Transportation Tenders
Transportation Tenders
Philippine International Trading Corporation Tender
Others
Philippines
Details: Description Request For Quotation Renewal Of Seventy-five (75) Licenses Of Bitdefender Gravityzone Business Security Premium For Pitc Msd-rfq-2025-02-001 The Philippine International Trading Corporation (pitc) Intends To Apply The Sum Of One Hundred Sixty-one Thousand One Hundred Pesos Only (161,100.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Renewal Of Seventy-five (75) Licenses Of Bitdefender Gravityzone Business Security Premium For Pitc More Particularly Described As Follows: Item Description Quantity Term Abc (vat Inclusive Price (php) Bitdefender Gravityzone Business Security Premium 75 Licenses 1 Year 161,100.00 In View Of This, We Request Suppliers To Submit Quotation With The Following Requirements, Terms, And Conditions For Compliance: 1. Minimum Requirements: A) Submission Of Valid And Current Certificate Of Philgeps Registration (platinum Membership*) Or A) Registration Certificate From The Securities And Exchange Commission (sec) For Corporations, Or From The Department Of Trade And Industry (dti) For Sole Proprietorship, Or From Cooperative Development (cda) For Cooperatives; B) Business/mayor’s Permit For 2025 Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located. C) Income/business Tax Return D) Philgeps Registration Number 2. Technical Requirements: 1. Completely Filled Out Pitc Technical Proposal Form (annex “a”) Which Contains The Required Technical Specification Of The Above Item. 2. Submit A Brochure Or Technical Data Sheet Showing Compliance With The Technical Specification. 3. Duly Filled-out, Signed, And Notarized Omnibus Sworn Statement (template Available At Gppb)/https://www.gppb.gov.ph/downloadable-forms/#tab-61412 4. Delivery Period : One (1) Year Subscription Period Starts On 27 February 2025 - Twenty (20) Calendar Days From Receipt Of Job Order/purchase Order. 5. Delivery Place : Itsd 5th Floor Ndc Building, 116 Tordesillas St. Salcedo Village, Makati City 3. Financial Requirements: A. Completely Filled Out Pitc Financial Proposal Form Annex “b” – Supplier’s Price Quotation Should Not Exceed The Abc, Otherwise It Is Automatically Rejected; B. Price Must Be Vat Inclusive; C. Price Must Be Valid For One Hundred Twenty (120) Days Upon Submission Of Quotation; And D. Payment Term Is Within Fifteen (15) Calendar Days After Complete Delivery Of The Goods And After Submission Of Required Documents As Listed In The Financial Proposal Form (annex “b”) 4. Refusal To Sign And Accept The Award Or Enter Into Contract Without Justifiable Reason, Maybe A Ground For Imposition Of Administrative Sanctions Under Rule Xxiii Of The Revised Irr Of Ra 9184. Should Your Company Be Interested, You May Submit Your Open Quotation On Or Before 10:00am, 31 January 2025 At The 5th Floor, Ndc Building, 116 Tordesillas St., Salcedo Village, Makati City, And Look For Anna Barbara T. Reserva. Thank You. Anna Barbara T. Reserva Oic-department Manager Management Services Department After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation For The Renewal Of Bitdefender Gravityzone Business Security Premium For The Philippine International Trading Corporation Name Of Company (in Print) Signature Over Printed Name & Designation Of Company Authorized Representative (in Print) Contact Details (tel. No., Fax No. & Email Address) Date Please Use This Bid Form Do Not Retype Of Alter Annex “a” Philippine International Trading Corporation Renewal Of Seventy-five (75) Licenses Of Bitdefender Gravityzone Business Security Premium For The Philippine International Trading Corporation Reference No.: Msd-rfq-2025-01-001 Technical Proposal Form Philippineinternationaltradingcorporationphilippineinternationaltradingcorporationphilippineinternationaltradingcorporationphilippine Instruction To The Supplier: Indicate The Word "comply" Under The Corresponding Column Per Line/item Number If Supplier Can Meet The Technical Specifications & Other Requirements. Do Not Leave Any Blank. A “yes” Or “no” Entry Will Not Be Accepted. Failure To Conform Will Result In A Rating Of "failed". Line No.: Technical Specification Supplier’s Statement Of Compliance 1.) Bitdefender Gravityzone Business Security Premium Risk Analytics And Hardening Endpoint Risk Analytics Threat Protection Application Control Device Control Prevention Exploit Defense Fileless Attack Defense Malicious Process Monitoring Network Attack Defense Firewall Automatic Disinfection & Removal Tunable Machine Learning Automated Sandbox Analysis Email Security Attack Forensics And Visualization Kill Chain Root Cause Analysis Remote Command Shell Reporting And Integration Dashboards And Reports Notification Siem Integration Api Support 2.) Annual Preventive Maintenance Via Email, Chat Or Phone Installation Assistance Via Remote Session And Phone. Technical Training (knowledge Transfer) For Administrator Via Zoom Platform. Inclusive Of Supply And Delivery With Technical Support Services (email, Remote, Phone) * Standard Technical Support Services (8x5) Via Remote, Phone, Email And Refresher Training (on-line). * Entitles For Security Updates And Software Upgrades Within The Subscription Period. * 1st Level Support: Support Coverage: (m-f, 9am – 5pm Includes Remote Access, Email, And Phone Support ) Service Provider 's Undertaking I/we, The Undersigned Supplier, After Having Examined The Proposal Documents, Including Bulletins, As Applicable, Hereby Offer To Supply/deliver/perform The Above-described Items. I/we Undertake, If Our Proposal Is Accepted, To Deliver The Items In Accordance With The Terms And Conditions Contained In The Proposal Documents. This Proposal Is Binding On Us Until A Formal Contract Is Prepared And Signed. _____________________________________________________ Name Of Company (in Print) _____________________________________________________ Signature Of Company Authorized Representative _____________________________________________________ Name & Designation (in Print) _____________________________________________________ Date Please Use This Bid Form Do Not Retype Or Alter Annex “b” Philippine International Trading Corporation Renewal Of Seventy-five (75) Licenses Of Bitdefender Gravityzone Business Security Premium For The Philippine International Trading Corporation Reference No.: Msd-rfq-2025-01-001 Financial Proposal Form (vat Inclusive) Description Qty Pitc Abc Supplier’s Quotation Price Bitdefender Gravityzone Business Security Premium For Pitc 75 Licenses Php 161,100.00 Total Amount In Words: Note: I. Price Must Be Valid For One Hundred Twenty (120) Days Upon Submission Of Quotation; Ii. The Supplier Shall Shoulder All Transportation Costs And Bears All Risk Until The Goods Have Been Delivered To The Site. Iii. Payment To Supplier Of The Contract Price, Net Of Applicable Withholding Tax Shall Be Made Within Fifteen (15) Days After Full Delivery, And Submission Of The Required Documents As Follows: 1. Original Bir Vat Registered Supplier’s Invoice Issued Under The Name Of The Pitc Indicating Pitc Tin: 000-168-575 V. Entries Must Be Typewritten Or Computer Printed And Must Be Duly Acknowledged And Received By Pitc’s Authorized Representative; 2. Original Delivery Receipt Issued Under The Name Of The Pitc. Supplier’s Undertaking I/we, The Undersigned Supplier, After Having Examined The Proposal Documents, Including Bulletins, As Applicable, Hereby Offer To Supply/deliver/perform The Above-described Items. I/we Undertake, If Our Proposal Is Accepted, To Deliver The Items In Accordance With The Terms And Conditions Contained In The Proposal Documents. This Quotation Is Binding On Us Until A Formal Contract/job Order Is Prepared And Signed. _______________________________________________________ Name Of Company (in Print) _____________________________________________ Signature Of Company Authorized Representative ______________________________________________________________ Name & Designation (in Print) ________________________________ Date
Closing Date31 Jan 2025
Tender AmountPHP 161.1 K (USD 2.7 K)
Department Of Agriculture Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental ( Isolation Building For Unhealthy Goats ) 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of Seven Hundred Thousand Pesos (₱700,000.00)being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental ( Isolation Building For Unhealthy Goats ). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental ( Isolation Building For Unhealthy Goats ). Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy Permit, Etc. Other Clearances) ; Proiect Bilboard/signboard (coa Recommended); Occupational Safety And Health Program; Part B. Earthworks; Clearing And Grubbing; Structure Excavation (common Soil); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Works: Reinforcing Steel (column Footing); Structural Concrete (column Footing); Reinforcing Steel (column); Structural Concrete (column); Reinforcing Steel (girder Beam); Structural Concrete (girder Beam); Reinforcing Steel (wall Footing); Structural Concrete (wall Footing); Reinforcing Steel (slab On Fill); Structural Concrete (slab On Fill); Formworks And Falseworks; Part D. Finishing: Cement Plaster Finish; Part E. Masonry Works: 100 Mm Chb Non Load Bearing (induding Reinforcing Steel); Part F. Metal Structures; Structural Steel Roof Framing; Metal Structure Accessories (anchor Bolts); Metal Structure Accessories (turnbuckle); Structural Steel (railings Including Fabricated Steel Door, Steel Plate & Accessories); Feeding Trough; Slotted Floor; Stair; Part G. Wood Frame: Floor Joist Frame; Part H. Roofing Works : Prepainted Metal Sheets (rib Type, Long Span, Above 0.427mm Thick); Fabricated Metal Roofing Accessory (ridge Roll/end Flashing/flashing) ; Part I. Electrical Works: Conduit Works, Boxes And Fittings; Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Lighting Fixtures; Part J. Painting Works: Painting Works (metal Painting); Boq Notes:1.the Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project.; 2.ocm Includes: (a) Overhead Expenses - Engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contractor's All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events; (c)miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Da-nordc, Bonbonon, Siaton, Negros Oriental. Completion Of The Works Is Required Within Seventy-five (75) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Plate Compactor; One (1) Owned One-bagger Mixer; One (1) Owned Bar Cutter; One (1) Owned Bar Bender; Two (2) Owned Welding Machine; One (1) Owned Cutting Outfit; One (1) Owned Metal Cutter And Technical Personnel Required One (1) Project Engineer; One (1) Foreman; Six (6) Unskilled ; Two (2) Carpenters; Three (3) Mason; Two (2) Welders; One (1) Safety Officer. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Pesos (₱1,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. 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 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 700 K (USD 12.1 K)
Department Of Agriculture Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of One Million Pesos (₱1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor. Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy Permit And Other Clearances); Project Billboard/signboard (coa Recommended); Occupational Safety And Health Program; Part B. Earthworks: Clearing And Grubbing; Structure Excavation (common Soil); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Works: Structural Concrete (column, Pedestal Column And Roof Beam); Structural Concrete (pedestal Column Footing, Bin Footing, Wall Footing And Slab On Fill) Reinforcing Steel; Formworks And Falseworks; Part D. Carpentry And Joinery Works: Ceiling (4.5mm Fiber Cement); Part E. Door And Window: Jalousie Window (glass); Frames (jamb); Wooden Panel Door; Part F. Masonry Works: 100 Mm Chb Non Load Bearing (including Reinforcing Steel); Part G. Finishing: Cement Plaster Finish; Part H. Metal Structures: Structural Steel (steel Post And Roof Beam); Structural Steel (trusses); Structural Steel (purlins); Metal Structure Accessories (anchor Bolts); Metal Structure Accessories ( Turnbuckle); Metal Structure Accessories (cross Bracing); Metal Structure Accessories (steel Plates); Metal Structure Accessories (sagrods); Metal Structure Accessories (fascial Framing); Part I. Roofing Works: Prepainted Corrugated Metal Roofing; Fabricated Metal Roofing Accessory (fascia Cover, Ridge Roll, Hip Roll, Valley Roll And End Flashing); Part J. Painting Works: Painting Works (masonry Painting); Painting Works (metal Painting); Part K. Electrical Works: Conduits, Boxes And Fittings; Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Lighting Fixtures And Lamps; Boq Notes: 1) The Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project. 2) Ocm Includes: (a) Overhead Espenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contrator’s All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events. (c) Miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Brgy. Upper Cabangcalan, Lazi, Siquijor. Completion Of The Works Is Required Within Seventy-eight (78) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Plate Compactor; One (1) Leased One-bagger Mixer; One (1) Leased Bar Cutter; One (1) Leased Welding Machine And Technical Personnel Required: One (1) Project Engineer; One (1) Foreman; Two(2) Skilled Laborer; Ten (10) Unskilled Laborer; One (1) Safety Officer . Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Pesos (1,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. 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 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 1 Million (USD 17.2 K)
City Of Bayawan Tender
Others
Philippines
Details: Description "republic Of The Philippines Province Of Negros Oriental City Of Bayawan" Bids And Awards Committee "(035) 531-0020 Local 202 (035) 430-0439 (telefax) Email: Bac.bayawan@gmail.com Http://www.bayawancity.gov.ph" Request For Quotation Rfq No. Svp 25-b-0046 Date February 05, 2025 Pr Reference 200-25-02-034 Philgeps Reference No. End-user Deped Closing Date 02/13/2025 @ 9:00am 02/13/2025 Bid Opening 02/13/2025 @ 9:00am "designated Places Of Submission (bid Box Designated Locations)" 1. Bac Office, Cabcabon, Bayawan City 2. Bayawan City Liaison Office (3rd Fl., Convention Hall, Daro, Dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Along Withyour Quotation/proposal. Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1 Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2 Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3 Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4 Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5 Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6 Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7 Basis Of Evaluation For This Rfq: Per Lot Per Item 8 Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9 The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10 The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11 Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12 Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-b-0046 Total Abc: Php 300,000.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description Qty Unit Of Issue Approved Budget For The Contract ( Unit Cost Per Line Item ) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Purpose : Fireworks For Regional Sports Meet 2025 Lot. I Other Supplies 1 "fireworks, Terms And Conditions: 1. Suitable Launch Site Of A Safe Distance From Audience And Structure Compliant To Pnp Regulation. 2. Creative Choreography Pyro Effect To Synchronize With Tempo Sound Track(s) Provided. 3. Supplier Shall Provide Their Own Transportation To And From The Venue. 4. Supplier Must Be Able To Provide Trained Fireworks Display Operator Duly Certified By An Authorized Government Agency. 5. Supplier Should Be Able To Present Appropriate Permits, Clearances And Requirements (regional And Local Pnp, Bfp And Lgu) Prior To The Conduct Of The Pyro Exhibition. 6. Proposed Details And Specs (sequence, Features, Set And Type Of Pyro Display) With Sample Pictures And Illustrations Of Pyro Musical Display Specifications And Other Documents, Photos And Videos Shall Be Attached As Part Of The Bid Or Offer Of Service." 1 Lot 300,000.00 [ ] [ ] ***nothing Follows*** ( Supplier Must Provide Complete Data For The Information Required Below ) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date13 Feb 2025
Tender AmountPHP 300 K (USD 5.1 K)
Tourism Promotions Board Tender
Others
Philippines
Details: Description Request For Quotation The Tourism Promotions Board Invites You To Submit Quotation For The Item/s Listed Below: Rfq No. Tpb Rfq 2025-02-042 Pr No. 02.033 Requirements: Service Provider For The Tourism Promotions Board 2025 Women’s Month Celebration (wmc) Activities Scope Of Work/services/deliverables Lot 1 – Tpb 2025 Wmc Banner • Provision Of X-stand Banner, 2x6 Ft. For Tpb Wmc Activities *2 Pieces For Php1,000.00 Each • Provision Of Jeepney Sign Art With Empowering Messages For Women - Designs To Be Provided To The Supplier Once Finalized. (maximum Of 20 Empowering Messages) *175 Pieces For Php200.00 Each Lot 2 – It’s Time For Her: Honoring Everyone’s Radiance • Provision Of The Following Services: - Sitting Massage (upper Body) With Four (4) Masseurs And Other Logistical Requirements *php900.00 X 20 Pax X 3 Days - Haircut For Male And Female With Three (3) Hair Stylist With Supplies And Materials *php900.00 X 20 Pax X 3 Days - Manicure And Pedicure With Four (4) Nail Technicians With Supplies And Materials *php900.00 X 20 Pax X 3 Days • Provision Of Self-care Kit (reusable Gift Bag Or Pouch), Inclusive Of The Following: - Moisturizer - Facial Wash - Toner - Sunscreen - Razor Blade - Shaving Cream - Hair Comb *php1,000.00 Per Kit X 175 Pcs Lot 3 – Strongher: Wellness In Motion • Provision Of Dance Fitness Class Instructor Who Have Conducted At Least Two (2) Similar Activities In The Past Two (2) Years *php3,500.00 Per Day X 4 Days • At Least 1-hour Session Every Friday For The Whole Month Of March (total Of 4 Sessions) • Provision Of Food And Beverages For A Maximum Of 35 Pax: - Pm Snacks: Preferably Sandwich Or Pasta And Electrolyte Drinks *php220.00 X 35 Days X 4 Days • Provision Of Pvc Vinyl Flooring / Dance Floor Mat (for Activity Rooms A, B, And C) - To Be Put Over Carpeted Area - 3 Sets Can Be Connected As A Whole - Non-slip Surface - Can Be Used And Ideal For Fitness Activities - Can Be Rolled And Stored When Not In Use *php23,625.00 X 3 Sets • Submission Of Post Activity Report With Photo And Video Documentation Lot 4 – Be Smart, Be Safe: Safety Strategies In The Modern Times Ii • Provision Of Safety And Protection Skills Trainer/instructor Have Conducted At Least Two (2) Similar Activities In The Past Two (2) Years *php12,500.00 Per Session • Whole-day Training Session (9 Am - 5 Pm) • Provision Of Training Mats For Participants *php200.00 X 30 Pax • Provision Of Food And Beverages *php220.00 X 35 Pax X 3 - Am Snacks: Preferably Sandwich Or Pasta And Coffee/choco/ Soy Drink - Pm Snacks: Preferably Sandwich Or Pasta And Juice/softdrinks - Packed Lunch: O Vegetable O Meat/fish O Rice • Provision Of Certificates • Submission Of Post Activity Report With Photo And Video Documentation Lot 5 – Herstories To Inspire: Empowering The Next Generation • Coordination With The Identified Beneficiary As Approved By Tpb • Provision Of Land Transportation To Ferry The Participants To And From Museo Pambata Via Bus *php13,000.00 – Bus Rental • Coordination With Museo Pambata Including Event Details, Program, Reservation, Tour, Etc. *php450.00 X 40 Pax – Entrance Fee To Museo Pambata • Meals For Participants For A Maximum Of 40 Participants *php440.00 X 40 Pax • Herizon Cream Shirt For Kids (20 Pax) *php8,000.00 Lot 6 – 2025 Tpb Wmc Polo Shirt • Fabric: Cotton • Logo: Embroidered/digital Print • Sizes: Xs, S, M, L, Xl, 2xl, 3xl, 4xl, 5xl (eastern Fit) • Colors: White And Purple • With Collar *php600.00 X 175 Pcs Project Implementation Schedule Lot 1 Purple Your Icon Campaign 04 March 2025 (tuesday) • Banner • Jeepney Sign Art Lot 2 It’s Time For Her: Honoring Everyone’s Radiance 24-26 March 2025 (monday - Wednesday) At Tpb Activity Rooms • Self-care Kit 21 March 2025 (friday) Lot 3 Strongher: Wellness In Motion 07, 14, 21, And 28 March 2025 At Tpb Activity Rooms (every Friday) • Pvc Vinyl Flooring / Dance Floor Mat 05 March 2025 (wednesday) Lot 4 Be Smart, Be Safe: Safety Strategies In The Modern Times Ii 21 March 2025 (friday) At Tpb Activity Rooms • Yoga Mats Lot 5 Herstories To Inspire: Empowering The Next Generation 14 March 2025 (friday) At Museo Pambata, Pasay City • Herizon Shirt For Kids 07 March 2025 (friday) Lot 6 Wmc Polo Shirt 21 March 2025 (friday) Delivery At The Tpb Office At 6th Floor Five E-com Center, Harbor Drive, Mall Of Asia Complex, Pasay City 1300. Additional Technical Requirements Qualifications For Bidder • For Printing, Production, And Delivery Of Wmc Banners And Polo Shirts (lots 1 And 6) 1. Bidder Must Have At Least Two (2) Years Of Experience In Production Of Print Materials For Government And Private Offices. 2. Bidder Must Submit A Sample Item Based On The Above Specifications For Banners And Polo Shirts With Price Quotation Of The Items Inclusive Of The Admin Cost, Delivery Fee, And Other Applicable Cost, Upon Submission Of Quotation. Failure To Submit Sample Will Not Be Considered And Will Be Disqualified. 3. Submit An Actual Sample Based On The Above Specifications For Banners And Polo Shirts Upon The Receipt Of Notice Of Award (noa). 4. Final Actual Sample Must Be Presented To The End User's Approval Prior To Mass Production • For Events Management Company (lots 2-5) 1. Bidder Must Have At Least Two (2) Years Of Experience In Organizing Events In Government And Private Offices 2. Bidder Must Submit A Price Quotation Based On The Above Deliverables Inclusive Of Other Applicable Costs. 3. Bidder Must Submit The Curriculum Vitae Of The Proposed Resource Persons/trainers Subject To The Approval Of Tpb. 4. Final Actual Proposal Of The Winning Bidder Inclusive Of But Not Limited To Menus, Resource Persons, Program Flow, And Items To Be Included In The Self-care Kit Must Be Presented To The End User’s Approval. Legal Requirements: 1. Mayor’s/ Business Permit 2. Philgeps Registration Number/ Certificate 3. Income/business Tax Return 4. Notarized Omnibus Sworn Statement Attachments: 1. Statement Of Compliance 2. Omnibus Sworn Statement 3. Technical Specifications/ Terms Of Reference Note: 1. All Entries Must Be Typewritten In Your Company Letterhead. 2. Price Validity Shall Be For A Period Of Thirty (30) Calendar Days. Terms Thirty (30) Working Days From The Receipt Of Invoice/billing. Abc Php692,875.00 Inclusive Of All Applicable Fees And Taxes.
Closing Date26 Feb 2025
Tender AmountPHP 692.8 K (USD 11.9 K)
DEPT OF THE AIR FORCE USA Tender
Others
United States
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
Closing Date13 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Food Products
United States
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
Closing Date29 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Chemical Products
United States
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.
Closing Date7 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
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/
Closing Date11 Feb 2025
Tender AmountRefer Documents
Department Of Agriculture Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental ( For Breeding Goats) 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos (₱1,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental ( For Breeding Goats ) . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental (for Breeding Goats). Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy, Electrical Permit & Other Clearances); Project Bilboard/signboard (coa Recommended); Occupational Safety And Health Program ; Part B. Earthworks: Clearing And Grubbing ; Structure Excavation (hard Rock); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Works: Reinforcing Steel (column Footing); Structural Concrete (column Footing); Reinforcing Steel (column); Structural Concrete (column); Reinforcing Steel (girder Beam); Structural Concrete (girder Beam); Reinforcing Steel (wall Footing); Structural Concrete (wall Footing); Reinforcing Steel (slab On Fill); Structural Concrete (slab On Fill); Formworks And Falseworks; Part D. Finishing: Cement Plaster Finish; Part E. Masonry Works: 100 Mm Chb Non Load Bearing (induding Reinforcing Steel); Part F. Metal Structures: Structural Steel Roof Framing; Metal Structure Accessories (anchor Bolts) ; Metal Structure Accessories (turnbuckle); Structural Steel (railings Including Fabricated Steel Door, Steel Plate, Louver With Frame & Accessories); Feeding Trough; Slotted Floor; Stair; Part G. Wood Frame: Floor Joist Frame; Part H. Roofing Works: Prepainted Metal Sheets (rib Type, Long Span, Above 0.427mm Thick); Fabricated Metal Roofing Accessory (ridge Roll/end Flashing/flashing); Part I. Electrical Works: Conduit Works, Boxes And Fittings; Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Lighting Fixtures; Part J. Painting Works: Painting Works (metal Painting); Boq Notes:1.the Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project.;2.ocm Includes: (a) Overhead Expenses - Engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contractor's All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events; (c)miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Da-nordc, Bonbonon, Siaton, Negros Oriental. Completion Of The Works Is Required Within Ninety (90) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Dump Truck (12 Yd³); One (1) Leased Backhoe (0.80m³) ; One (1) Leased Backhoe W/breaker (0.80m³); One (1) Leased Plate Compactor; One (1) Owned One-baggger Mixer; Two (2) Owned Bar Cutter; Two (2) Owned Bar Bender; One (1) Owned Cutting Outfit; Three (3) Owned Welding Machine ; Three (3) Owned Metal Cutter And Technical Personnel Required One (1) Project Engineer; One (1) Foreman; Eight (8) Unskilled; Four (4) Carpenters; Three (3) Mason; Three (3) Welders; One (1) Safety Officer. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Five Hundred Pesos (₱1,500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. 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 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.9 K)
9451-9460 of 9997 archived Tenders