Uniform Tenders

Uniform Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: B.3 Statement Of Work replacement And Testing Of Backflow Preventers objective the Purpose Of This Service Contract Is To Inspect, Test, And Repair Any Failed Backflow Preventers At Veterans Hospital At 10 North Greene St, Baltimore, Maryland, And Va Medical Center At 3901 The Alameda, Baltimore Md 21218 To Ensure Compliance With The Latest Plumbing And Safety Standards. Testing Must Be Conducted By A Certified Backflow Inspector, And All Repairs Or Replacements Must Meet Applicable Codes To Protect Potable Water Systems And Maintain Operational Safety. applicable Standards all Work Shall Adhere To The Latest Editions Of The Following: american Society Of Sanitary Engineering (asse) Standards, Including Asse 1013 And Asse 1024. uniform Plumbing Code (upc) Or International Plumbing Code (ipc) As Applicable. environmental Protection Agency (epa) Cross-connection Control Manual. manufacturer Specifications For All Backflow Preventers. hospital Infection Control Protocols, Including Infection Control Risk Assessment (icra) Guidelines. occupational Safety And Health Administration (osha) Standards. general-duty Valves For Plumbing Piping Https://www.cfm.va.gov/til/spec/220523.docx scope Of Work the Contractor Shall Provide Certified Personnel And Follow The Steps Outlined Below: pre-inspection Activities: review Existing Plumbing Schematics And Previous Inspection Records To Locate All Backflow Preventers. collaborate With Hospital Staff To Coordinate Inspection And Repair Schedules, Ensuring Minimal Disruption To Operations And Water Services. develop And Submit An Infection Control Risk Assessment (icra) Plan To Hospital Management For Approval. inspection And Testing: perform A Visual Inspection Of All Backflow Preventers To Assess General Condition, Installation Compliance, And Any Visible Damage Or Corrosion. before Testing Backflow Preventer, Shut Off The Water Supply To The Plumbing System. Notify Fes (facilities And Engineering) Poc Staff To Conduct A Proper Utility System Shutdown Where Applicable. certified Backflow Inspector(s) Shall Conduct Functional Testing On Each Device Using Calibrated And Approved Testing Equipment. verify Proper Pressure, Flow, And Valve Operation. document Test Results, Noting Any Failures Or Performance Issues. identify And Tag All Failed Backflow Preventers For Repair Or Replacement: provide A Detailed Quote For The Necessary Work To Bring Any Non-compliant Backflow Preventers Up To The Compliance. include A Breakdown Of Labor, Materials, And Any Other Costs Associated With The Repair Work. repair Or Replacement Of Failed Units: before Repair Or Replacement Backflow Preventer, Shut Off The Water Supply To The Plumbing System. Notify Fes (facilities And Engineering) Poc Staff To Conduct Utility System Shutdown Where Applicable. repair Failed Backflow Preventers Using Manufacturer-approved Repair Kits And Materials. if Repair Is Not Feasible, Replace The Failed Unit With A New Backflow Preventer Of Equivalent Or Superior Specifications. ensure All Installations Are Properly Secured, Leak-free, And In Compliance With Plumbing Codes. conduct A Post-repair Performance Test To Confirm Proper Operation And Compliance. post-repair Activities: restore All Work Areas To Their Original Condition Or Better, Including Any Necessary Patching Or Painting. remove And Dispose Of Old Or Defective Parts In Compliance With Local Environmental Regulations. prepare And Submit A Detailed Report Documenting The Following: test Results For All Inspected Devices. description Of Repairs Or Replacements Performed. certification Details Of The Inspector(s) certification Requirements all Testing Must Be Performed By A Certified Backflow Inspector With Current Credentials From An Approved Certifying Organization (e.g., Asse, Abpa, Or Similar). proof Of Certification For All Inspectors Involved In The Service Contract Must Be Provided To Hospital Management Prior To The Start Of Work. deliverables detailed Inspection Report With Test Results For Each Backflow Preventer. certification Documents For Inspectors Performing The Work. list Of Backflow Preventers Repaired Or Replaced, Including Specifications, Warranties, And Manufacturer Details. updated Listed Of: location function required installed type serial Number size schedule the Service Contract Shall Commence On Day Of Award And Be Completed By 60 Days. a Detailed Timeline, Including Milestones For Inspection, Testing, Repair, And Final Reporting, Shall Be Submitted Prior To Work Commencement. contractor Responsibilities provide Certified Personnel, Tools, And Materials Required For The Completion Of The Work. adhere To Hospital Policies, Infection Control Protocols, And Safety Guidelines. coordinate With Hospital Staff To Minimize Disruptions To Operations And Patient Care. submit Daily Progress Reports To The Hospital Project Manager. quality Assurance And Warranty provide A Warranty Of 1 Year For All Repairs, Replacements, And Associated Labor. All Work Shall Be Performed To The Highest Professional Standards And In Compliance With Applicable Codes. safety And Compliance ensure All Work Complies With Osha Standards And Hospital Safety Protocols. maintain Containment Measures To Protect Hospital Staff And Patients From Contaminants. report Any Incidents Or Hazards Immediately To Hospital Authorities. period Of Performance hours Of Operation 6:00 Am To 4:30pm. the Initial Term Of This Agreement Shall Commence After Contract Has Been Awarded Of 1 Year. The Agreement May Be Extended For Up To Four (4) Additional Years Periods Upon The Written Exercise Of An Option By Veterans Affairs Hospital Delivered To The Other Party At Least 30 Days Prior To The Expiration Of The Then-current Term. points Of Contact brandon Johnson (cor) Louis Hopson Vincent Butler 10 N. Greene St 3901 The Alameda 10 N.greene St baltimore Md 21201 Baltimore Md 21218 Baltimore Md 21201 mobile: 443-939-5568 410-605-7000x 5889 410-605-7000x 6044 brandon.johnson8@va.gov Louis.hopson@va.gov Vincent.butler2@va.gov invoicing And Payment each Invoice Shall Contain The Documentation Required By Ob10. The Invoices Shall Be Itemized To Contain The Equipment S Identifier. When Parts Are Furnished By The Government, They Shall Be Itemized On Contractor's Invoice At No-cost And Indicated As Government Furnished Parts. Contractor Will Forward Invoices To The Following Address, In Arrears Electronically To: vendor Electronic Invoice Submission Methods: Invoices Will Be Electronically Submitted To The Tungsten Website At Http://www.tungstennetwork.com/uk/en/ Tungsten Direct Vendor Support Number Is 877-489-6135 For Va Contracts. The Va-fsc Pays All Associated Transaction Fees For Va Orders. During Implementation (technical Set-up) Tungsten Will Confirm Your Taxpayer Id Number With The Va-fsc. This Process Can Take Up To 5 Business Days To Complete To Ensure Your Invoice Is Automatically Routed To Your Certifying Official For Approval And Payment. To Successfully Submit An Invoice To Va-fsc Please Review How To Create An Invoice Within The How To Guides. All Invoices Submitted Through Tungsten To The Va-fsc Should Mirror Your Current Submission Of Invoice, With The Following Items Required. Clarification Of Additional Requirements Should Be Confirmed With Your Certifying Official (your Co Or Buyer). The Va-fsc Requires Specific Information In Compliance With The Prompt Pay Act And Business Requirements. For Additional Information, Please Contact: department Of Veterans Affairs Financial Service Center: Tungsten Support phone: 1-877-489-6135 website: http://www.tungsten-network.com/uk/en/ email: vafscched@va.gov loch Raven building/ location function required installed type missing 1 1 G19 main Domestic yes yes dual High Hazard 2 1 G19 main Domestic Secondary yes yes dual High Hazard 3 1 G19 pk Heating Hot Water yes yes single Check 4 1 G19 main Domestic (kitchen) yes yes single Check 5 1 G19 boiler Water Feed yes yes prv 6 i Exp main Domestic Water yes yes dual High Hazard 7 2 main Domestic yes no none 8 2 heating Hot Water yes no none 9 4 main Domestic yes no none 10 4 main Domestic 4" yes yes single Check 11 4 boiler Water Feed yes yes prv 12 4 heating Hot Water yes yes single Check 13 5 main Domestic yes yes single Check 14 5 heating Hot Water yes yes single Veck 15 6 main Domestic yes yes dual High Hazard 16 6 heating Hot Water yes yes prv 17 7 main Domestic yes yes dual High Hazard 18 14 main Domestic yes no none baltimore location function required install type missing 1 7d100 main Domestic yes yes reduced Pressure Zone (rpz) High Hazard 2 7d100e main Domestic Secondary yes yes rpz (high Harzard) 3 7d100e pk Heating Hot Water yes yes single Check 4 7d100e main Domestic (kitchen) yes yes rpz (high Harzard) 5 6d158 Service Bay boiler Water Feed yes yes rpz (high Harzard) 6 6c101 Service Bay main Domestic Water yes yes single Check (tested) Low Hazard 7 6b129 Service Bay main Domestic yes no single Check (tested) 8 6a133 Service Bay heating Hot Water yes no single Check/dual Check Harzard 9 5d130 Single Check main Domestic yes no single Check Harzard 10 5a127 Service Bay main Domestic 4" yes yes single Check/dual Check Harzard 11 5b182 Service Bay boiler Water Feed yes yes single Check/dual Check Harzard 12 5c114 Service Bay heating Hot Water yes yes single Check/dual Check Harzard 13 5d121 Cystoscopy 1/2 main Domestic yes yes rpz High Harzard 14 5d124 Instrument Decontamination heating Hot Water yes yes high Harzard 15 5d100b Scrub Area main Domestic yes yes rpz 16 5d101 Or's 8/7 heating Hot Water yes yes rpz 17 5d101b Or's 3/4 Steris main Domestic yes yes rpz 18 4d154 Service Bay main Domestic yes no dual Singles Checks 19 4c120 Service Bay unknown double Check/single Ck. 20 4b182 Service Bay unknown single Check 21 4a133 Service Bay unknown single Check 22 3a133 Service Bay unknown zurn Wilkins 3" Dual Check 23 3b182 Service Bay unknown zurn Wilkins 3" Dual Check 24 3c100 Service Bay unknown nibco 3" Single Check 25 3d119 Service Bay unknown nibco 3" Single Check 26 2d126 Service Bay unknown single Checks 27 2c124 Service Bay unknown single Checks 28 2b118 Service Bay unknown single/double Checks 29 2a114 Service Bay unknown single Check 30 1c100 Service Bay unknown single Checks 31 1b141 Service Bay unknown single Checks 32 bb137 Service Bay unknown single Checks 33 bb123 Animal Lab. unknown 34 bd116 Service Bays unknown single Checks 35 1pa102 Service Bay unknown dual Checks 36 1pa103 Balto. St. Side Domestic Main unknown 37 1pc103 Service Bay Domestic Water unknown dual Check 38 3c-101aâ  Washer unknown rpz 39 3c-101â  Washer unknown rpz 40 bb-131  washer unknown rpz 41 bb-123  sterilizer unknown rpz 42 bb-123  washer unknown rpz 43 bb-119  sterilizer (not In Use) unknown rpz 44 bb-119  sterilizer (not In Use) unknown rpz 45 bb-109  sterilizer (not In Use) unknown ppz 46 4c-125  water Meter (not In Use) unknown rpz 47 2b-119  oven unknown dcv 48 ba-115 Dialysis 5b-166 Room unknown dcv interested & Capable Responses:â  nco 5 Is Seeking Responses From Entities That Are Interested In This Procurement And Consider Themselves To Have The Resources, Capabilities, And Qualifications Necessary To Provide The Services Required For The Baltimore Va Medical Center. please Respond To This Rfi/sources Sought 36c24525q0217 With Your: business Name (including Unique Entity Id (sam.gov)â â  business Type, Socio-economic Status (e.g., Veteran-owned, Woman-owned, Disadvantaged Small Business, 8(a), Etc.), Andâ â  person Of Contact (including Telephone Number & Email Address).â â â  capability Statement And Summary Of Previous Experience Providing These Types Of Services For The Veterans Health Administration Or Other Similar Facilities.â â  available Contract Vehicles (gsa Fss, Etc.) For Use By Department Of Va (include Applicable Naics)â  brief Summary Of Categories Of Services That Your Company Can/cannot Provide.â  certification(s) / Licenses For Meeting The Local Requirements To Provide These Services At The Dc Vamc (if Applicable)â  confirmation That Your Organization Has The Capability & Expertise To Meet The Performance Requirements While Complying With Applicable Limitations In Subcontracting By Responding To The Questions Below With Your Response:â â â  do You Intend To Self-perform This Effort?â  if You Are Located Outside The Immediate Area, How Will You Self-perform?â  or Do You Intend To Subcontract Work Under This Contract?â  if You Intend To Subcontract Work Under This Contract, How Will You Ensure Compliance With The Limitations On Subcontracting?â  â  response Instructions:â  responses Must Be Submitted By 10:00 Am (et) 1/10/2025. Responses To The Information Requested Above Must Be Submitted Via Email To John Ritter At John.ritter2@va.gov. this Request For Information/sources Sought Notice Is For Planning Purposes Only And Does Not Constitute A Solicitation, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract.â  The Results Of This Market Research Will Assist In The Development Of (1) The Requirement, And (2) The Acquisition Strategy (e.g., Sdvosb/sdvosb Set-aside, Small Business Set-aside, Full And Open Competition, Etc.).â  Va Assumes No Responsibility For Any Costs Incurred As A Result Of A Vendor S Attendance To The Site-visit Nor The Preparation Of Responses Submitted As A Result Of This Notice. john Ritter contracting Officer vha-nco 5 John.ritter2@va.gov

Court Of Appeals Tender

Others
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 85 K (USD 1.4 K)
Details: Description Supply And Delivery Of Souvenirs For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr. (1 Lot) Amp-013-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No. Item Description Approved Budget For The Contract 1 Supply And Delivery Of Souvenirs ₱85,000.00 For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr. *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than February 11, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 3rd Floor, Centennial Building Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. Quotations And Other Documents Required May Either Be Submitted Manually At 3rd Floor Office Of The Bac Secretariat, Centennial Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph On Or Before The Deadline Of Submission As Stated In This Rfq. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Sgd Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. No Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2   Mayor’s Permit For The Year 2025   Must Be Valid For The Year 2025.  A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3   Philgeps Registration Number   Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website)   4  Omnibus Sworn Statement (oss) Ensure That There Are Eleven (11) Declarations.  (annex “b”) And If Applicable, Original Indicate Required Information.  Notarized Secretary’s Certificate In Attach Competent Evidence Of Identification (valid Case Of A Corporation, Partnership, Or Government-issued Id. The Use Of Cedula Is Not Acceptable). Cooperative; Special Power Of Attorney Must Be Duly Notarized And Signed. In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder.  Terms And Conditions: Bidders Shall Provide Correct And Accurate Information Required In This Form. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate For Final Settlement Of Government Contracts 1 And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-013-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply And Delivery Of Souvenirs For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr.”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Uom Item Description Qty Unit Price Total Price 1 Lot Supply And Delivery Of Souvenirs 100 For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr. Total Price In Words: ___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply And Delivery Of Souvenirs For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr. (1 Lot) Approved Budget For The Contract: The Approved Budget For The Contract Is Eighty-five Thousand Pesos (php85,000.00) Inclusive Of All Applicable Taxes And Charges. Requirements: Lot No. Item Description Qty Material Measurement Other Inclusions 1 Lot Lady Justice Statue With 46 Pcs Made Of Resin Approximately 8.5 Original Manufacturer’s Pen Holder Inches In Height Box And Packaging Decorative Lady Justice 54 Pcs Made Of Resin Approximately 2.36 Original Manufacturer’s Statue X 7.28 Inches Box And Packaging The Souvenirs Offered Shall Be Covered By A Warranty Against Any Defects Or Damages Upon Delivery. In The Event Of Defects Or Damages, The Supplier Is Required To Replace Or Repair The Items At No Additional Cost To The Procuring Entity. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila Delivery Requirements: The Items Must Be Delivered Within Fifteen (15) Calendar Days Upon Receipt Of Purchase Order. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. We Further Undertake To Submit Our Bir Certificate Of Registration (form 2303) And Tax Clearance Certificate Prior To Final Settlement Of Our Contract, And We Understand That Non-submission Thereof Shall Constitute Sufficient Ground For The Court Of Appeals To Hold The Payment For Any Goods Delivered Or Services Rendered By Our Company. Until A Formal Contract Is Prepared And Executed, This Quotation, 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 Or Any Quotation You May Receive. Date Company Name Shape Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address  annex “b”  Omnibus Sworn Statement (revised)    Republic Of The Philippines )  City/municipality Of ______ ) S.s.  Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That:  1.  [select One, Delete The Other:]  [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder];  [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder];  2.  [select One, Delete The Other:]  [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney;  [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)];  3.  [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting;  4.  Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct;  5.  [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted;  6.  [select One, Delete The Rest:]  [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree;  [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree;  [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree;  7.  [name Of Bidder] Complies With Existing Labor Laws And Standards;  8.  [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes:  Carefully Examining All Of The Bidding Documents;  Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract;  Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And  Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project].   9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity;  10.  In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code;  11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted.                  Telephone No/s.:            ________________________________                  Fax No/s.:                      ________________________________                  E-mail Add/s.:                ________________________________                   Mobile No.:                          ________________________________  It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof.  In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines.                                                                                                                                          _____________________________________     Bidder’s Representative/authorized Signatory  Subscribed And Sworn To Before Me This ___ Day Of  [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________.     Witness My Hand And Seal This ___ Day Of [month] [year].                                                                Name Of Notary Public                                                        Serial No. Of Commission ___________                                                        Notary Public For ______ Until _______                                                        Roll Of Attorney's No. _____________                                                        Ptr No. _______ [date Issued], [place Issued]                                                        Ibp No. _______ [date Issued], [place Issued]  Doc. No. ______  Page No. ______  Book No. _____  Series Of _____.   annex “c”  Lady Justice Statue With Pen Holder A Statue Of A Person Holding Scales Description Automatically Generated Decorative Lady Justice Statue A Statue Of A Person Holding Scales Description Automatically Generated

Environmental Management Bureau Tender

Software and IT Solutions
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 480 K (USD 8.2 K)
Details: Description 2 Request For Quotation (rfq) Web Penetration Software Subscription For 1 Year Rfq No. Emb-sisms-2025-02-011 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1. Web Penetration Software Subscription (1yr): Scanning Features & Capabilities: Scanning Of Up To (5) Fully Qualified Domains; Unified Scanning & Vulnerability Management; Unlimited Scan For Pages, Structure And Layout; Identify, Investigate, And Prioritize Vulnerabilities; Can Define Parts For Scan Inclusion/exclusions By Url Or File Extensions; Built--in Automated Solution To Rapidly Assess Web Applications; Sacn Both Legacy And Dynamics Web Applications That Runs On Html5, Javascript & Ajax Fameworks Including Single Page Applications; Rapdly Detects Cyber Hygiene Issues; Can Rapidly Check Invalid, Expiring Or Improperly Issued Certificates; Can Rapidly Check For Overly Descriptive Responses To Http Calls; Can Identify And Assess Vulnerabilities Of 3rd-party Components In An Application; Support Form-based, Cookie-based, Ntlm, And Selenium-based Authentication; Dashboard Capabilities: Can Customize Display Of Security Matrics; Viewing Of Vulneabilities Over Time Based On Risk Level, Owasp Top 10 Security Issued, And Descriptions Of All Vulnerabilities With Detailed Remediation Instructions For Developers; Allow Sharing Of Ciritcal Business-level Details; Warranty And Support: Software Upgrade And Remote Technical Support Within Subscrption Period; With Learning Resources Accessible Online; 1 Lot 480,000.00 480,000.00 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php480,000.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis Whichever Is Advantageous To The Government. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of February 17, 2024. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Web Penetration Software Subscription For 1 Year Under Rfq No. Emb-sisms-2025-02-011 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Web Penetration Software Subscription For 1 Year Quantity: 1 Lot Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 1 Lot Web Penetration Software Subscription (1yr): Scanning Features & Capabilities: Scanning Of Up To (5) Fully Qualified Domains; Unified Scanning & Vulnerability Management; Unlimited Scan For Pages, Structure And Layout; Identify, Investigate, And Prioritize Vulnerabilities; Can Define Parts For Scan Inclusion/exclusions By Url Or File Extensions; Built--in Automated Solution To Rapidly Assess Web Applications; Sacn Both Legacy And Dynamics Web Applications That Runs On Html5, Javascript & Ajax Fameworks Including Single Page Applications; Rapdly Detects Cyber Hygiene Issues; Can Rapidly Check Invalid, Expiring Or Improperly Issued Certificates; Can Rapidly Check For Overly Descriptive Responses To Http Calls; Can Identify And Assess Vulnerabilities Of 3rd-party Components In An Application; Support Form-based, Cookie-based, Ntlm, And Selenium-based Authentication; Dashboard Capabilities: Can Customize Display Of Security Matrics; Viewing Of Vulneabilities Over Time Based On Risk Level, Owasp Top 10 Security Issued, And Descriptions Of All Vulnerabilities With Detailed Remediation Instructions For Developers; Allow Sharing Of Ciritcal Business-level Details; Warranty And Support: Software Upgrade And Remote Technical Support Within Subscrption Period; With Learning Resources Accessible Online; Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price Web Penetration Software Subscription (1yr): Scanning Features & Capabilities: Scanning Of Up To (5) Fully Qualified Domains; Unified Scanning & Vulnerability Management; Unlimited Scan For Pages, Structure And Layout; Identify, Investigate, And Prioritize Vulnerabilities; Can Define Parts For Scan Inclusion/exclusions By Url Or File Extensions; Built--in Automated Solution To Rapidly Assess Web Applications; Sacn Both Legacy And Dynamics Web Applications That Runs On Html5, Javascript & Ajax Fameworks Including Single Page Applications; Rapdly Detects Cyber Hygiene Issues; Can Rapidly Check Invalid, Expiring Or Improperly Issued Certificates; Can Rapidly Check For Overly Descriptive Responses To Http Calls; Can Identify And Assess Vulnerabilities Of 3rd-party Components In An Application; Support Form-based, Cookie-based, Ntlm, And Selenium-based Authentication; Dashboard Capabilities: Can Customize Display Of Security Matrics; Viewing Of Vulneabilities Over Time Based On Risk Level, Owasp Top 10 Security Issued, And Descriptions Of All Vulnerabilities With Detailed Remediation Instructions For Developers; Allow Sharing Of Ciritcal Business-level Details; Warranty And Support: Software Upgrade And Remote Technical Support Within Subscrption Period; With Learning Resources Accessible Online; Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Lot 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____

Court Of Appeals Tender

Automobiles and Auto Parts
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 64 K (USD 1.1 K)
Details: Description Request For Quotation Supply And Delivery Of Replacement Tires For Court Of Appeals Service Vehicle (1 Lot) Amp-016-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No. Item Description Approved Budget For The Contract 1 Replacement Tires For Toyota Fortuner ₱64,000.002 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than February 18, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 1st Floor, Annex Vi Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation, Either Manually At The Office Of Bac Secretariat, Ground Floor, Annex Vi Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee Requirements/instructions No Eligibility Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2   Mayor’s Permit For The Year 2025   Must Be Valid For The Year 2025.  A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3   Philgeps Registration Number   Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website)   4  Omnibus Sworn Statement (oss) Original Notarized Secretary’s Certificate (annex “b”) And If Applicable, In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder.  The Requirement For The Submission Of The Oss Applies To Items With A Value Of Fifty Thousand Pesos (₱50,000.00) And Above. Ensure That There Are Eleven (11) Declarations.  Indicate Required Information.  Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable).  Must Be Duly Notarized And Signed.  5 Statement Of Compliance With The Must Be Duly Signed And Dated By The Authorized Technical Specifications Representative. Terms And Conditions: Bidders Shall Provide Correct And Accurate Information Required In This Form. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate3 And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-016-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply And Delivery Of Replacement Tires For Court Of Appeals Service Vehicle”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Lot No. = 1 Item Description = Replacement Tires For Toyota Fortuner Qty = 4 Pieces Unit Cost Total Price Total Price In Figures: Total Price In Words: ____________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address Statement Of Compliance With The Technical Specifications After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply And Delivery Of Replacement Tires For Court Of Appeals Service Vehicles (1 Lot) Approved Budget For The Contract: The Approved Budget For The Contract Is Sixty-four Thousand Pesos (php64,000.00) Inclusive Of All Applicable Taxes And Charges. Requirements: Supply And Delivery Of Replacement Tires For Toyota Fortuner Quantity: Four (4) Pieces Type: Highway Terrain (h/t) Tire Size: 265/65 R17 Speed Rating: H Load Index: (min.) 108 Ply: (min.) 6 Ply Construction: Radial Tubeless (light Truck Radial) Warranty: (min.) Seven (7) Years Warranty Against Any Factory Defect Date Code: Manufactured Within Twelve (12) Months Prior To Delivery. Includes Free Installation, Balancing And Alignment Of New Tires. Other Supplementary Requirements: The Following Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof: Certification From The Bidder With Verifiable Proof Such As, But Not Limited To, Sales Invoice, Official Receipt, Advertisements, Publications And Other Similar Documents That The Brand Being Offered Has Been In The Philippine Market For At Least Fifteen (15) Continuous Years Before The Submission And Receipt Of Bids Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila Delivery Requirements: The Items Must Be Delivered Within Fifteen (15) Calendar Days Upon Receipt Of The Purchase Order. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. We Further Undertake To Submit Our Bir Certificate Of Registration (form 2303) And Tax Clearance Certificate Prior To Final Settlement Of Our Contract, And We Understand That Non-submission Thereof Shall Constitute Sufficient Ground For The Court Of Appeals To Hold The Payment For Any Goods Delivered Or Services Rendered By Our Company. Until A Formal Contract Is Prepared And Executed, This Quotation, 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 Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b”  Omnibus Sworn Statement (revised)    Republic Of The Philippines )  City/municipality Of ______ ) S.s.  Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That:  1.  [select One, Delete The Other:]  [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder];  [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder];  2.  [select One, Delete The Other:]  [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney;  [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)];  3.  [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting;  4.  Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct;  5.  [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted;  6.  [select One, Delete The Rest:]  [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree;  [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree;  [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree;  7.  [name Of Bidder] Complies With Existing Labor Laws And Standards;  8.  [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes:  Carefully Examining All Of The Bidding Documents;  Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract;  Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And  Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project].   9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity;  10.  In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code;  11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted.                  Telephone No/s.:            ________________________________                  Fax No/s.:                      ________________________________                  E-mail Add/s.:                ________________________________                   Mobile No.:                          ________________________________  It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof.  In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines.                                                                                                                                          _____________________________________                                                         Bidder’s Representative/authorized Signatory  Subscribed And Sworn To Before Me This ___ Day Of  [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________.     Witness My Hand And Seal This ___ Day Of [month] [year].                                                                Name Of Notary Public                                                        Serial No. Of Commission ___________                                                        Notary Public For ______ Until _______                                                        Roll Of Attorney's No. _____________                                                        Ptr No. _______ [date Issued], [place Issued]                                                        Ibp No. _______ [date Issued], [place Issued]  Doc. No. ______  Page No. ______  Book No. _____  Series Of _____.

PHILIPPINE SPORTS COMMISSION Tender

Food Products
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 144 Million (USD 2.4 Million)
Details: Description 1. Scope Of Work 1.1. The Winning Bidder Shall Provide/prepare The Athletes/coaches’ Daily Meals With The Following Meal Composition: 1.1.1. Breakfast: - Soup - 2 Viands (choice Of 1 Fish Or 1 Chicken Or Meat Dish) - 1 Egg (boiled, Sunny Side Or Scrambled) - Rice (white And Brown Or Black), Bread (white And Wheat), Cereal And/or Oatmeal - Fresh Fruits - Beverages: Water, Fresh Juice, Milk (fresh, Low Fat Or Non-fat, And/or Soymilk), Low Fat Chocolate Milk And/or Brewed Coffee 1.1.2. Lunch And Dinner: - Soup - 2 Viands (choice Of 1 Fish Or 1 Chicken Or 1 Red Meat Dish) - Vegetable Dish - Rice (white And Brown Or Black) - Fresh Fruits - Beverages (water And/or Fresh Juice) And/or - Soup - Noodles/pasta With Meat/chicken/fish - Bread (white And Wheat) - Vegetable Dish - Fresh Fruits - Beverages (water And/or Fresh Juice) 1.2. Correct Serving Size Should Be Implemented. Different Athletes Would Require Different Serving Sizes According To Their Needs. This Must Be Discussed By The Caterer And The Full-time Nutritionist Before The Operation Of The Food Service. 2. Software System: 2.1. Identification Card With Rfid System Where All The Data Of The Athletes Are Contained In The System, Including Their Diet Needs, Food Restrictions, Allergies, Etc. (please See Annex D) 3. Other Nutrition Concerns: 3.1. Food Restriction Such As Vegetarian, Religion (muslim) And Other Medical Conditions Such As Food Allergy And Food Intolerance Should Be Determined And Considered When Planning The Menu. 3.2. No Use Of Additives/msg In All Food Items. 3.3. No Use Of Extenders. 3.4. Serve Natural Food Sources Only. 3.5. Low Salt (less Use Of Salt) And Low Fat (less Use Of Oil). 3.6. No Takeout Policy To Ensure Food Safety And Avoid Food Spoilage. 3.7. No Left-over Policy. 3.8. Practice Clean As You Go. 3.9. The Daily Menu Can Be Provided By The Food Service Provider But Must Be Assessed/evaluated And Approved By The Psc-msas Sports Nutrition Unit. 3.10. High Quality Service From The Caterer Must Be Implemented. 3.11. The Psc Msas Full-time Nutritionist Shall Prepare Meal Cards For Athletes Including Meal Plan And Food Allergies If Any And Other Restriction Such As Vegetarian, Religion. 4. Rules For The Food Servers: Please Refer To Pd 856 Known As Code Of Safety And Sanitation In The Philippines Under Chapter 3: Food Establishments Section 19: Food Handlers: Https://rsso07.psa.gov.ph/sites/default/files/presidential_decree_no%20856.pdf 4.1. A Proper Uniform Is Needed All The Time (hairnet, Mask, Gloves, Apron, Proper Shoes And Plain White Polo Shirt And Black Pants). Color Coded Aprons Are Used To Distinguish Different Responsibilities Inside The Kitchen. 4.2. In Case Of Sickness, He Or She Is Not Allowed To Work In The Kitchen Unless Her/she Must Secure A Medical Clearance From Psc – Msas Medical Unit. 4.3. All Staffs: Cooks, Kitchen Helpers, Dishwashers, And Servers Must Have A Health Certificate And Food Safety Certification From The City Government. No Person Shall Be Employed In Any Food Establishment Without A Health Certificate Issued By The Local Health Authority Annually. This Certificate Shall Be Issued Only After The Required Physical And Medical Examinations Are Performed And Immunizations Are Administered At Prescribed Intervals. 4.4. No Smoking, No Drinking Of Alcohol And Drug Usage In The Kitchen. 4.5. The Food Server Must Practice “claygo”, Clean As You Go. 4.6. The Food Servers Must Practice Proper Hand Washing All The Time. 5. Use Of Food-service Spaces: Please Refer To Pd 856 Known As Code Of Safety And Sanitation In The Philippines Under Chapter 3: Food Establishments Section 18: Use Of Food-service Spaces Https://rsso07.psa.gov.ph/sites/default/files/presidential_decree_no%20856.pdf 5.1. Food-service Spaces Shall Not Be Used As Living Or Sleeping Quarters. 5.2. Clothing Or Personal Effects Shall Be Kept In Lockers Or In Designated Places Away From Food Service Spaces. 5.3. No Animal Or Live Fowl Shall Be Allowed In Such Spaces. 5.4. Persons Not Directly Connected With Food Preparation And Serving Shall Not Be Allowed To Stay In Food- Serving Spaces. 5.5. Foods In Storage Or In Preparation Must Not Be Handled By Anyone Other Than The Preparation And Serving Staff. 6. Disposal Of Refuse: (please Refer To Pd 856 Known As Code Of Safety And Sanitation In The Philippines Under Chapter 3: Food Establishments Section 22: Disposal Of Refuse) Https://rsso07.psa.gov.ph/sites/default/files/presidential_decree_no%20856.pdf 7. Vermin Control: (please Refer To Pd 856 Known As Code Of Safety And Sanitation In The Philippines Under Chapter 3: Food Establishments Section 20: Vermin Control) Https://rsso07.psa.gov.ph/sites/default/files/presidential_decree_no%20856.pdf Vermin - A Group Of Insects Or Small Animals Such As Flies, Mosquitoes, Cockroaches, Fleas, Lice, Bedbugs, Mice, And Rats Which Are Vectors Of Diseases. 8. The Caterer Must Provide The Following: 8.1. Software System (for Athletes And Coaches’ Meals) 8.2. Staffs Needed: 8.2.1. Kitchen Supervisor:1 Per Venue 8.2.2. In-house Nutritionist (in Their Commissary) 8.2.3. Cook – 4 (2 Per Shift): Per Venue 8.2.4. Dishwasher – 4 (2 Per Shift): Per Venue 8.2.5. Kitchen Helper – 2 (1 Per Shift): Per Venue 8.2.6. Server – 4 (2 Per Shift): Per Venue 8.2.7. Staff For Software System – 1: Per Venue 8.3. Silverware, Flatware, Kitchen Tools 8.4. Equipment Such Oven, Stove, Dish Warmer, Baine Marie, Etc. 8.5. Rubbery Mats Inside The Kitchen Area 8.6. Sanitizer Dispenser And Refill Of Sanitizer On Dining Hall Corners And Toilet 8.7. Tissue, Liquid Soap, And Hand Dryer On Toilet Area 8.8. Cleaning Tools: Mop, Dustpan And Broom, Trash Bin And Trash Bag 8.9. Linen: Kitchen Towels, Potholders, Table Napkin 8.10. Other Tools And Equipment: Please See Annex D 9. Others 9.1. The Foodservice Provider Shall Have A Nutritionist That Will Check And Monitor The Food Serving Size And Nutritional Requirements Of The Cycle Menu. The Foodservice Provider’s Nutritionist Shall Coordinate With The Psc Msas Full-time Nutritionist On All Relevant Matters In Connection With The Daily Meals Of Athletes And Coaches. 9.2. Rmsc And Philsports - The Installation Of All Kitchen Tools And Equipment Shall Be At The Expense Of The Foodservice Provider. The Needed Space Will Be Used Shall Be Provided By The Psc. 9.3. Baguio - The Installation Of All Kitchen Tools And Equipment Shall Be At The Expense Of The Foodservice Provider. The Needed Space Will Be Used Shall Be Provided By The Psc. 9.4. All Minor Repairs And Maintenance Of The Venues Are Shouldered By Chosen Caterer. 9.5. The Kitchen Of Each Venue Will Be Used In The Simple Food Preparation And Cooking. There Should Be An Appropriate Gas Line And Clean, Well Maintained Grease Trap. 9.6. A Food Evaluation Or Feedback Form From The Psc Msas Sports Nutrition Unit Should Be Distributed To The Athletes And Coaches Once Or Twice A Month To Evaluate The Foods Being Served To Them. 9.7. The Food Services Provider Must Have A Commissary As Possible And Must Be Near Psc For More Efficient Handling And Delivery Of Pre-preparation Of Raw Materials And Food Items. 9.8. The Psc Msas Full-time Nutritionist Is Responsible For Monitoring The Proper Proportion And Serving Of Foods. 9.9. The Bidder/s Shall Submit A Sample Menu Cycle During The Opening Of Bids. 10. Schedule Of Operations: 10.1. Monday To Sunday Operations: Meals Of The Day Pre-preparation And Cooking Serving Time Breakfast 4:00 Am – 6:00 Am 6:00 Am – 10:00 Am Lunch 9:00 Am – 11:00 Am 11:00 Am – 3:00 Pm Dinner 3:00 Pm – 5:00 Pm 5:00 Pm – 9:00 Pm 10.2. Holidays Schedule With No Operation: 10.2.1. New Year 10.2.2. Holy Week (maundy Thursday To Easter Sunday) 10.2.3. All Saints’ Day 10.2.4. Christmas Eve 10.2.5. Christmas Day 10.2.6. Last Day Of The Year 11. Bid Security 11.1. All Bids Shall Be Accompanied By A Bid Security As Required In Section 27, 27.1of The Revised Irr Of Ra 9184, Payable To The Psc As A Guarantee That The Successful Bidder Shall, Within Ten (10) Calendar Days Or Less, As Indicated In The Instructions To Bidders, From Receipt Of The Notice Of Award, Enter Into A Contract With Psc And Furnish The Performance Security, Except When The Revised Irr Of Ra 9184 Allows A Longer Period. Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned. 11.2. The Bid Security Shall Be In The Amount Equal To The Percentage Of The Abc, In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) Bid Securing Declaration And Any/either Of The Following: Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Two Percent (2%) Of Abc Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. Two Percent (2%) Abc Surety Bond Callable Upon Demand Issued By A Surety Or An Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) Of Abc Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To The Total Amount Of Security 12. Performance Security To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract In Accordance With The Bidding Documents, It Shall Post The Performance Security As Required Under The Revised Irr Of Ra 9184 Prior To The Signing Of The Contract. The Performance Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity, Which Shall Be Forfeited In The Event It Is Established That The Winning Bidder Is In Default In Any Of Its Obligations Under The Contract. 13. Language Of Bid The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Psc, Shall Be Written In English. 14. Eligibility Documents For Purposes Of Determining The Eligibility Of Bidders Using The Criteria Stated In The Revised Irr Of Ra 9184, The Following Documents Shall Be Required By The Bac Using The Forms Prescribed In The Bidding Documents: 14.1. Class “a” Documents: 14.2. Legal Documents 14.3. Platinum Philgeps Certificate Of Registration Including Annex “a” 14.4. Provided Further, In Case The Registration (dti, Partnership, Corporation, Cda Registration), Tax Clearance, Mayor’s Permit Whose Validity Period Had Already Lapsed/expired Before The Expiration Of The Philgeps Certificate, The Bidder/s Is Required To Submit A Copy Of The Above-mentioned Documents Valid As Of The Date Of Opening Of Bids. 14.5. Technical Documents 14.5.1. Statement Of The Prospective Bidder Of All It Ongoing And Completed Government And/or Private Contract Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Period For The Last Five (5) Years) Prior To The Deadline For The Submission And Receipt Of Bids. 14.5.2. The Statement Shall Include All Information Required In The Pbds Prescribed By The Gppb: 14.5.3. The List Shall State The Following For Each Contract: 14.5.3.1. Name Of Clients With Contact Numbers And Addresses. 14.5.3.2. Date Of Award Of Contract. 14.5.3.3. Total Contract Cost. 14.5.4. Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty Percent (50%) Of The Abc, Completed Within Six (6) Years Prior To The Deadline For The Submission And Receipt Of Bids. 14.6. Conformity With The Technical Specification: 14.6.1. Scope Of Work, Software System In Athletes Dining Hall And Serving Size And Calories 14.6.2. Sample Cycle Menu 14.6.3. Policies And Operational Procedure: Catering For Athletes And Coaches 14.6.4. Tools And Equipment Needed 14.6.5. Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of Corporation, Partnership, Or Cooperative, Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign Oss And Do Acts To Represent The Bidder. 14.7. Financial Documents 14.7.1. The Prospective Bidder’s Audited Financial Statements, Showing Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year. Only Tax Returns Filed, And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 14.7.2. The Prospective Bidder’s Computation Of Its Financial Contracting Capacity (nfcc) Is At Least Equal To The Abc. Or In Lieu Of Nfcc A Committed Line Of Credit From A Universal Or Commercial Bank At Least Equal To Ten Percent (10%) Of The Abc. Provided If The Same Is Issued By A Foreign Universal/commercial Bank It Shall Be Authenticated By A Foreign/commercial Local Bank. The Bank Issued A Committed Line Of Credit Must Be Specifically For Daily Meals Of Athletes And Coaches And Must State The Name Of The Procuring Agency And The Procurement Project. 14.8. Class “b” Documents 14.8.1. In The Case Of Valid Joint Venture Agreement (jva), Is Already In Existence To Submit Necessary Documents. In The Absence Of A Jva, A Duly Notarized Statement From All The Potential Joint Venture Partners Stating That They Will Enter And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful Shall Be Included In The Bid. Failure To Enter Into A Joint Venture In The Event Of A Contract Award Shall Be Grounds For The Forfeiture Of The Bid Security. If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. 15. Financial Component Envelope 15.1. Original Duly Signed And Accomplished Financial Bid Form 15.2. Original Duly Signed And Accomplished Price Schedule 16. Other Documentary Requirements Under R.a 9184 (as Applicable) 16.1. For Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos) Certification From The Relevant Government Office Of Their Country Stating That The Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. 16.2. Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity 17. Other Documents To Be Presented During The Post-qualification 17.1.1. Dti Business Name Registration For Single Proprietorship/sec Registration For Corporation And Partnership/ Cda Registration For Cooperatives, Whichever May Be Appropriate Under Existing Law Of The Philippines. 17.1.2. The Corporation, Cooperative Or Partnership Article Of Incorporation, Its Constitution And By-laws Whichever Is Applicable To The Bidder Including Amendments Thereto, If Any. 17.1.3. Sanitary Permit 17.1.4. Fda- License To Operate As Food Manufacturer Or Hazard Analysis & Critical Control Point (haccp). 17.1.5. Halal Certificate That The Product/s Processed/prepared/ Manufactured Distributed By The Bidder Is /are Halal In Accordance With The Islamic Law Issued By A Halal Certification Body. 17.1.6. Certificate Of Inspection Of Venue To Be Signed By The Following: 17.1.6.1. Rmsc: Ms. Julia Llanto, Acting Chief Sfd 17.1.6.2. Philsports: Mr. Charlie Esquivel, Administrator 17.1.6.3. Baguio: Mr. Juanito Smith, Oic – Baguio Training Camp 17.1.6.4. Purpose: To Check And Oversee Each Venue’s Condition And Situation And To Estimate The Tools And Equipment And Other Matters They Need To Bring And Use. 17.1.7. Company Profile 17.1.8. Organizational Chart 17.1.9. Duly Signed And Notarized Statement Of Availability Of Key Personnel Supported With A List. (to Include Health Certificate). 17.1.10. Duly Signed And Notarized Statement Of Availability Of Equipment, Owned, Under Lease, Or A Purchase Agreement That May Be Used For The Contract Supported By A List Of Said Equipment Together With Proof Of Ownership Or Contract Of Lease. 18. Omnibus Sworn Statement

Department Of Human Settlements And Urban Development - DHSUD Tender

Manpower Supply
Corrigendum : Closing Date Modified
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 825.7 K (USD 14.2 K)
Details: Description Request For Quotation Doc Control No. : Form-as-pd-002 Revision No: 0 Effectivity Date : 1 September 2023 The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 2025-01-001 Procurement Activity Procurement Of Janitorial Services For Fy 2025 (10 Months) March 2025 To December 2025 Mode Of Procurement Small Value Procurement Approved Budget For The Contract (abc) Eight Hundred Thirty-one Thousand Fifty Seven Pesos & 42/100 (php 831,057.42), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before February 18, 2025, 10:00 Am. Delivery Schedule Start Of Contract Is On March 01, 2025. The Minimum Technical Specifications Are As Follows: Description And Minimum Specifications 1 Services To Be Provided The Agency Shall Provide Housekeeping/janitorial Services For Ten (10) Months At The Dhsud Ro-4a Office Located At Dencris Business Center, National Highway, Brgy. Halang, City Of Calamba, Laguna. _compliant _non-compliant 2 Area Of Responsibility (aor) And Manpower Requirements A. The Agency Shall Provide A Total Of Four (4) Janitorial Attendants To Be Deployed At The Dhsud Ro-4a Offices Including Its Storage Room. B. The Janitorial Attendants Who Shall Work Eight (8) Hours A Day, Six (6) Days A Week, In Accordance With The Pertinent Provisions Of The Labor Code, Shall Be Deployed In The Area Of Responsibility, As Scheduled. C. The Agency Shall Provide Reliever/s In Case Of Absence Of Janitorial Attendant/s. D. Should There Be A Need For Additional Janitorial Attendant/s, The Agency Shall Deploy Janitorial Attendant/s Upon Receipt Of The Written Request/instruction Of The Dhsud Ro-4a. _compliant _non-compliant 3 Scope Of Services The Agency Shall Provide Housekeeping/janitorial Services For Dhsud Ro-4a Which Shall Have The Responsibility Of Maintaining Cleanliness, Sanitation And Orderliness Within The Areas Of Responsibility (aor) And Shall Perform The Following Activities Which Shall Include, But Not Limited To: A. Sweeping, Scrubbing, Mopping, Waxing And/or Polishing Building Floors Including Corridors, Walls, Doors, Partitions, Stairways And Other Common Areas; B. Sanitizing Of Door Knobs, Telephone Kits, C. Dusting, Cleaning And Disinfection Of All Glass Panes, Windows, Doors And Windowsills And Frames, Blinds, Furniture And Fixtures And Other Office Equipment And Facilities Which Requires Maintenance; D. Spraying Of Air Fresheners And Disinfectants In All Offices; E. Refiling Soap Dispensers And Soap Dishes, Toilet Paper, Wipes Down Stalls, And Replace Air Fresheners; F. Cleaning, Sanitizing And Disinfecting Of Washrooms/toilets, Which Includes The Use Of Special Sanitizing And Disinfecting Agents In Wash Basins, Urinals And Toilet Bowls; G. Collecting, Segregating And Proper Disposal Of Trash, Rubbish And/or Garbage And Such Other Services Necessary For Sanitation; H. If Necessary, Hauling And Moving Of Materials Such As But Not Limited To Furniture And Fixtures, Equipment, Supplies And/or Records In And Around The Covered Areas; I. Maintaining Indoor And Outdoor Plants Within The Premises Or Area Of The Dhsud Ro-4a; J. Errand Services As Required By Dhsud Ro-4a; And, K. Such Other Functions As May Be Necessary For The Cleanliness And Orderliness Of The Office. _compliant _non-compliant 4 Additional Set Of Technical Parameters A. The Agency Must Submit Proof That It Has Been Engaged In Continuous Business Operations As A Legitimate Janitorial Agency For At Least Five (5) Years At The Time Of The Submission And Receipt Of Its Bid; B. The Agency Must Show Proof That It Has Completed Similar Contracts With At Least Two (2) Companies Within Two (2) Years From The Submission And Receipt Of Its Bid, Together With Certificates Of Satisfactory Service From Said Clients; C. The Agency Must Submit Its Organizational Set-up; D. The Agency Must Submit Proof Of Remittances For Sss, Pag-ibig And Philhealth For The Period Covering March 01, 2024 To December 31, 2024 With The Requisite Attachments, Such As, The List Of Personnel Covered By The Payment, Summary Of Periodic Remittances, Among Others; _compliant _non-compliant 5 Minimum Qualifications Of Janitorial Attendants The Agency Shall Provide Dhsud Region 4a Janitorial Attendants Who Shall Possess The Following Minimum Qualifications: A. Must Possess Good Moral Character And Reputation; B. Must Not Have Any Criminal Or Police Record; C. Duly Trained And Skilled To Function As Janitorial Personnel; And D. Must Be Physically And Mentally Fit As Evidenced By The Medical Certificate; And, _compliant _non-compliant 6 Issuance Of Payslips To Assigned Janitorial Personnel Issuance Of Payslip To Janitorial Personnel Assigned Shall Be One Basis Of Dhsud Ro-4a To Ensure Conformance Of Janitorial Agency To Existing Labor Laws (minimum Wage And Mandatory Contributions To Sss, Philhealth, And Pag-ibig) _compliant _non-compliant 7 Receipt Of Billing Statement And Official Receipt (or) The Issuance Of Janitorial Agency Of Monthly Billing Statement Should Be Received By Dhsud Ro-4a Not Later Than 15th Day Of The Following Month And Its Corresponding Payment’s Official Receipt (or) Not Later Than 25th Day Of The Month _compliant _non-compliant 8 Posting Of Performance Security A. To Guarantee Payment For Losses And/or Damages To Property, The Winning Agency Shall Post A Performance Security In Favor Of Dhsud Ro-4a,. Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) . Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank 2% B. Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. C. Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. 5% D. Any Combination Of The Foregoing Proportionate To Share Of Form With Respect To Total Amount Of Security Your Failure To Post The Required Performance Security Within Ten (10) Days From Notice Of Award Shall Hereof Constitute A Sufficient Ground For Cancellation Of The Award B. The Performance Security Shall Be Callable On Demand And Shall Have A Validity Period Equivalent To The Duration Of The Contract Including Its Renewal Or Extensions, If Any. _compliant _non-compliant 9 Standards The Agency Shall Maintain A Very Satisfactory Level Of Performance Throughout The Term Of The Contract Based On The Following Criteria And Using The Following Scale - 5 (excellent); 4 (very Satisfactory); 3 (satisfactory); 2 (fair); And, 1 (unsatisfactory): 1. Quality Of Service Delivered 2. Time Management 3. Management And Suitability Of Personnel 4. Contract Administration And Management 5. Provision Of Regular Progress Reports The Dhsud Ro-4a Shall Conduct An Assessment Or Evaluation Of The Performance Of The Agency Based On The Above Criteria On A Regular Basis. Based On Its Assessment, The Dhsud Ro-4a May, At Any Time: 1. Request In Writing The Withdrawal Or Replacement Of Any Personnel Of The Agency Assigned To Perform Services Under The Contract. The Agency Shall At Its Own Expense, Withdraw Or Replace Such Personnel Forthwith And Shall Furnish The Dhsud Ro-4a The List Of Substitute Janitors Prior To Deployment; And/or, 2. Pre-terminate The Contract For Failure By The Agency To Perform Its Obligations Thereon Following The Procedure Prescribed Under The Annex “i,” The Guidelines On Termination Of Contracts, Of The 2016 Revised Implementing Rules And Regulations Of Ra 9184. _compliant _non-compliant 10 Period Of The Contract The Contract For Janitorial Services Shall Be For A Period Of Ten (10) Months Commencing From March 2025 To December 2025 _compliant _non-compliant Terms And Conditions: 1. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 2. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 3. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit. 4. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Signed Omnibus Sworn Statement (oss); Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government Issued Identification Card Of Both Signatories. D. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above-mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The General Services Section At The Dhsud Ro-4a Office Located At Dencris Business Center, Brgy. Halang Calamba City. The Dhsud Ro-4a Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation (scrq/lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Ro-4a Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement And The Property Officer Of The General Services Section At Mobile Numbers 0956-5764503 And 0918-5640074, Respectively. Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Reply Slip Procurement: Request For Quotation No.: _______________ Date Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Department Of Human Settlements And Urban Development Ro-4a Dencris Business Center, National Highway, Halang Calamba City, Province Of Laguna Dear Ms. Medina: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development Ro-4a, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company: ____________________________________________ Name Of Authorized Representative: _______________________________ Designation/position: ____________________________________________ Address: _____________________________________________________ Telephone No./mobile No.: _______________________________________ Email Address: ________________________________________________ Philgeps Registration No. : ______________________________________ Landbank Account No.: _________________________________________ If With Ada, Kindly Indicate The Landbank Account Name And Account Number; If None, Please Indicate To Whom Checks Should Be Made Payable To : _____________________________________ Tin: __________________________ Vat-registered: Vat󠄀 ( ) Non-vat ( ) Signature: ___________________________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] [kindly Fill Out This Template Accordingly By Completing The Needed Information And Deleting The Non-applicable Provisions That May Be Deleted.] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [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]

DEPT OF THE ARMY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date12 Feb 2025
Tender AmountRefer Documents 
Description: 2/12/2025 the Government Is Extending The Solicitation Closing Time Only From 12am Est To 6pm Est. The Government Will Not Be Accepting Any Quotes Beyond 6pm Est On February 12, 2025. ----------------------------------------------------------------------------------------------------------------------------- amendment 0005to Sam Notice Id “w15qkn-25-r-0028” changes To Attachment 0005 – Quote Template clin 0002 Travel Not To Exceed (nte) Amount Has Been Increased/updated. uploaded Attachment 0005 – Quote Template 11feb2025 (with Revised Changes Above) ----------------------------------------------------------------------------------------------------------------------------- 11 February 2025 questions And Answers For 2/7/2025 1. Pursuant To Q&a: “20. The Dd 254 Block 1.b Indicates Safeguarding At The Secret Level? Is this Correct? Answer. Yes, Because Some Of The Training Material May Be Classified Up To secret Levels.” Does The Government Require Proof Of Safeguarding Capability Such As A Letter From Dcsa In The Technical Volume? answer: No, The Safeguarding Will Be On Site. The Fcl Will Be Required To Validate The Clearance Of The Contractor. 2. A Follow-up To The Safeguarding Question: According To Chapter 5 Section1 Of The Nispom, Safeguarding Is Required When A Company Has To Hold The Material In Their Own Possession In A Safe. Is This The Case With The Training Materials Or Will The Government Customer Be Handing Out And Collecting The Training Material Each Day? Would The Government Consider Removing The Requirement For Safeguarding From The Dd254 For The Contractor? answer: We Will Collect The Training Material Each Day. However, The Contractor Is Required To Have The Fcl To Validate Their Employee’s Security Clearance. 3. A Follow-up To Previous Question. The Dd 254 Block 1.b Indicates Safeguarding At The Secret Level? Is This Correct? Answer. Yes, Because Some Of The Training Material May Be Classified Up To Secret Levels. We Believe Strongly That The Dd254 Box Section 1b Is Not Marked Correctly And Should Be Left Blank Or Marked None. The Justification Provided In The Q&a Below Does Not Apply Because 1b Is Relevant Only To Classified Material At The Contractor’s Facility. The Justification Mentioned Is What Supports Section 1a Being Classified As Secret. please Clarify If Training Will Occur At The Contractor’s Facility, And If So, What Is The Mileage Limit From Camp Atterbury That A Contractor’s Facility May Be To Support This Valex, As Well As Specific Facility Requirements, Dimensions, Occupancy, And Access Considerations. Because The Dd254 Is The Third Item Listed For Technical Capability Assessment, If Training Is Not Going To Occur At The Contractor’s Facility, We Believe It Would Negatively Impact Offerors Who Do Not Address This Item Or Correct It In Their Submissions. answer: The Box Shall Remain Checked And The Training Will Occur At Camp Atterbury. 4. I See That You Did Add A Common Travel Plug For All Vendors To Use. This Will Be Very Valuable To Ensuring The Highest Quality Of Support For This Contract. Can You Please Clarify That All Vendors Should Be Including This Travel Plug In Their Proposals, Which Will Be Cost Reimbursable For The Applicable Travel Related Costs. I.e. Travel To/from, Lodging, Per Diem, As Need Rental Car To From Airports And Atterbury, Etc. i Wanted To Make Sure That Vendors Should Not Be Including Less That This Amount In Clin 2, As This Should Be A Common Plug Used/available To Everyone, Otherwise It Would Eliminate The Benefits Of Having This Plug. answer: An Amendment With Instructions To Offerors Was Issued To Clarify The Travel Plug And Add A Technical Factor. ----------------------------------------------------------------------------------------------------------------------------- 10 February 2025 amendment 0004to Sam Notice Id “w15qkn-25-r-0028” the Purpose Of Amendment 0004 Is To Incorporates Q&as And To State The Following: - Attachment 0001– Pws – 7feb2025, Uploaded To Sam On 2/7/2025 Is The Final Version. - Attachment 0007- Instruction To Offerors And Evaluation Criteria, Uploaded To Sam On 2/7/2025 Is The Final Version. questions And Answers From 2/5/2025 And 2/6/2025 1. The Period Of Performance Is Listed As 9-20 March, But The First Meeting With The Contractors Occurs On 19 March During The Coordinationphase. Could You Clarify Whether Contractors Are Required To Be Present For The Full9–20 March Period Or If They Must Report No Later Than (nlt) March 18, 2025? answer: The Pop Is 9-20 March 2025. The Pws Has Been Correct Via Amendment 001. 2. Additionally,doesthe Company Need To Hold An Fcl Or Is It Sufficient To Verify That The Contractors Possess An Active Secret Clearance? answer: Yes, So They Can Validate The Secret Security Clearance And Manage The Security Clearance. 3. The Period Of Performance (pop) Shows 9-20 March 2025; However, Paragraph 2.1.1 Shows The Beginning Date For The Coordination Phase As 19 March 2025. Should We Prepare For Only Two (2) Days Of Coordination And Roleplaying At Camp Atterbury? answer: The Pop Is 9-20 March 2025. The Pws Has Been Correct Via Amendment 001. 4. The Solicitation Only Provides For A Quote For Services. If Submitted, Will A Capabilities Statement Be Reviewed To Support The Technical Evaluation? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors And Incorporate A Capabilities Statement For Evaluation Purposes. 5. What Is The Required Date For Submitting A Roster Of Candidates To Fill The Role Player Positions In Advance Of The March 9 Rotation? answer: The Required Date To Support The Training Is 9 March 2024. 6. Are There Specific Requirements Or Qualifications For Spanish Language Proficiency? answer: A Dlpt Score Of 3/3 7. Is A Technical Narrative Required As Part Of The Proposal? If So, Are There Any Guidelines Regarding Format (e.g., Page Limits, Font Size)? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors And Incorporate A Capabilities Statement For Evaluation Purposes. 8. Will A Technical Volume And Past Performance Be Evaluated By The Governmentif Submitted? answer: Only The Technical Volume Will Be Evaluated. clarification Required: Based On The Evaluation Criteria I Understand That The Due Out To The Government Is The Quote Template (provided), Dd254 (provided) And A Downloaded Copy Of Reps And Certs For The Offeror. Are We Understanding That Correctly? Those Documents Meet The Requirement For The Technical. The Qasp Is Due Post Award? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors And Incorporate A Capabilities Statement For Evaluation Purposes. 9. The Dd254 Block 1.b Indicates Safeguarding At The Secret Level? Is This Correct? answer. Yes, Because Some Of The Training Material May Be Classified Up To Secret Levels. clarification Required: Dd254 Block 1.b Is Understood By Our Industry Facility Security Officer (fso) That If Safeguarding Is Required Then The Government Is Asking The Contractor To Maintain Classified Documents At The Contractor's Facility. As I Understand The Requirement The Work Is Being Performed At Camp Atterbury. There Is Not A Contractor Owned And Maintained Facility In This Requirement At Camp Atterbury. How Is The Contractor Required To Secure, And Safeguard Classified Information In Commercial Lodging? Or, Will The Potentially Classified Documents Be Secured On Camp Atterbury By The Government And Then Accessed By The Contractor On A Daily Basis? If The Government Is Maintaining The Classified Material, Then The Safeguarding Requirement At The Contractor's Facilityshould Be "none". answer: The Fcl Is Required For The Company To Ensure That They Can Hold Or Manage The Employee Clearance. Fcl Isn’t Just For The Actual Facility. It Is Required. 10. We Are Bidding The Above Contract And Have Run Into A Dilemma. The Nte Travel Is $40,377.00. Just Gsa Lodging And M&i For The Area For 14 People For 14 Days Is: $38,059. This Does Not Include Airfare Or Any Other Things The Jtr Identifies As Reimbursable. No Rental Cars Are Currently In My Estimate. An Nte This Low Would Either: Require All Role Players To Come From The Camp Atterbury Area Which I Believe Would Be Not Possible, Or You Guys Are Providing Government Lodging Which I Did Not See In The Pws. answer: The Government Evaluated The Travel Cost And Has Increased The Nte Amount To $43,349.90. Lodging From March 8-21 Is For 13 Nights Only. Gsa States That M&ie For The First And Last Day Of Travel Will Be At A Lower Rate (2 Days). The Current Loging Rate For That Area Is $110 And M&ie Is $68, The First And Last Day Of Travel For M&ie Is $51. 11. Setting Clin 0002 (travel) To $0.00 Is Acceptable, Or If The Government Requires A Proposed Cost Under The Nte Threshold? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors Regarding The Nte Amount. 12. If Setting Travel To $0.00 Is Not Permissible, Is There A Recommended Alternative Pricing Structure We Should Use? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors Regarding The Nte Amount. ----------------------------------------------------------------------------------------------------------------------------- 07 February 2025 amendment 0003 To Sam Notice Id “w15qkn-25-r-0028” the Purpose Of Amendment 0003 Is To Incorporates The Following: -updated Attachment 0001 – Pws – 7feb2025 To Include The Following Changes: (a) 1.6.2 Iwatch Army Training (b) 1.6.3 Opsec Training (c) 1.6.4 Threat Awareness Reporting Program -add Attachment 0007 - Instruction To Offerors And Evaluation Criteria both Attachments Are Draft Versions To Allow Vendors Enough Time To Update Their Quotes/proposals. The Government Does Not Anticipate Any Changes To Attachment 0001 And 0007. The Final Versions Will Be Posted Early Next Week, If Any Changes Are Made To Either Attachment The Government Will Point Out Said Changes. fyi, Additional Q&as Will Also Be Posted Next Week, In The Event There Are Any Additional Questions Please Request And Extension As The Deadline To Submit Q&as Was 2/6/2025 At Noon Est. ----------------------------------------------------------------------------------------------------------------------------- 06 February 2025 amendment 0002 To Sam Notice Id “w15qkn-25-r-0028” the Purpose Of Amendment 0002 Is To Extend The Solicitation Closing Date To February 12, 2025 12pm Est. ----------------------------------------------------------------------------------------------------------------------------- questions And Answers From04 February 2025 1. Will The Role Players (rp) Be Afforded The Opportunity To Lodge On Camp Atterbury For Fee? Indiana National Guard: Lodging – Chargeable Transient Quarters answer: No, Because There Will Not Be Enough Time To Coordinate Prior To The Award Of The Contract. They Will Need To Do Commercial Lodging. 2. Is There Government Provided Lodging At No Cost On Camp Atterbury? answer: No. 3. Are The Rps Required To Work Independently Of Each Other On Different Schedules Or Will They Travel To And From The Government Work Site At The Same Schedules? answer: They Will All Be On The Same Schedule. 4. Is Camp Atterbury The Actual Work Site Or Will The Rps Be Required To Perform Duties In Urban City/town Environments Outside Of Camp Atterbury? answer: Camp Atterbury Is The Actual Work Site. 5. Are The Rps Required To Independently Arrive And Access Camp Atterbury Utilizing Separate Modes Of Transportation Or Will Mass Transit For The Rps Meet The Requirements? answer: No, They Can Use Mass Transportation. 6. Does The Government Have A Process For Gaining Entry To Camp Atterbury For Rps Who Do Not Carry Retired Military Id Cards? answer: Yes, They Will Be Provided The Base Access Form For Visitor Access. 7. Reference Pws 2.1.1: We Are Assuming 19 March Is A Typo And The Coordination Phase Is 9 March? With Time To Be Determined, Is It Safe To Assume The Rps Should Travel On 8 March, In Order To Be Present On 9 March As Early As The Government Desires? answer: The Rps Must Be Present On The 9th For The Start Of The Training. Travel Day Before Might Be Required If They Require To Travel Outside. 8. Reference Pws 1.4: Is 20 March Considered A Training/workday Or Is It Considered A Travel Day? answer: Training Day. 9. Does The Government Desire To Have A Program Manager Present On Site During The Entire Execution? answer: No, But There Needs To Be A Site Lead Designated For Coordination. 10. Can The Program Manager (pm) Or Alternate Program Manager (apm) Be One Of The Role players? Can Both Pm And Apm Be Role Players Or Will The Duties Detract From The Rp Requirements? answer: Yes. 11. Will Any Of The Training Be Conducted In Austere Environments Or Combat Simulated Environments Where Cold Weather Gear And Personal Protective Equipment Be Required? answer: No. The Training Will Take Place In An Improved Area. 12. Will The Rps Be Required To Ride In Military Vehicles Or Aircraft? answer: No. 13. Will Any Of The Rps Be Required To Access Any Government Unclassified Or Classified Information Networks? answer: No. 14. Will The Rps Be Required To Have Contractor Supplied Digital Training Aids Such As Exercise Phones Or Other Technical Devices? answer: Yes, But At No Cost At The Government. 15. Are All Scenario Documents, Scenario Scripts And Background Scenario Documents Complete; Or Will The Rp Be Responsible For Completing Those Documents? answer: All The Documents Will Be Provided To The Rps By The Training Team. 16. According To Attachment 0001 - Pws, Section 1.4, The Period Of Performance Is From 3/9/2025 To 3/20/2025. Will The Government Require Personnel On Every Day Within This Period, Or Only On Weekdays (monday Through Friday)? answer: The Rps Will Be Required Every Day. 17. Pws Paragraph 1.4 States That The Period Of Performance In 3/9 To 3/20. However, Pws Paragraph 2.1.1. States Synch Meetings Begin On 3/19. Please Clarify Which Datesthe 14 Role Players Are Required To Support Training? answer: The Date In 2.1.1 Is An Error The Pop Is 9-20 March. 18. The Sam Post States: "technical Capability Will Be Evaluated To Determine The Likelihood That The Government’s Requirements In The Pws Can Be Achieved." Since This Is An Rfq And Not An Rfp, How Will The Government Determine That Offeror Can Meet The Pws Requirements? answer: The Government Will Review The Rfq Or Rfp Based On The Proposal Provided By The Contractor To Identify Which Contractor Has The Best Technical Capability. 19. Will A Technical Volume And Past Performance Be Evaluated By The Governmentif Submitted? answer: Only The Technical Volume Will Be Evaluated. 20. The Dd 254 Block 1.b Indicates Safeguarding At The Secret Level? Is This Correct? answer. Yes, Because Some Of The Training Material May Be Classified Up To Secret Levels. ----------------------------------------------------------------------------------------------------------------------------- 05 February 2025 amendment 0001 To Sam Notice Id “w15qkn-25-r-0028” the Purpose Of Amendment 0001 Is To Incorporates The Following Changes: changes To Attachment 0001 - Pws change The Date On The Performance Work Statement (pws) add Section 1.7 Travel In The Pws change The Date In Section 2.1.1 Of The Pws update Language In Section 2.3.2 Of The Pws delete Section 2.3.4 From The Pws (duplicate Language) And Update The Numbering Following The Deletion Of 2.3.4 uploaded Attachment 0001 – Pws 4feb2025 (with Revised Changes Above) changes To Attachment 0005 – Quote Template added Clin 0002 Travel**** changed The Service Contract Reporting Clin To 0003 ****clin 0002 Travel Has A Not To Exceed (nte) Amount. All Vendors Who Submit Travel For Role Players Cannot Propose Over The Nte Amount. uploaded Attachment 0005 – Quote Template 4feb2025 (with Revised Changes Above) ----------------------------------------------------------------------------------------------------------------------------- questions And Answers From03 February 2025 1. In The Pws, Thepop Is Listed As 9-20 March 2025. Para 2.1 States There Will Be 3 Phases: Coordination, Scenario Rehearsal, And Scenario Execution. But Para 2.1.1 States That The Coordination Date Will Be On 19 March 2025. -can The Government Confirm That Exact Days Of Each Of These 3 Phases? -and Also, Are All Role Players Required To Be Present For The Coordination/synch Days/phase? -and Also The Total Days Each Role Player Will Be Required To Be On Site? answer: The Role Players Just Need To Be Available Starting For Training On The 9th. The Coordination And Scenario Rehearsal Will Take Place During The Pop. 2. Regarding Para 2.3 Tasks, Can The Government Confirm If The Role Players Will Be Performingas The Interrogators Conducting Interrogations? Or Will They Be The Subjects Of The Interrogations? answer: They Will Be The Subjects. That Is A Typo, It Should Be Performing As Interrogatees Being Interrogated. 3. Are The Role Players Required To Have An Active Dod Security Clearance? If So, At What Level? answer: This Is In The Pws And The Dd254. All Must Have A Secret Clearance. 4. If The Role Players Are Required To Have A Clearance, Can The Government Confirmthat The Awardee Will Be Required To Have The Commensurate Dod Corporate Facility Clearance? answer: Yes, This Is A Far Requirement And A Security Requirement. 5. Will The Government Require A Separaterole Player Coordinator/site Lead To Be Present? Or Can This Role Be Performed By One Of The 14 Role Players? answer: It Can Be Performed By One Of The Role Players. 6. Will The Role Players All Require A Separate Means Of Transportation To Get To Exercise Venues? Or Will They All Be Working At One Location Of General Area? answer: It Will Be The Responsibility Of The Role Player To Get To The Training Area. There Is Only One Training Area. 7. Will The Role Players Be Required To Have Special Clothing? Ie. U.s. Or Foreign Military Uniforms, Or Foreign National Clothing? answer: No 8. Will The Government Consider Adding/providing A Travel Plug That All Bidders Would Use For Covering Travel, Lodging, Per Diem, Etc For Role Players And Coordinator? This Would Create A Level Playing Field For All Bidders And Would Better Ensure The Highest Quality Intelligence Role Players From Around The Country For The Government, By Taking The Travel Costs Out Of The Award Competition. answer: The Contractor Shall Provide The Costs Estimated To Meet The Pws In The Way They View Best Meets The Technical Requirement. If That Means A Contractor Needs To Submit For Travel Then They Should Submit For Travel. 9. Is The Governmentsponsoringthe Initialsecret Fcl Per The Dd254 In The Attachments Or Is It Assumed That The Contractor Will Have A Pre Establishedsecret Fcl Prior To Submission Of Their Proposal? answer: No, The Contract Shall Have Pre Established Secret Fcl Prior To Submission Of Proposals. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ i) Introduction this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. the United States Army Contracting Command – New Jersey (acc-nj) Has Issued Solicitation W15qkn-25-r-0028 As An Invitation For A Request For Quotation (rfq), In Support Of The Military Intelligence Readiness Command (mirc), To Procure Multiple Role Players To Participate In A Government Training Exercise At Camp Atterbury, In, In Accordance With The Performance Work Statement (pws) (attachment 0001), Quality Assurance Plan (qasp) (attachment 0002), Exhibit A, Contract Data Requirements List (cdrl) (attachment 0003) And Dd254 (attachment 0004). the Number Of Role Players Required And The Period Of Performance Is As Follows: 14 Role Players At Camp Atterbury, In: 09 March 2025- 20 March 2025 this Action Is A Small-business Set-aside Solicited Under North American Industry Classification System (naics) Code 541990 – All Other Professional, Scientific, And Technical Services; Size Standard $19.5m. in Accordance With Far 52.212-2, The Government Intends To Make An Award To The Contractor Who Submits The Lowest Price Technically Acceptable (lpta) Quote And Deemed Responsive And Responsible By The Contracting Officer. Offeror Shall Meet The Requirements As Specified In This Solicitation And The Attached Pws. The Anticipated Award Will Be A Firm-fixed Price Contract. The Contracting Officer Reserves The Right To Make No Award Under This Solicitation. note: An Offeror That Is Receiving An Award Resulting From This Solicitation Shall Be Registered In The System For Award Management (sam) Prior To Contract Award (no Later Than 18 February 2025). To Register, Offerors May Log Onto: Sam.gov. ii) Instructions To Offerors (far 52.212-1 Applies To This Acquisition) any/all Questions Shall Be Submitted Via Email To Both The Contract Specialist At Colleen.m.paglio.civ@army.mil And The Contracting Officer At Angelica.m.merino.civ@army.mil No Later Than 10am Eastern Standard Time On 6 February 2025. all Quotes Shall Be Submitted Via Email To Both The Contract Specialist At Colleen.m.paglio.civ@army.mil And The Contracting Officer At Angelica.m.merino.civ@army.mil No Later Than 12pm Eastern Standard Time On 7 February 2025. offeror Quotes Shall Include The Following Information: technical: Offerors Shall Submit The Following Three Items: a Completed Quote Using The Provided Quote Template (attachment 0005) a Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications – Commercial Products And Commercial Services dd254 (attachment 0004): Complete Blocks 6(a), 6(b), And 6(c). Also, If Applicable, Complete Blocks 7(a), 7(b), And 7(c). price: Offerors Shall Submit Pricing For Contract Line Item Number (clin) 0001 On The Quote Template (attachment 0005). In The Event There Is A Difference In Price Between The Total Of Clin 0001 And The Total Proposed Price, The Total Of Clin 0001 Will Be Considered The Total Proposed Price Used For Evaluation. it Is The Government’s Intent To Award Without Discussions. iii) Evaluation (far 52.212-2) the Government Intends To Award A Single Contract To An Offeror Whose Quote Is Determined To Be The Lowest Priced Technically Acceptable Based On The Following Evaluation Factors: technical – Technical Capability Will Be Evaluated To Determine The Likelihood That The Government’s Requirements In The Pws Can Be Achieved. price – Price Will Be Evaluated To Determine If The Offerors’ Proposed Price Is Fair, Reasonable, And Balanced Using Price Analysis Techniques In Accordance With The Guidelines In Far 15.404-1(b). all Non-priced Factors Will Be Evaluated On An “acceptable” Or “unacceptable” Basis. An Offeror Must Receive An “acceptable” Rating For All Non-price Factors To Be Considered For Award. technical Acceptable/unacceptable Ratings acceptable quote Clearly Meets The Minimum Requirements Of The Solicitation. unacceptable quote Does Not Clearly Meet The Minimum Requirements Of The Solicitation. a Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For An Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. v) Contract Provisions/clauses this Solicitation Document And Incorporated Provisions/clauses Are Those In Effect Through Federal Acquisition Circular 2025-03/ far 52.212-4 – Contract Terms And Conditions-commercial Products And Commercial Services, And Far 52.212-5 – Contract Terms And Conditions Required To Implement Statuses Or Executive Orders – Commercial Products And Commercial Services Apply To This Acquisition. see Attachment 0005 For The List Of Applicable Provisions/clauses vi) Attachments: attachment 0001: Pws, Dated 23 January 2025 attachment 0002: Qasp, Dated 23 January 2025 attachment 0003: Exhibit A Cdrl attachment 0004: Dd254 attachment 0005: Quote Template attachment 0006: Provisions/clauses

Court Of Appeals Tender

Others
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 115.7 K (USD 1.9 K)
Details: Description Supply And Delivery Of Materials For The Rehabilitation/renovation Of Daycare/lactation Room Of Court Of Appeals Amp-014-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No.: 1 Item Description: Supply And Delivery Of Materials For The Rehabilitation/renovation Of Daycare Center/lactation Room Of The Court Of Appeals Approved Budget For The Contract: ₱115,719.00 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than February 13, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 3rd Floor, Centennial Building Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation, Either Manually At The Office Of Bac Secretariat, Ground Floor, Annex Vi Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee Requirements/instructions No. Eligibility Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) (annex “b”) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. 5 Statement Of Compliance With The Must Be Duly Signed And Dated Technical Specifications By The Authorized Representative. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. 5. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 10. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 11. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. 12. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. 14. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-014-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply And Delivery Of Materials For Rehabilitation/renovation Of Daycare Center/lactation Room Of The Court Of Appeals”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Lot No. Item Description Qty Unit Price Total Price 1 Colored Plain Sheet, 4’ X 8’ Gauge 22 (green) 5 Pcs. Marine Plywood, ¼” X 4’ X 8’ 5 Pcs. Angle Bar 2” X 2” X ¼” X 20ft 4 Pcs. Spray Bottle (2 Liters) 1 Pc. Wood Treatment / Preservative 8 Qtrs. Adhesive Sealant 2 Qtrs. Welding Rod 6013 Special, 2.5 5 Kls Semi-gloss Latex, White 5 Tins Flat Latex 2 Tins Roof Guard, Baguio Green 3 Tins Quick Drying Enamel, White 2 Gal. Acry-color, Latex, Thalo Blue 2 Qtrs. Acry-color, Latex, Thalo Green 2 Qtrs. Roller Brush #7” 3 Pcs. Baby Roller, Cotton 3 Pcs. Sanding Paper # 120 10 Pcs. Sanding Paper # 220 10pcs. Paint Brush #1½”, White Hair 4 Pcs. Camiseta Rug, White 5 Kls. Flatwall Enamel 2 Gals. Ppr Pipe, ½” 2 Pcs. Ppr Elbow 3 Pcs. Ppr Female Coupling, ½” 1 Pc. Pvc Elbow, 2” (orange) 2 Pcs. Ball Valve, ½” 1 Pc. Tee Reducer, ¾” X ½” 1 Pc. Pvc Elbow 45 Degrees X 2” 2 Pcs. Pvc Y, 2” (orange) 1 Pc. Pvc Cement (solvent 400 Cc) 1 Can One Piece Toilet Bowl W/ Complete Fittings 2 Sets Bidet 2 Sets Lavatory Sink W/ Complete Fittings 2 Sets Dual Angle Valve, ½” X ½” 2 Pcs Angle Valve, ½” X ½” 1 Pc Total Price In Figures: Total Price In Words: ____________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address Statement Of Compliance With The Technical Specifications After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply And Delivery Of Materials For Rehabilitation/renovation Of Daycare Center/lactation Room Of The Court Of Appeals I. Approved Budget For The Contract: The Approved Budget For The Contract Is One Hundred Fifteen Thousand Seven Hundred Nineteen Pesos (php115,719.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: The Supplier Shall Supply And Deliver The Following Requirements; Item No. Item Description Qty 1 Colored Plain Sheet, 4’ X 8’ Gauge 22 (green) 5 Pcs. Marine Plywood, ¼” X 4’ X 8’ 5 Pcs. Angle Bar 2” X 2” X ¼” X 20ft 4 Pcs. Spray Bottle (2 Liters) 1 Pc. Wood Treatment / Preservative 8 Qtrs. Adhesive Sealant 2 Qtrs. Welding Rod 6013 Special, 2.5 5 Kls Semi-gloss Latex, White 5 Tins Flat Latex 2 Tins Roof Guard, Baguio Green 3 Tins Quick Drying Enamel, White 2 Gal. Acry-color, Latex, Thalo Blue 2 Qtrs. Acry-color, Latex, Thalo Green 2 Qtrs. Roller Brush #7” 3 Pcs. Baby Roller, Cotton 3 Pcs. Sanding Paper # 120 10 Pcs. Sanding Paper # 220 10pcs. Paint Brush #1½”, White Hair 4 Pcs. Camiseta Rug, White 5 Kls. Flatwall Enamel 2 Gals. Ppr Pipe, ½” 2 Pcs. Ppr Elbow 3 Pcs. Ppr Female Coupling, ½” 1 Pc. Pvc Elbow, 2” (orange) 2 Pcs. Ball Valve, ½” 1 Pc. Tee Reducer, ¾” X ½” 1 Pc. Pvc Elbow 45 Degrees X 2” 2 Pcs. Pvc Y, 2” (orange) 1 Pc. Pvc Cement (solvent 400 Cc) 1 Can One Piece Toilet Bowl W/ Complete Fittings 2 Sets Bidet 2 Sets Lavatory Sink W/ Complete Fittings 2 Sets Dual Angle Valve, ½” X ½” 2 Pcs Angle Valve, ½” X ½” 1 Pc Iii. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Iv. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila V. Delivery Requirements: The Items Must Be Delivered Within Fifteen (15) Calendar Days Upon Receipt Of Purchase Order. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. We Further Undertake To Submit Our Bir Certificate Of Registration (form 2303) And Tax Clearance Certificate Prior To Final Settlement Of Our Contract, And We Understand That Non-submission Thereof Shall Constitute Sufficient Ground For The Court Of Appeals To Hold The Payment For Any Goods Delivered Or Services Rendered By Our Company. Until A Formal Contract Is Prepared And Executed, This Quotation, 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 Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b” Omnibus Sworn Statement (revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission ___________ Notary Public For ______ Until _______ Roll Of Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____.

Court Of Appeals Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 84 K (USD 1.4 K)
Details: Description Request For Quotation Rental Service Of Professional Lights And Sounds Equipment, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals (1 Lot) Amp-006-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No. Item Description Approved Budget For The Contract 1 Rental Service Of Professional Lights & Sounds Equipment, Led Video Wall Equipment And Manpower For The 89th Founding Anniversary Of The Court Of Appeals ₱84,000.00 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than January 27, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 3rd Floor, Centennial Building Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. Quotations And Other Documents Required May Either Be Submitted Manually At 3rd Floor Office Of The Bac Secretariat, Centennial Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph On Or Before The Deadline Of Submission As Stated In This Rfq. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. No Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) (annex “b”) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. 5. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 10. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 11. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. 12. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. 14. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate For Final Settlement Of Government Contracts And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-006-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “rental Service Of Professional Lights & Sounds Equipment, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Uom Item Description Qty Total Price Professional Lights And Sounds Equipment 1 Lot Dj Controller 1 Unit 17” Laptop With Minimum Cpu Specifications Of At Least 3.00ghz And At Least 6 Core Count 1 Unit 22 Chanel Professional Studio Mixer 1 Unit 2000w Power Amplifiers Sound Processor 1 Set Powered Speaker 6 Units Sub Woofers 2 Units Wireless Microphones With Case 4 Units Par Lights 16 Units Light Stand 2 Units 90w Moving Heads 6 Units Smoke Machine 1 Unit Dj Boxes, Cables And Connectors 1 Set Speakers And Microphone Stand 2 Sets Dmx Controller 1 Unit Led Video Wall Equipment P3 Led Wall 9ft X 24ft 1 Set Led Riser 1 Set Video Processor And Controller 1 Set Video Switcher 1 Set Cables And Connectors 1 Set Computer Workstation 1 Set Stage And Accessories – 16x24x2 Ft. (lxwxh) Stage 1 Set Manpower Disk Jockey At Least 1 Personnel Sound Technician At Least 2 Personnel Light Technician At Least 4 Personnel Video Technician At Least 1 Personnel Stagehand At Least 3 Personnel Handyman At Least 3 Personnel Total Price In Figures: Total Price In Words: ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Rental Service Of Professional Lights & Sounds, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals (1 Lot) I. Approved Budget For The Contract: The Approved Budget For The Contract Is Eighty-four Thousand Pesos (php84,000.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: The Supplier Shall Supply And Deliver The Following Requirement: Lot Item Description Qty 1 Lot Professional Lights And Sounds Equipment Dj Controller 1 Unit 17” Laptop With Minimum Cpu Specifications Of At Least 3.00ghz And At Least 6 Core Count 1 Unit 22 Chanel Professional Studio Mixer 1 Unit 2000w Power Amplifiers Sound Processor 1 Set Powered Speaker 6 Units Sub Woofers 2 Units Wireless Microphones With Case 4 Units Par Lights 16 Units Light Stand 2 Units 90w Moving Heads 6 Units Smoke Machine 1 Unit Dj Boxes, Cables And Connectors 1 Set Speakers And Microphone Stand 2 Sets Dmx Controller 1 Unit Led Video Wall Equipment P3 Led Wall 9ft X 24ft 1 Set Led Riser 1 Set Video Processor And Controller 1 Set Video Switcher 1 Set Cables And Connectors 1 Set Computer Workstation 1 Set Stage And Accessories – 16x24x2 Ft. (lxwxh) Stage 1 Set Manpower Disk Jockey At Least 1 Personnel Sound Technician At Least 2 Personnel Light Technician At Least 4 Personnel Video Technician At Least 1 Personnel Stagehand At Least 3 Personnel Handyman At Least 3 Personnel Iii. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Iv. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila V. Delivery Requirements: Delivery Shall Be Made On Or Before 6:00 Am Of 03 February 2025, At Court Of Appeals – Manila, Maria Orosa St. Ermita, Manila. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. Until A Formal Contract Is Prepared And Executed, This Quotation, 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 Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b” Omnibus Sworn Statement (revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission ___________ Notary Public For ______ Until _______ Roll Of Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date15 Jan 2025
Tender AmountUSD 931 K 
This is an estimated amount, exact amount may vary.
Details: 5. Project Number (if Applicable) code 7. Administered By 2. Amendment/modification Number code 6. Issued By 8. Name And Address Of Contractor 4. Requisition/purchase Req. Number 3. Effective Date 9a. Amendment Of Solicitation Number 9b. Dated page Of Pages 10a. Modification Of Contract/order Number 10b. Dated bpa No. 1. Contract Id Code facility Code code offers Must Acknowledge Receipt Of This Amendment Prior To The Hour And Date Specified In The Solicitation Or As Amended, By One Of The Following Methods: the Above Numbered Solicitation Is Amended As Set Forth In Item 14. The Hour And Date Specified For Receipt Of Offers e. Important: is Extended, (a) By Completing Items 8 And 15, And Returning __________ Copies Of The Amendment; (b) By Acknowledging Receipt Of This Amendment On Each Copy Of The offer Submitted; Or (c) By Separate Letter Or Electronic Communication Which Includes A Reference To The Solicitation And Amendment Numbers. Failure Of Your acknowledgment To Be Received At The Place Designated For The Receipt Of Offers Prior To The Hour And Date Specified May is Not Extended. 12. Accounting And Appropriation Data (rev. 11/2016) is Required To Sign This Document And Return ___________ Copies To The Issuing Office. is Not, a. This Change Order Is Issued Pursuant To: (specify Authority) The Changes Set Forth In Item 14 Are Made In The Contract Order No. In Item 10a. 15c. Date Signed b. The Above Numbered Contract/order Is Modified To Reflect The Administrative Changes set Forth In Item 14, Pursuant To The Authority Of Far 43.103(b). result In Rejection Of Your Offer. If By Virtue Of This Amendment You Desire To Change An Offer Already Submitted, Such Change May Be Made By Letter or Electronic Communication, Provided Each Letter Or Electronic Communication Makes Reference To The Solicitation And This Amendment, And Is Received Prior To the Opening Hour And Date Specified. c. This Supplemental Agreement Is Entered Into Pursuant To Authority Of: d. Other contractor 16c. Date Signed 14. Description Of Amendment/modification 16b. United States Of America except As Provided Herein, All Terms And Conditions Of The Document Referenced In Item 9a Or 10a, As Heretofore Changed, Remains Unchanged And In Full Force And Effect. 15a. Name And Title Of Signer 16a. Name And Title Of Contracting Officer 15b. Contractor/offeror standard Form 30 previous Edition Not Usable prescribed By Gsa - Far (48 Cfr) 53.243 (type Or Print) (type Or Print) (organized By Ucf Section Headings, Including Solicitation/contract Subject Matter Where Feasible.) (number, Street, County, State And Zip Code) (if Other Than Item 6) (specify Type Of Modification And Authority) (such As Changes In Paying Office, Appropriation Date, Etc.) (if Required) (see Item 11) (see Item 13) (x) check one 13. This Item Applies Only To Modifications Of Contracts/orders, it Modifies The Contract/order No. As Described In Item 14. 11. This Item Only Applies To Amendments Of Solicitations amendment Of Solicitation/modification Of Contract (signature Of Person Authorized To Sign) (signature Of Contracting Officer) 1 5 0001 01-02-2025 544-25-2-4075-0004 none 36c247 department Of Veterans Affairs visn 7 Network Contracting Activity central Alabama Healthcare System 215 Perry Hill Road montgomery Al 36109 36c247 department Of Veterans Affairs visn 7 Network Contracting Activity 215 Perry Hill Road montgomery Al 36109 to All Offerors/bidders 36c24725q0195 x x x x 1 this Amendment To Solicitation 36c24725q0195 Is To Do The Following: (1) Add Additional Language To The Scope Of Work (2) Provide Responses To The Request For Information (rfi) Received Prior To Due Date (see Attached). *all Other Terms And Conditions Remain Unchanged. quentin Deloney contracting Officer, Nco-07 page 5 Of 5 request For Information 36c24725q0195 facility Mover And Event Set-up Services *any Questions Received That Have Not Been Answered In This Amendment Have Already Been Addressed In The Posted Solicitation. scope Of Work Is Amended To Add The Following: The Contractor Shall Furnish All Contract Oversight, Management; Supervisory And Technically Trained Personnel; Uniforms; Equipment, Materials, And Supplies Necessary To Provide Commercial Office Moving And Relocation Services For Cavhcs. This Includes, But Is Not Limited To The Following, Providing All Labor, Materials, And Equipment Necessary To Accomplish The Work As Stated Herein, E.g., Excess Property Pickup; Furniture Installation; Systems Furniture Installation, Breakdown And Repair; Routine Moving Services Activities; Special Event Set-ups And Breakdown; Special Furniture Cleaning And Repair; Special Moving Activities; Place Furnishing In Designated Storage Areas In An Organized Manner; And Special Handling Moving Activities. Contractor Shall Furnish All Vehicles, Insurance, Drivers, Supervision, Maintenance, Equipment, And Operating Supplies/services Required For The Safe Transport Of The Property And Performing All Services Necessary To Provide Moving And Relocation Services. 1. Confirm There Are 6 Locations With 4 Being In Alabama And 2 In Ga. That Will Need To Be covered. -9 Possible Work Locations; 3 Georgia Locations; 6 Alabama Locations -215 Perry Hill Road, Montgomery, Al 36109-3725 (main Work Site) -8105 Veterans Way, Montgomery, Al 36117-3879 -2400 Hospital Road, Tuskegee, Al 36083 (main Work Site) -3753 Ross Clark Circle, Suite 4, Dothan, Al 36303-2291 -159 Whetstone Street, Monroeville, Al 36460-2625 -301 Andrews Ave, Fort Rucker, Al 36362-5107 -6635 Bass Road, Fort Moore, Ga 31905-5602 -2100 Comer Avenue, Plaza G, Columbus, Ga 31904-8725 -6910 River Road, Columbus, Ga 61904-2316 2. In The Previous Notification We Seen 2 Locations Located On A Military Base That Were Not Listed On the Solicitation. Will They Be Covered? -past Solicitations/contract Awards Will Not Be Addressed 3. Will The Us Veterans Affairs Be Assisting In Obtaining Military Passes To Gain Access To The bases? - When Delivering To Those Locations, Contractor Must Meet All Requirements By The Base To Gain Access. A Va Representative Will Be Onsite, But This Does Not Mean Any Of The Requirements Will Be Waived. Contractor Will Know At Least A Week In Advance Of Any Deliveries Going To The Base. 4. You Stated Work Is To Be Performed Mon- Fri. But Days Can Be Changed And On Calls Can Bedone. Please Clarify? -please Read The Solicitation In Its Entirety. Solicitation States As Needed Schedule Updates Shall Be Coordinated With And Approved By The Cor. Such Changes Will Be Coordinated In A Manner Both Parties Can Agree On. 5. Will There Be A Set Schedule Confirmed At The Beginning Of The Contract For The Duration Of the Contract? - No Set Schedule But Schedule Will Be Reasonable And Agreed Upon By Va And Contractor. 6. If No Set Schedule, When Will We Be Notified Services Are Needed? -a Week In Advance 7. Will The Va Be Able To Add Days On Through The Week With Last Minute Notices? -yes, As Long As The Hours Do Not Exceed The 860 Hours Allotted For The Year. 8. Is The Price Schedule 860 Hours? -please Read The Solicitation In Its Entirety. The Base And Each Option Year Is Allotted 860 Hours. 9. Is 860 Hours Guaranteed For The Year? -no; 860 Hours Worth Of Work Are Not Guaranteed To Be Used Each Year. 10. Are You Guaranteeing 8-hour Workdays? -no 11. Are We Working 1-2 Hours, 4-5 Hours, Or Full 8-hour Days? - Contractor Should Plan For Between 4 To 8-hour Days. 12. Will Items Be Left On The Truck From The Prior Day, Overnight, To Be Delivered The Following day? - The Government Does Not Expect Items To Be Left On Trucks. Contractor Is Responsible For Loading And Unloading Mover Vehicles, Therefore, It Is At The Contractor S Discretion And Cost To Store Any Items During Moving Activities And Should Be With The Approval And Proper Notification Being Made To The Cor. 13. Can You Clarify Excess Pickup? Are We Expected To Move Medical And It Equipment? Could You Give Examples Of Oversized Items? - This Could Be Cubical Panels, White/glass Boards, Desks, Etc.. Examples Of Oversized Equipment May Include Pews, Conference Room Tables, Desks, And Storage Cabinets. 14. Confirm That You Are Aware That There Are 6-8 Services Added On That Were Not There In The previous Years? Therefore, This Will Drive The Hourly Rate Up Tremendously. -previous Contract Awards; Solicitations; Or Occurrences Will Not Be Addressed. Only Clarifications On The Information Presented In The Current Solicitation Will Be Made. 15. Our Hourly Rate Are To Include Pricing For Equipment, Labor, Fuel, Miles, Etc..? -hourly Rate In Proposals Should Be All Inclusive. 16. Under Specialty Furniture Cleaning And Repair. Can You Clarify The Repair Service Needed? - Re-attaching Doors To Furniture; Replacing Missing Screws/nuts On Furniture; Replacing Arms On Task Chairs; Or Glides On Tables/chairs. 17. If A Repair Is Performed Who Takes The Liability Of That Item Breaking Again? - If A Repaired Item Breaks Due To The Repair Being Negligent, The Contractor Will Be Held Liable. 18. Will We Be Moving Equipment That Is Still Covered Under The Warranty? - Yes, Some Items May Be Under Warranty Such As Desk And Chairs. 19. Will We Be Mounting Items On Walls? Provide Examples? - Not On A Regular Basis. For Example, Some Workstations Mount To The Wall And Other Furniture Must Anchored To The Wall To Prevent Tilting. 20. Who Will Be Responsible For Holes In The Wall And Where Does That Fall Under The Lease agreements Of These Buildings And Who Will Be Responsible? 21. Could You Provide More Details On The Specific Tasks Involved In The Relocation, Moving, And Event Set-up Services - Please Read The Solicitation In Its Entirety 22. What Is The Expected Volume Of Items (e.g., Office Furniture, Equipment) To Be Moved And Set Up? - Unpredictable; As Needed Basis 23. Are There Any Special Handling Requirements (e.g., Fragile Or High-value Items)? -please Read The Solicitation In Its Entirety. 24. Can You Confirm If This Will Be A Firm-fixed-price Contract? -yes 25. Will The 860 Hours Be Paid Regardless Of Whether They Are Utilized? -no; Only Hours Worked Will Be Payable 26. Will This Be An On-call Contract, Or Will There Be A Confirmed Schedule? - For On Lease Properties, Movers Will Not Be Mounting Anything To The Wall. For The Two Main Campuses (central Alabama Veterans Health Care System East Campus 2400 Hospital Road, Tuskegee, Al 36083 And Central Alabama Veterans Health Care System West Campus 215 Perry Hill Road, Montgomery, Al 36109-3725) Cor Will Work With Maintenance To Repair Holes In The Wall From Furniture Removal. The Movers Are Not Expected To Paint Or Patch Unless The Movers Have Damaged Walls Or Doors Due To Negligence And/or Accident. 27. Are There Any Penalties For Delays Or Failure To Meet Performance Standards? -yes, Unsatisfactory Ratings; Opt-out Of Exercising Options; And Possible Termination For Cause 29. Are There Specific Quality Assurance Standards That Need To Be Adhered To? - Please See Attached Quality Assurance Plan Posted On Page 89.
2291-2300 of 2343 archived Tenders