Transportation Tenders
Transportation Tenders
Limited Liability Partnership KTZ FREIGHT TRANSPORTATION Tender
Others
Kazakhstan
Closing Date20 Feb 2025
Tender AmountKZT 484.1 K (USD 968)
Purchaser Name: Limited Liability Partnership KTZ FREIGHT TRANSPORTATION | Calibration Services for Measuring Instruments
Limited Liability Partnership KTZ FREIGHT TRANSPORTATION Tender
Civil And Construction...+1Civil Works Others
Kazakhstan
Closing Date21 Feb 2025
Tender AmountKZT 995.7 K (USD 1.9 K)
Purchaser Name: Limited Liability Partnership KTZ FREIGHT TRANSPORTATION | TMC Spare Parts for Wagon Facilities (sling, hexagonal head bolt)
Limited Liability Partnership KTZ FREIGHT TRANSPORTATION Tender
Telecommunication Services
Kazakhstan
Closing Date21 Feb 2025
Tender AmountKZT 52.1 Million (USD 104.3 K)
Purchaser Name: Limited Liability Partnership KTZ FREIGHT TRANSPORTATION | Works on Technical/Service Maintenance of Technical/Safety Equipment of Rolling Stock (lbt Motorola)
BARANGAY TETUAN, ZAMBOANGA CITY Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 80 K (USD 1.3 K)
Details: Description Republic Of The Philippines Barangay Tetuan Bids And Awards Committee Tetuan 25-0022 M. Nativitad, St., Zamboanga City Invitation To Bid For Supply And Delivery Of Heavy Merienda For The Barangay Tetuan Senior Citizen Association General Assembly (name Of Project) 1. The City Government Of Zamboanga, Through The Annual Budget 2024 Intends To Apply The Sum Of Eigthy Thousand Pesos (p 80,000.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of The Purchase Of One (1) Lot Various Disaster Equipment Pr No. 25-01-01-177 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Zamboanga Now Invites Bids For The Supply And Delivery Of Heavy Merienda For The Barangay Tetuan Senior Citizen Association General Assembly 2025 The Sol. Goods Is Required By Ten (10) Calendar Days Bidders Should Have Completed Within A Period Of Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project, With A Value Of At Least (50%) Of The Abc And To Meet Other Eligibility Requirements Stated In The Eligibility Documents. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From Barangay Hall Of Tetuan In The Office Of The Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28- February 05, 2025 From The Given Address And Website/s Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P500.00the Method Of Payment Will Be Cash Payable To The Barangay City Treasurer’s Office. The Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His/her Authorized Representative. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees “machine Copy Of The Official Receipt” Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before February 06, 2025 At 10:00 Am At Office Of The Bids And Award Committee, Conference Room, M. Natividad St., Zamboanga City.late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. All Bids Must Be Accompanied By A Bid Security Which Shall Be A Bid Securing Declarationor At Least One Other Form Of The Following: Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal/commercial Bank, Irrevocable Letter Of Credit Issued By A Universal/commercial Bank Or From Other Bank Certified By The Bangko Sentral Ng Pilipinas As Authorized To Issue Such Financial Instrument, Provided However That It Shall Be Confirmed Or Authenticated By A Universal/commercial Bank If Issued By A Foreign Bank In The Amount Of P1,230.00or Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security In The Amount Of P3,075.00or Any Combination Of The Foregoing In The Amount Proportionate To Share Of Form With Respect To Total Amount Of Security. The Bid Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity. Bidders Are Required To Indicate The Brand Name And/or Name Of Manufacturer Of Goods Offered/quoted, When Appropriate. 8. Bid Opening Shall Be On February 07, 2025 At 10:00 Am At Office Of The Bids And Awards Committee, Conference Room, M. Natividad St., Zamboanga City. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. To Be Delivered In The Barangay Hall Of Tetuan. 10. The Brangay Council Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules Or Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Bidders Are Advised To Use The Bid Form At The Back Of This Itb. Failure To Do So Would Lead To Non-acceptance Of The Bid. 12. For Further Information Please Refer To: Hazel Jane L. Fox Bac Secretariat Barangay Government Of Tetuan M.natividad Street, Zamboanga City Brgytetuan@gmail.com Tel. No. (063) 993-0269 Republic Of The Philippines Barangay Tetuan Bids And Awards Committee Tetuan 24-0022 M. Natividad Street, Zamboanga City Bid Form Date: ____________________ To: Barangay Council Of Tetuan Address: M. Natividad Zamboanga City Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers Including Bid Bulletin Numbers Tetuan 25-0022 The Receipt Of Which Is Hereby Duly Acknowledge, We, The Undersigned, Offer To Supply/deliver/perform The Delivery And Supply Of Heavy Merienda For The Barangay Tetun Senior Citizen Association General Assembly Inconformity With The Said Philippine Bidding Documents (pbds) For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax’ (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules, If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon As At Any Time Before The Expiration Of That Period. [insert This Paragraph If Foreign-assisted Project With The Development Partner: Commissions Or Gratuities, If Any, Paid, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Amount And Purpose Of Agent Currency Commission Or Gratuity (if None, State “none”)] Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of ________________________________________________________ (name Of Bidder) As Evidenced By The Attached ______________________________________________________________________. (state The Written Authority) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: _________________________________________________________________________ Legal Capacity: __________________________________________________________________ Signature: ______________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: _________________________________________ Date:__________________________ Price Schedule For Goods Name Of Bidder _____________________________________________________ Tetuan 25-0022 Page 1 Of 1 2 3 4 5 6 7 8 9 10 Item 1. Heavy Merienda: -sliced Bread -sotanghon Guisado -botted Water -3 Pieces Shanghia Beef Country Of Origin Quantity Unit Price Exw Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col.9) X (col 4) Purpose: For The Barangay Tetuan Senior Citizen Association General Assembly Name: _________________________________________________________________________ Legal Capacity: __________________________________________________________________ Signature: ______________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ________________________________________ Date: ________________________________ Schedule Of Requirements The Delivery Schedule Expressed As Days/weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Days/weeks/months ________________________ Signature Over Printed Name Technical Specifications Brand Name Statement Of Compliance Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] __________________________ Signature Over Printed Name Schedule Of Warranty This Serves As Warranty For _______________________________________________ In The Barangay Government Of Tetuan. Item No. Description Quantity Warranty _____________________________ Bidder Signature Over Printed Name Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply / Delivery Of Heavy Merienda For The Barangay Tetuan Senior Citizen General Assembly B. Completed Within Ten (10) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 “subcontracting Is Not Allowed.” 12 The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) At Cgso, Tetuan, Zamboanga City For This Project . 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P1,230.00; If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than P3, 075.00; If Bid Security Is In Surety Bond. 19.3 The Project Shall Be Awarded One Project Having Several Items That Shall Be Awarded As One Contract. 20.2 [list Here Any Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It.] 21.2 [list Here Any Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity.] Special Conditions Of Contract Gcc Clause 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Abroad, State:] “the Delivery Terms Applicable To The Contract Are Ddp Delivered [indicate Place Of Destination]. In Accordance With Incoterms.” [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered Barangay Hall Of Tetuan, Zamboanga City. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is [indicate Name(s)]. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: Select Appropriate Requirements And Delete The Rest. A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E.training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. [specify Additional Incidental Service Requirements, As Needed.] The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: Select Appropriate Requirements And Delete The Rest. A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B.in The Event Of Termination Of Production Of The Spare Parts: I.advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii.following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Is Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Three (3) Months. If Not Used Indicate A Time Period Of Three Times The Warranty Period]. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within [insert Appropriate Time Period] Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 [if Partial Payment Is Allowed, State] “the Terms Of Payment Shall Be As Follows: _____________.” 4 The Inspections And Tests That Will Be Conducted Are: Quality Inspection By Accounting, Coa, Cgso And End User. Republic Of The Philippines) City Of _____________________) S.s Bid Securing Declaration Invitation To Bid No.: [insert Reference Number] To: Barangay Government Of Tetuan, Bids And Awards Committee M. Natividad Street, Tetuan Zamboanga City I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And; C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ___ Day Of [month][year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Barangay Council Of Tetuan Wishes To Receive Bids For The Supply And Delivery Of Heavy Merienda For The Barangay Tetuan Senior Citizen General Assembly With Tetuan 25-0022 The Procurement Project (referred To Herein As “project”) Is Composed Of The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For The Annual Budget 2024 In The Amount Of Eigthy Thousand Pesos ( 80,000.00) 2.2. Nga, The General Appropriations Act Or Special Appropriations. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.b Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference No Pre-bid Conference 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Ten (10) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty Days [120]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On February 05, 2025 At 10:00 Am At Barangay Hall, Conference Room, M. Natividad St., Zamboanga City As Indicated In Paragraph 6 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids On February 07, 2025 At 10:00 Am At Barangay Hall, Conference Room, M. Natividad St., Zamboanga City As Specified In Paragraph 8 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
DEPT OF THE ARMY USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: Note** Please See W91zlk-25-q-0008 For Similar Items Being Requested*** this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With Far Part 12, Acquisition Of Commercial Items, Far Part 13.5, Simplified Procedures For Certain Commercial Items And As Supplemented With Additional Information Included In This Notice. This Solicitation Will Utilize Simplified Procedures For Soliciting Competition, Evaluation, Award Documentation And Notification That Comply With Far 13.1. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) Number: 2025-03. Effective Date: 01/17/2025. this Solicitation Is Issued As A Request For Quotation (rfq). The Solicitation Number Is W91zlk-25-q-0009. It Is The Government's Intent To Award A Firm-fixed-price Purchase Order. This Requirement Is Being Solicited As Full And Open Competition Represented By Naics Code 335921. This Requirement Will Be Awarded As A Firm-fixed Price Type Contract To The Lowest Priced Technically Acceptable (lpta) Offeror. It Is The Contractor's Responsibility To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At These Addresses Https://acquisition.gov/far/index.html And Http://www.acq.osd.mil/dpap/sitemap.html the Army Contracting Command - Aberdeen Proving Ground (acc-apg) On Behalf Of The Aberdeen Testing Center Requires Quantity: 30. Each. Item Belden Multi Conductor Cable Specific Requirements Is Defined In The Attached Purchase Description (pd). The Contractor Shall Specify Estimated Delivery Date, Unit Prices, And Any Commercial Warranties With Quote Submissions. Quotes Shall Specifically Address Each Requirement Listed In This Document. Partial Quotes Will Not Be Evaluated By The Government. this Award Is Set-aside 100% For Small Business. all Items Without Exception Must Be New And Manufacturer's Warranty Information Must Be Included. All Submissions Must Be Baa Compliant And Clearly Annotated On The Quotation. see Attached Purchase Description For Brand Name Only delivery And Installation Will Be Made Fob Destination To: us Army Aberdeen Test Center 6850 Lanyard Road, Bldg 358, Aberdeen Proving Ground, Md 21005 award Will Be Made Based On The Lowest Evaluated Price Of Proposals Meeting Or Exceeding The Acceptability Standards For Non-cost Factors In Accordance With Far 15.101-2. The Non-cost Factors Are The Technical Requirements, In Accordance With The Specifications And Description Attached. the Contract Will Be Awarded To The Lowest Price Technically Acceptable (lpta) Offer. The Technical Evaluation Will Be A Determination Based Upon Information Provided By The Contractor. The Government Is Not Responsible For Locating Or Securing Any Information Which Is Not Identified In The Offer. The Government Reserves The Right To Make Award Without Discussions. quotations And Attachments Must Be Sent Via Email At: attention Andrew Bragason Via Email At Andrew.a.bragason.civ@army.mil Nlt Thursday, 13 February 2025 At 4:00 Pm Et. Late Submissions Will Not Be Evaluated. All Quotations From Responsible Sources Will Be Fully Considered. contractors Who Are Not Registered In The System For Award Management (sam) Database Prior To Award Will Not Be Considered. Contractors May Register With Sam By Calling 1-866-606-8220 Or Online At Https://www.sam.gov Or Through The Federal Service Desk At Http://www.fsd.gov. this Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At The Following Address: Http://www.acquistion.gov the Following Clauses And Provisions Are Incorporated By Reference: 52.202-1 Definitions Nov 2013 52.203-3 Gratuities Apr 1984 52.204-7 System For Award Management Oct 2018 52.204-13 System For Award Management Maintenance Oct 2018 52.204-27 Prohibition On A Bytedance Covered Application Jun 2023 52.211-17 Delivery Of Excess Quantities Sep 1989 52.212-4 Contract Terms And Conditions--commercial Items Oct 2018 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Items Jan 2019 52.217-6 Option For Increased Quantity Mar 1989 52.217-7 Option For Increased Quantity-separately Priced Line Item Mar 1989 52.222-50 Combating Trafficking In Person Nov 2021 52.223-11 Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons. Jun 2016 52.232-39 Unenforceability Of Unauthorized Obligations Jun 2013 52.233-1 Disputes May 2014 52.242-15 Stop-work Order Aug 1989 52.243-1 Changes--fixed Price Aug 1987 52.246-16 Responsibility For Supplies Apr 1984 52.247-34 F.o.b. Destination Nov 1991 52.249-8 Default (fixed-price Supply & Service) Apr 1984 52.253-1 Computer Generated Forms Jan 1991 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials Sep 2011 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights Sep 2013 252.203-7003 Agency Office Of The Inspector General Dec 2012 252.204-7003 Control Of Government Personnel Work Product Apr 1992 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting Oct 2016 252.219-7011 Notification To Delay Performance Jun 1998 252.225-7001 Buy American And Balance Of Payments Program-- Basic Dec 2017 252.225-7007 Prohibition On Acquisition Of Certain Items From Communist Chinese Military Companies Dec 2018 252.225-7008 Restriction On Acquisition Of Specialty Metals Mar 2013 252.225-7012 Preference For Certain Domestic Commodities Dec 2017 252.225-7015 Restriction On Acquisition Of Hand Or Measuring Tools Jun 2005 252.225-7021 Trade Agreements--basic Dec 2017 252.225-7048 Export Controlled Items Jun 2013 252.227-7015 Technical Data--commercial Items Feb 2014 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Dec 2018 252.232-7010 Levies On Contract Payments Dec 2006 252.239-7001 Information Assurance Contractor Training And Certification Jan 2008 252.243-7002 Requests For Equitable Adjustment Dec 2012 252.247-7023 Transportation Of Supplies By Sea Apr 2014 exemption Certificate From Maryland Retail Sales And Use Tax (oct 2012) Acc-apg 5152.229-4900 exemption Certificate No. 30005004 Covers Exemption From Maryland Retail Sales And Use Tax.
DEFENSE LOGISTICS AGENCY USA Tender
Food Products
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Details: This Is A Request For Information (rfi) For The North And South Dakota Regions. This Is Not A Solicitation For Proposals And There Is No Solicitation Available At This Time. The Government Will Not Pay For Any Information Received In Response To This Rfi, Nor Will The Government Compensate Any Respondent For Any Cost Incurred In Developing The Information Provided To The Government. This Rfi Does Not Constitute A Commitment From The Government And Any Information Provided In Response To This Rfi Will Be Used For Informational Purposes Only. Any Proprietary Information Submitted Will Be Protected If Appropriately Marked. Vendor Participation Is Not A Promise For Future Business With The Government. The Purpose Of This Rfi Is To Conduct Market Research. background: Dla Troop Support Expects To Issue The Solicitation For Subsistence Prime Vendor (spv) Supporting The North And South Dakota Regions Within The Contiguous United States (conus). Dla Troop Support’s Conus Spv Contractors Are Responsible For Providing Full-line Food And Beverage Item Distribution Support For Garrison Type Feeding To Military, Federally Funded, And Other Authorized Customers In The Regions Covered By Each Contract. The Dla Troop Support Spv Contractor Will Be Responsible For Providing Food Products Such As Canned Items, Dry Items, Chill Items, Ultra-high Temperature (uht) Dairy Items, Frozen Bakery Products, Frozen Meats, Frozen Seafood And Poultry, Ice Cream, Eggs, And Other Dairy Products Under This Contract. Information On The Current Dla Troop Support Conus Spv Contracts Can Be Found At http://www.dla.mil/troopsupport/subsistence/foodservices/regions/conus.aspx. subsistence Prime Vendor Support Includes But Is Not Limited To: Sourcing Food Items; Receiving And Consolidating Product; Warehousing And Inventory Management; Quality Control, Quality Assurance, And Inspections; Transportation, Personnel Management, Meeting Required Delivery Dates, And Extensive Reporting Requirements. dla Troop Support's Conus Subsistence Prime Vendor (conus Spv) Program Is Interested In Your Comments Regarding Food Support For Our Current Customers Listed Below In The North And South Dakota Region. zone 1 North Dakota customers dakota Dining Minot Afb, Minot Nd 58704 5th Missile Feeding Minot, Minot, Nd 58705 airey Dining Grand Forks Af, Grand Forks, Nd 58205 119th Ang Flight Wing, Fargo, Nd 58102 cdc Grand Forks Afb Nd, Grand Forks Afb, Nd 58205 youth Center Program Grand Forks,grand Forks Afb Nd 58205 food Service Staff Office zone 2 South Dakota customers 114th Ang - Joe Foss Field, Sioux Falls, Sd 57104 ellsworth Raiders Café, Ellsworth, Afb, Sd 57706 pine Ridge I H S Hospital, Pine Ridge, Sd 57770-1201 camp Rapids Sd, Rapid City, Sd 57703 following Are Specific Questions To Consider: 1. Please Provide The Name Of Your Company And Point Of Contact Information. If Your Company Has A Cage Code, Please Provide That As Well. 2. In What Type Of Business Is Your Company Involved – E.g. Logistics, Food Distribution? Who Are Your Firm’s Major Customers, E.g. Retailers, Industrial Accounts, Commercial Accounts? 3. Is Your Firm Considered A Large Or Small Business Concern? Small Business Is Generally Defined As A Firm That Employs Less Than 700 Employees. 4. Do You Believe Your Firm Can Successfully Perform The Requirements Discussed Above In The Third Paragraph Of This Rfi? If So, Please Explain Why. If Not, Please Explain Why. 5. Can You Support Any Or All The Customers, In Both North Dakota And South Dakota, As Listed Above? If You Cannot Support Any Or All The Customers Described Above, Please Provide The Reason Why You Cannot Provide Support. Many Of The Customers Expect Delivery 48 Hours After Placing Their Orders. Are There Any Location Limitations In Meeting This Delivery Schedule? 6.historically, Spv Contracts For Land Customers Located In North And South Dakota Had Contract Terms Of 5 Years And Sales In These Regions Have Been Estimated Around $1,247,998.16 Per Year For North Dakota And $914,564.79 Per Year For South Dakota. Can Your Firm Manage This Volume? What Is The Revenue Generated From Product Moving Through Your Warehouse(s) On An Annual Basis? Is Revenue Generated From Any Other Source Associated With The Aforementioned Warehouse? If So, Explain? 7. Does Your Firm Have A Warehouse In North Dakota And/or South Dakota? If Not, Does Your Firm Have The Capabilities To Obtain A Warehouse In North Dakota And/or South Dakota? Do You Feel It Be More Feasible To Establish More Than One Warehouse In North Dakota And/or South Dakota To Meet Customer Requirements? Identify Any Constraints That May Prevent Your Firm From Developing Warehouse Platforms In North Dakota And/or South Dakota. 8.do You Have Preferred Delivery Set-ups (routes, Grouping Of Customers) To Provide Complete Food Support Throughout North And South Dakota? 9.some Of Our Customers Are Remotely Located And Require Smaller Pack-size Items. Can This Requirement Be Provided? Can You Provide Service To Them, Regardless Of Weather Conditions? What Method Of Shipping Would Be Used? 10.the Terms Of The Berry Amendment, 10 U.s.c. 4862, Will Likely Apply To Items Under Any Solicitation That Is Issued And The Resulting Contract. In General, Items That Are Subject To The Berry Amendment Must Be Grown, Reprocessed, Or Produced In The United States Or Its Possessions, See Dfars Clause 252.225-7012. Can You Provide Berry Amendment Compliant/united States Domestic Products? 11. A Surge Requirement Is One That Could Increase The Normal Orders By 300% In Which You Would Be Required To Satisfy Requirements For Emergency Situations (i.e., Ramp Up To Meet Early Requirements (surge) And/or Requirements That May Exceed Estimated Annual Quantities). Dla Defines Surge As The Ability To Ramp Up Quickly To Meet Early Requirements Normally Needed Within The First 30 Days Of A Contingency. Sustainment Is Defined As The Ability To Sustain An Increased Pace Throughout The Contingency(s) For Six Months Or Longer. A Surge Situation Is Defined As An Increase In Military Feeding Of 300% Of Peacetime Demand For A Period Of Up To 30 Days. How Would You Be Able To Accommodate This Increase? What Would Be The Time Frame Needed To Attain These Increased Quantities? Will Your Company Be Able To Operate At The Increased Output Of Products For A Period Of Six Months Or Longer? If Not, What Are Some Of The Reasons Why You Would Not Be Able To Operate At This Elevated Demand And Not Meet The Surge Requirement? 12. Would There Be Customers Who Could Not Be Supported If An Emergency Order Is Needed (either Same Day Or Next Day)? 13. Please Confirm If Your Facility Is Capable And Willing To Complete A Long-term 5-year Contract. we Encourage And Appreciate Your Participation; Please Share Your Ideas Regarding These Issues. Your Written Comments, Suggestions And Ideas Regarding Support For Our Customers Will Be Treated As Confidential And For Government Use Only. Please Provide Your Responses Via Email, By January 29th, 2025 At 12:00 P.m. Philadelphia Local Time To The Following Email Addresses: Neil-michael Chiaradio At Neil.michael.chiaradio@dla.mil And Tania Mboge At Tania.mboge@dla.mil
DEPT OF THE NAVY USA Tender
Chemical Products
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: Introduction this Is A Follow-on To The Sources Sought Notice Posted Under Notice Id Amended-n00019-23-rfpreq-apm271-0068 On 25 April 2023 For E-6b Sealant Removal And Replacement. naval Air Systems Command (navair), Navy Airborne Strategic Command, Control, And Communications Program Office (pma-271), Is Seeking Sources For The Procurement Of Services In Support Of The Removal Of Aircraft Fuel Tank Plumbing And Fuel Cells, Existing Ef-5992 And Mil-8802 Sealant Removal, Application Of Mil-c-27725 Primer, Reapplication Of Ef-5992 Sealant, Reinstallation Of Aircraft Fuel Tank Plumbing And Fuel Cells, And Pressure Checks Of The Fuel Cells And Surfaces For Leaks On Up To Ten (10) E-6b Aircraft During Aircraft Depot Maintenance Inductions. The Scope Of Work To Be Performed On The Aircraft Shall Include Leading And Trailing Edge Spars (ltes), Body Buttock Line (bbl) 70.5, And Fuel Tanks. navair Intends To Award A Single Contract For This Action. period Of Performance: Base Award Is A Five Year Ordering Period With Options For Two (2) Additional Ordering Periods Of 12 Months Each. estimated Start Of Work: Third Quarter Fiscal Year (fy) 2025 the Place Of Performance Is At Tinker Air Force Base Oklahoma City, Oklahoma. this Market Research Tool Is Being Used To Identify Potential And Eligible Firms, Of All Sizes, And Will Be Utilized By The Government To Refine Its Acquisition/contracting Strategy. In Addition, The Responses To This Notice Will Be Utilized To Validate If Any Small Business Set-aside Opportunities Exist. All Small Business Set-aside Categories Businesses (including The Following Subsets, Hubzone Small Business Concerns; Certified 8(a) Small Business Concerns, Service-disabled Veteran-owned Small Business Concerns, Woman-owned Small Business Concerns) Will Be Considered. disclaimer this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. 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 Technical Description Is Strictly Voluntary. the Information Provided In This Notice Is Subject To Change And Is Not Binding On The Government. background the E-6b Platform Is Integral To The U.s. Nuclear Command, Control, And Communications (nc3) Enterprise, And Provides Assured Capability For U.s. Nuclear Force Execution. The Existing Mil-8802 Sealant Creates Weight Challenges And Limits The Ability To Perform Effective And Efficient Maintenance Inspections, Thereby Significantly Impacting The Effort To Modernize And Sustain The E-6b. these Services Are Currently Being Performed Under The Following Contract: indefinite Delivery Indefinite Quantity (idiq) N0001918d0018 contract Type, Firm Fixed Price (ffp) incumbent: Performance Aircraft Systems, Inc. (pasi) (cage 00tc9) this Was A Total Small Business Set Aside Award this Contract Is Available At Http://foia.navair.navy.mil required Capabilities interested Respondents Must Be Able To Demonstrate Their Ability To Safely Remove Existing Ef-5992 And Mil-8802 Sealant, Application Of Mil-c-27725 Primer, And Reapply Approved Ef-5992 Sealant Without Damage To Aircraft Structure. Companies Must Have Experience With These Services On Fixed Wing Aircraft. except For Part Supplier Subcontractors, All Prime And Subcontractor Employees Performing Services Under A Resulting Contract Must Be U.s. Citizens. the Government Will Not Provide Funding For A New Business To Enter The Market For Costs Incurred To Support Any Of The Requirements Identified Above special Requirements the Contractor Will Be Required To Hold: minimum Confidential Security Clearance For Contractor Personnel And Government Facility Access an Active Air Agency Certificate And Operations Specifications Issued By The Federal Aviation Administration And Must Contain The Specification Used To Perform Aircraft Fuel Tank Maintenance And Repair Services. eligibility the Contemplated Naics Code For This Requirement Is 488190 (other Support Activities For Air Transportation) With A Small Business Size Standard Of $40m. The Contemplated Product Service Code (psc) Is J015 (maintenance/repair/rebuild Of Equipment-aircraft And Airframe Structural Components). all Vendors Must Be Registered In Systems For Award Management (sam Database) With Its Duns Number And Commercial And Government Entity (cage) Code In Order To Conduct Business With The Department Of Defense. submission Content the Requested Information Below Is To Assist The Government In Conducting Market Research To Determine Potential Business Sources That Have The Assets, Skills, Experience, Qualifications, And Knowledge Required To Support The Required Capabilities And Special Requirements Above. corporate Information company’s Name And Address; companies Point Of Contact Including Email Address And Phone Number; company’s Business Size And List Of North American Industry Classification System (naics) Codes Under Which Goods And Services Are Provided To Include The Following If Applicable: qualification As A Small Business (sb), Small Disadvantaged Business (sdb), Women-owned Small Business (wosb), Hubzone Small Business (hubzone), Veteran-owned Small Business (vosb), Or Service-disabled Veteran Owned Small Business (sdvosb) Concern specific Sources Sought Information Requested interested Respondents Should Provide A Capability Statement That Addresses How They Plan To Satisfy The Requirements Defined Herein And Should At A Minimum Include The Following: proposed Approach To Meet The Government’s Complete Requirements Described Under Required Capabilities And Special Requirements; rough Order Of Magnitude (rom) Price For The Performance Of The Efforts Described Above; timeline In Number Of Calendar Days And/or Hours To Perform Efforts Described Above; if There Is A Teaming Agreement With Other Companies, The Capability Statement Should Discuss How The Work Efforts Would Be Divided And Should Explain The Corporate Relationship Between The Parties (i.e. Teaming Arrangement, Prime-subcontractor, Joint Venture, Etc.); And a Description Of The Company’s Past Experience And Performance On Similar Contracts. The Past Experience Should Be Specific To Stripping Mil-8802 And Ef-5992 Sealants, And Sealing Aircraft Surfaces With Ef-5992 Sealant. The Respondent Should Address Current And Prior Experiences Within Five Years From The Date Of This Notice. Past Performance Descriptions Shall Include, But Are Not Limited To: what Aircraft Derivatives The Respondent Previously Performed Similar Work On. whether The Past Performance Was For Commercial And/or Military Entities. respondents Are Advised Against Submitting A Capability Statement That Merely Mimics Information Within This Notice, Providing Brochure-like Information, Or General Marketing Information. submission Details means Of Delivery: All Capability Statements Should Be Sent Via Email To Randy Putnam At Randolph.a.putnam.civ@us.navy.mil And Lisa Troccoli At Lisa.j.troccoli.civ@us.navy.mil With The Subject “[contractor Name] E-6b Sealant Removal And Replacement”. Large Files (>5mb) May Not Be Receivable Due To The Navy Marine Corps Intranet Security. media: Responses Shall Be In Microsoft Work And/or Microsoft Excel Format, Or Portable Document Format (pdf). Microsoft Office Versions Older Than 2016 May Not Be Accessible For Navair. page Limit: Responses Shall Be No More Than 10 Pages Single-spaced, 8.5 X 11 Inch Pages Using 12-point Times New Roman Font Minimum. marking: If The Material Provided Contains Proprietary Information, Please Mark Accordingly, And Provide Disposition Instruction (submitted Data Will Not Be Returned). All Responses Must Be Unclassified. the Government Is Under No Obligation To Provide Responses Or Comments To The Information Received From Interested Persons, But May Request Additional Information Following Review. questions Regarding This Notice Must Be Emailed To The Government Point Of Contacts Identified Within This Notice.
DEPT OF THE AIR FORCE USA Tender
Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In The Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. funds Are Not Presently Available For This Requirement But The Government Expects Funding To Be Made Available No Later Than 7 Days Prior To The Performance Date Of The Contract Awarded From This Solicitation. Apparent Awardee Must Accept A Letter Of Intent To Guarantee Performance Until Funding Is Made Available. 1. The Solicitation Number Is Fa4861-25-r-shuttle_buses. This Solicitation Is A Request For Quotation (rfq). 2. The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-06, Dated 29 August 2024. 3. This Rfq Is To Be Solicited As A Total Small Business Set. The Associated North American Industry Classification System (naics) Code 485113 With A Small Business Size Standard Of $32.5m. 4. The Anticipated Contract Type Will Be A Firm Fixed Price (ffp). The Contract Line Item Number (clin) Structure Is As Follows: Clin 0001 – 2025 Nellis Air Show Bus Services [qty.: 1 Lot] 5. Description Of Requirement For The Items To Be Acquired: ***reference Attachment 1 For Specifications, Descriptions, And Additional Information. a. Period Of Performance: 04 April 2025- 06 April 2025 b. Place Of Delivery: Nellis Afb, Nv c. Inspection And Acceptance: Fob Destination far 52.212-1 Instructions To Offerors - Commercial Products And Commercial Services. (sep 2023) requirements. In Accordance With Far 52.204-7 And Defense Far Supplement (dfars) 252.207-7004 Alt A, Prospective Vendors Must Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Lack Of Sam Registration Shall Be A Determining Factor For Contract Award. Prospective Vendors Should Visit The Sam Website At Http://www.sam.gov.com To Register. All Quotes Shall Include The Following Minimum Information: Product Specifications, Cage Code, Sam Unique Entity Id, Payment Terms, Discount Terms, Point Of Contact, Phone, Fax, Email And Proposed Delivery Schedule. It Is The Responsibility Of The Offeror To Contact The Government To Confirm Receipt Of The Quote Prior To The Offer Due Date And Time. questions And Answers. All Questions Must Be Submitted Via Email To Sra Carlos Burnes At Carlos.burnes@us.af.mil. The Deadline For Submitting Questions Is Friday, 27 December 2024, At 1600 Pdt. Questions Submitted After The Cut-off Date Will Not Be Reviewed Or Answered. Answers Will Be Provided By Tuesday, 07 January, 2025, At 1400 Pdt. quote Due Date. Quotes Are Due On Sunday, 12 January 2025, At 1600 Pdt. Only Electronic Offers Submitted Via Email Will Be Considered For This Requirement. Submit Offers To Sra Carlos Burnes At Carlos.burnes@us.af.mil. (end Of Provision) far 52.212-2 Evaluation - Commercial Products And Commercial Services (nov 2021) (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Vendor Whose Quote Conforming To The Solicitation Is The Lowest-priced, Technically Acceptable (lpta). This Is An “all Or None” Requirement And Will Be Awarded On One Contract. Multiple Contracts Will Not Be Issued. Vendors Who Do Not Quote The Entire Package Requested Will Be Considered Non-responsive And Their Quote Will Not Be Evaluated. technical Acceptable/unacceptable Ratings--- acceptable: Offeror Has Followed Instructions In 52.212-1. Offeror’s Quote Clearly Meets The Requirement As Stated In The Solicitation And All Attachments. unacceptable: Offeror Has Not Followed Instructions In 52.212-1. Offeror’s Quote Does Not Meet The Requirement As Stated In The Solicitation And All Attachments. (end Of Provision) far 52.252-2 Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/ (end Of Clause) provisions And Clauses Incorporated By Reference far 52.204-7 System For Award Management (oct 2018) far 52.204-13 System For Award Management Maintenance (oct 2018) far 52.204-24 - Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) far 52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures (dec 2023) far 52.212-3 - Offeror Representations And Certifications—commercial Products And Commercial Services (may 2024) far 52.212-4 - Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023) far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (may 2024) far 52.219-1 - Small Business Program Representations (feb 2024) far 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation (dec 2016) dfars 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022) dfars 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) dfars 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023) dfars 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021) dfars 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) dfars 252.204-7024 Notice On The Use Of The Supplier Performance Risk System (mar 2023) dfars 252.211-7003 Item Unique Identification And Valuation (jan 2023) dfars 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023) dfars 252.225-7001 Buy American And Balance Of Payments Program (feb 2024) dfars 252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022) dfars 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022) dfars 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023) dfars 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation (jun 2023) dfars 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023) dfars 252.232-7003 - Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) dfars 252.232-7006 - Wide Area Workflow Payment Instructions (jan 2023) dfars 252.232-7010 Levies On Contract Payments (dec 2006) dfars 252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023) dfars 252.247-7023 Transportation Of Supplies By Sea (jan 2023) daffars 5352.201-9101 - Ombudsman (jul 2023) daffars 5352.242-9000 - Contractor Access To Air Force Installations (jun 2024) list Of Attachments attachment 1 - Sow_2025 Buses
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With (iaw) The Information In Federal Acquisition Regulation (far) Subpart 12.6 As Supplemented With Additional Information Included In This Notice. The Solicitation Number Is N6931624q0004 And Is Issued As A Request For Quotes (rfq), Unless Otherwise Indicated Herein. The Solicitation Document Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-04. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 441227 With A Small Business Size Standard Of $40m. this Requirement Is A Small Business Set-aside And Only Qualified Sellers May Submit Bids. the Solicitation Pricing On Https://marketplace.unisonglobal.com Will Start On The Date This Combined Synopsis/solicitation Is Posted, And, Unless Otherwise Displayed At Https:// Marketplace.unisonglobal.com, Will End On:2025-02-11 16:30 Eastern Time. fob Destination Shall Be Singing River Island Uss Barry Lane Bldg. 88 Pascagoula, Ms 39567. the Supship Gulf Coast End User Requires The Following Items, Brand Name Or Equal, To The Following: li 001: Brand Name Or Equal To 2025 Cushman Shuttle 6 Efi Gasoline: Factory Installed Options: Body Color; Patriot Blue. Seat Color; Black. Load Star K399-18 X 8.50-8, Taillights, Brake Lights, Led Headlights Field Installed Options: Convex Rear View Mirror, Windshield, Split; Sun Canopy Top, 116”, Black. See Purchase Description At Unison Marketplace For More Information. Please Ensure That Submission Documents Show That All The Requirements Will Be Met. Quantity: 1, Ea. li 002: Brand Name Or Equal To 2025 Express 4 Elite: Factory Installed Options: Body Color; Electric Blue. Standard Trim; Black Top, Black Seat, Folding Windshield. Connect Package; Hole-in-one 20x9-12, Rogue Alloy Wheel. Custom Solutions: Rearview Mirror. . See Purchase Description At Unison Marketplace For More Information. Please Ensure That Submission Documents Show That All The Requirements Will Be Met. Quantity: 2, Ea. ***question Submission: Interested Sellers Must Submit Any Questions Concerning The Solicitation At The Earliest Time Possible To Enable The Buyer To Respond. Questions Must Be Submitted By Using The ‘submit A Question’ Feature At Https://marketplace.unisonglobal.com. Questions Not Received Within A Reasonable Time Prior To Close Of The Solicitation May Not Be Considered.*** for This Solicitation, The Supship Gulf Coast End User Intends To Conduct An Online Competitive Reverse Auction To Be Facilitated By The Third-party Reverse Auction Provider, Unison Marketplace. Unison Marketplace Has Developed An Online, Anonymous, Browser Based Application To Conduct The Reverse Auction. A Seller May Submit A Series Of Pricing Bids, Which Descend In Price During The Specified Period Of Time For The Aforementioned Reverse Auction. The Supship Gulf Coast End User Is Taking This Action In An Effort To Improve Both Vendor Access And Awareness Of Requests And The Agency’s Ability To Gather Multiple, Competed, Real-time Bids. All Responsible Sellers That Respond To This Solicitation Must Submit The Pricing Portion Of Their Bid Using The Online Exchange Located At Https://marketplace.unisonglobal.com. There Is No Cost To Register, Review Procurement Data Or Make A Bid On Https://marketplace.unisonglobal.com. Sellers That Are Not Currently Registered To Use Https://marketplace.unisonglobal.com Should Proceed To Https://marketplace.unisonglobal.com To Complete Their Free Registration. Sellers That Require Special Considerations Or Assistance May Contact Marketplace Support At 1-877-933-3243 Or Via Email At Marketplacesupport@unisonglobal.com. Sellers May Not Artificially Manipulate The Price Of A Transaction On Https://marketplace.unisonglobal.com By Any Means. It Is Unacceptable To Place Bad Faith Bids, To Use Decoys In The Https://marketplace.unisonglobal.com Process Or To Collude With The Intent Or Effect Of Hampering The Competitive Https://marketplace.unisonglobal.com Process. Should Sellers Require Additional Clarification, Notify The Point Of Contact Or Marketplace Support At 1-877-933-3243 Or Via Email At Marketplacesupport@unisonglobal.com. https://marketplace.unisonglobal.com/fbweb/sharebuydetails.do?t1=1&t2=%3dep4sg0vorz%2biaaaaaheaagagtfcgg%2ffzzqqbjaayvxba0or use Of Unison Marketplace: Buyers And Sellers Agree To Conduct This Transaction Through Unison Marketplace In Compliance With The Unison Marketplace Terms Of Use. Failure To Comply With The Below Terms And Conditions May Result In Offer Being Determined As Non-responsive. the Offeror Must Comply With The Following Commercial Item Terms And Conditions: Far 52.252-1, Solicitation. Provisions Incorporated By Reference; Far 52.212-1, Instructions To Offerors; 52.212-3, Offeror Representations And Certification; Far 52.211-6, Brand Name Or Equal. the Following Clauses Apply To This Solicitation: Far 52.212-4, Contract Terms And Conditions Commercial Items. The Following Far Clauses In Paragraph (b) Of Far Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Items, Apply: 52.204-10, Reporting Executive Compensation And First Tier Subcontract Awards; 52.219-6, Notice Of Total Small Business Set-aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-cooperation With Authorities And Remedies; 53.222-21, Prohibition Of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action For Workers With Disabilities; 52.225-13, Restrictions On Certain Foreign Purchases; 52.232-33, Payment By Electronic Funds Transfer—system For Award Management; 52.233-4, Applicable Law For Breach Of Contract Claim. The Following Dfars Clauses Apply: Dfars 252.04-7004, Alternate A System For Award Management; 252.211-7003, Item Identification And Valuation; 252.225-7002, Qualifying Country Sources As Subcontractors; 252.232-7010, Levies On Contract Payments; 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials; 252.203-7001, Buy American Act And Balance Of Payments Program; 252.225-7036, Buy American Act—free Trade Agreements – Balance Of Payments Program; 252.232-7003, Electronic Submission Of Payment Requests; 252.247-7023, Primary And Alt Iii, Transportation By Sea. iaw 52.204-7 System For Award Management (sam) Registration (date), The Offeror Must Be Registered In Sam And Fully Input Their Representations And Certifications For A Complete Record. Information Can Be Found At Http://www.sam.gov Or By Calling 866-606-8220, Or 334-206-7828 For International Calls. 52.204-13 – System For Award Management Maintenance. shipping Is Fob Destination Conus (continental U.s.). new Equipment Only. No Used Or Remanufactured Products Will Be Accepted. submitted Quotes Will Be Valid For 30 Days After Closing. this Solicitation Is Issued As A Request For Quotation (rfq), Not An Invitation For Bid (ifb). iaw Far 52.252-2 Clauses Incorporated By Reference, For The Extended Description Here Is The Website: Https://www.acquisition.gov/
8751-8760 of 9256 archived Tenders