closing Date2 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Southeastern Pennsylvania Transportation Authority | Cluster Assemblies
8231-8240 of 9845 archived Tenders