Uniform Tenders
Uniform Tenders
Environmental Management Bureau Tender
Others
Philippines
Details: Description Request For Quotation (rfq) Meals For The Participants In The Iso/iec 17025:2017 Lab Management System External Assessment By Dti-pab (erlsd) Rfq No. Emb-erlsd-2025-01-001 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 Meals Of The Participants In The Iso/iec 17025:2017 (lab Management System) External Assessment By The Dti-pab On 21-24 January 2025. 42 Pax 650.00 4 Days 109,200.00 1. 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 Php109,200.00. 2. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 3. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis. 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. 4. Quotations Must Be Delivered To The Address Below Not Later Than 12:00 P.m. Of January 20, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 5. 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. 6. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Meals For The Participants In The Iso/iec 17025:2017 Lab Management System External Assessment By The Dti-pab (erlsd) Rfq No. Emb-erlsd-2025-01-001 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. 7. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 8. The Delivery Period Shall Be Within Fifteen (15) 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. 9. 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 10. 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. 11. 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 A Contract Award, Without Thereby Incurring Any Liability To The 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 Fulfil The Contract. 12. 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. 13. 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 Certificate 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 Meals For The Participants In The Iso/iec 17025:2017 Lab Management System Quantity: 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 42 Pax Meals Of The Participants In The Iso/iec 17025:2017 (lab Management System) External Assessment By The Dti-pab On 21-24 January 2025. 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 Qty Uom Unit Price Total Price Meals For The Participants In The Iso/iec 17025:2017 Lab Management System Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Meals Of The Participants In The Iso/iec 17025:2017 (lab Management System) External Assessment By The Dti-pab On 21-24 January 2025. 42 Pax 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen (15) 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 _____
Closing Date20 Jan 2025
Tender AmountPHP 109.2 K (USD 1.8 K)
COMMISSION ON ELECTION BUTUAN CITY, AGUSAN DEL NORTE Tender
Publishing and Printing
Philippines
Details: Description Republic Of The Philippines Commission On Elections Caraga Region Xiii Regional Bids & Awards Committee Request For Quotation Procurement Of Training Supplies For Electoral Board Training Of Surigao Del Norte & Province Of Dinagat Islands Relative To The 2025 Nle (ts-eb-sdn&pdi) Project Id Purchase Request No. Svp2025-ts-eb-sdn&pdi-014 Pr No. 25-01-0113 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Price Quotation For The Procurement Of Training Supplies For Electoral Board Training Of Surigao Del Norte & Province Of Dinagat Islands Relative To The 2025 Nle (ts-eb-sdn&pdi) As Per Purchase Request No. 25-01-0113 With The Following Details: Qty. Unit Of Issue Item Description/specification Approved Budget For The Contract Abc Per Unit Total Abc 1 Lot Training Supplies (surigao Del Norte) A. 1,184 Sets Of Training Supplies Inclusive Of : - 1 Steno Notebook; 50 Leaves, 6x9inch - 1 0.5 Sign Pen; Smooth Writing, No Leakage - 1 Transparent Expanded Plastic Envelop; With Handle,long - 1 Id Holder With Sling B. 2 Bottle/color Of 65 Ml, 003 Epson Printer Inks (black, Cyan, Magenta,yellow) C. 2 Reams Of Bondpaper; Legal, 70 Gsm, 500s D. 1,184 Pieces Cash Envelop; Long, White E. 1,184 Pieces Of Specialty Paper; A4, 200gs 200.00 236,800.00 1 Lot Training Supplies (dinagat Islands) A. 280 Sets Of Training Supplies Inclusive Of : -1 Steno Notebook; 50 Leaves, 6x9inch -1 0.5 Sign Pen; Smooth Writing, No Leakage -1 Transparent Expanded Plastic Envelop With Handle,long -1 Id Holder With Sling B. 1 Bottle/color Of 65 Ml, 001 Epson Printer Inks (black, Cyan, Magenta,yellow) C. 2 Reams Of Bondpaper; Legal, 70 Gsm, 500s D. 280 Pieces Cash Envelop; Long White E. 280 Pieces Of Specialty Paper; A4, 200gsm 200.00 56,000.00 Total 292,800.00 Delivery Delivery Period : March 3-22, 2025 Delivery Sites At The Training Venue In Surigao City Payment Terms Maximum Of One Hundred Twenty (120) Days Automatic Debit Arrangement (ada) Through Land Bank Of The Philippines (lbp) Facilities, Or Any Other Commercial Bank, Charges Shall Be For The Account Of Supplier. The Supplier Shall Submit The Bank Details For Ready Reference. Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: Bid Offer Shall Be Awarded As One Lot Indicating Unit Cost Per Item.) 2. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 3. Subcontracting Is Not Allowed, Except To The Extent Outlined In Republic Act No. 9184. 4. Any Interested Entity Must Submit Its Quotation In Person Using Annex “a”, Not Later Than 9:00am At 17 February 2025 (monday) At The Rbac Secretariat Office, Office Of The Regional Election Director, Commission On Elections, Caraga – Region Xiii, Km. 4, National Highway, Libertad, Butuan City From 8:00 Am To 5:00 Pm From Mondays To Fridays Or Contact Through Telefax 085-225-7905, Email Address Rbac.caraga@comelec.gov.ph. The Submission Must Be In A Labeled And Sealed Envelope Indicating The Company Name And Project Title. Any Submission Which Is Not In Accordance With This Paragraph Shall Not Be Opened And Considered. 5. The Quotations Must Include The Following Eligibility Documents, Preferably Certified True Copy: (note: Pursuant To Section Iii Of Appendix A Of Annex H Of The R-irr Of R.a. 9184, Bidders Who Already Submitted These Required Documents Are No Longer Required To Re-submit The Same, Unless The Document/s Have Already Expired/invalid.) A. Valid Mayor’s/business Permit B. Philgeps Registration Number C. Omnibus Sworn Statement (oss) 6. The Price Quotation Must Indicate Valid And Active Email Address And Contact Numbers. Notices And Other Documents Required To Be Sent By The Rbac, Thru Its Secretariat, Shall Be Sent To The Email Address Duly Indicated In The Price Quotation And Shall Be Considered Duly Sent And Received Regardless Of The Actual Receipt Of The Hard Copy Via Private Courier. A Message And/or Call Shall Be Made By The Secretariat To The Contact Number Provided To Apprise The Supplier Of The Email Sent To The Email Address Provided. An Email Which Have Become Inactive, Or A Contact Number Which Cannot Be Reached, Shall Not Prejudice The Rbac Secretariat. For This Reason Annex “a” Must Duly Indicate The Followings; Name Of Company/corporation: Address: Email Address: Contact Number: (cellphone And Landline) None Compliance There With Shall Be A Ground For Non-consideration/ Disqualification Of The Quotation Submitted. 7. The Line Of Business Of Interested Suppliers/providers, Per Business Permit, Must Cover The Goods And/or Services Subject To Procurement. 8. Interested Entities Must Have A Physical Store Or Business Office, The Address Of Which Must Be The One Indicated In The Business Permit. 9. Sample Of Item/s Subject To Procurement Must Be Presented During The Post Qualification Proceedings. 10. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities. (company Logo) ( Company Name) ( Company Address And Contact Nos. ) Price Quotations Annex “a” Date: Commission On Elections Bids And Awards Committee - Caraga We Are Pleased To Submit Our Price Quotation For The Following Articles And/or Services, To Wit: Qty. Unit Of Issue Item Description/specification Bidders Quotation Quotation Total 1 Lot Training Supplies (surigao Del Norte) A. 1,184 Sets Of Training Supplies Inclusive Of : - 1 Steno Notebook; 50 Leaves, 6x9inch - 1 0.5 Sign Pen; Smooth Writing, No Leakage - 1 Transparent Expanded Plastic Envelop; With Handle,long - 1 Id Holder With Sling B. 2 Bottle/color Of 65 Ml, 003 Epson Printer Inks (black, Cyan, Magenta,yellow) C. 2 Reams Of Bondpaper; Legal, 70 Gsm, 500s D. 1,184 Pieces Cash Envelop; Long, White E. 1,184 Pieces Of Specialty Paper; A4, 200gs 1 Lot Training Supplies (dinagat Islands) A. 280 Sets Of Training Supplies Inclusive Of : -1 Steno Notebook; 50 Leaves, 6x9inch -1 0.5 Sign Pen; Smooth Writing, No Leakage -1 Transparent Expanded Plastic Envelop With Handle,long -1 Id Holder With Sling B. 1 Bottle/color Of 65 Ml, 001 Epson Printer Inks (black, Cyan, Magenta,yellow) C. 2 Reams Of Bondpaper; Legal, 70 Gsm, 500s D. 280 Pieces Cash Envelop; Long White E. 280 Pieces Of Specialty Paper; A4, 200gsm Total Other Project Requirements: Indicate “comply” Delivery Delivery Period March 3-20,, 2025 Delivery Sites At The Training Venue In Surigao City Note: Use Separate Sheet If Necessary And Attach Picture/s Or Brochure/s And Submit Sample/s Or Demo Unit Of The Actual Item (when Required). I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/ntp/po/contract Is Issued/signed. Name Of Company/corporation: Address: Email Address: Contact Number: (cellphone And Landline) Authorized Company Representative Signature Over Printed Name Annex “b” 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; 1revised Per Gppb Resolution No. 16-2020 Dated 16 September 2020 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
Closing Date17 Feb 2025
Tender AmountPHP 292.8 K (USD 5 K)
Department Of Tourism Tender
Housekeeping Services
Philippines
Details: Description Terms Of Reference Procurement Of Pest And Termite Control Services For Cy 2025 I. Introduction The Department Of Tourism (dot) Has Annually Procures The Service Provider For The Conduct The Regular Pest And Termite Control Services To The Department To Ensure Prevention Against Pest Infestation In The In The Entire Building Being Rented At Makati City. Ii. Objective To Procure A Technically And Financially Capable Service Provider To Deliver The Pest And Terminate Control Services Requirement Of The Dot For Cy 2025. Iii. Qualifications Of Bidder/service Provider: • The Service Provider Must Have The Necessary Experience And Expertise In Providing Pest And Termite Control Services For The Last Five (5) Years; • The Service Provider Must Be Philgeps Registered; • The Service Provider Must Submit The Following Documents Together With Their Bid Proposal/price Quotation To The Dot: • Certificate Of Satisfactory Performance From Its Previous/current Clients Attesting To The Services For The Last Three (3) Years; • Copy Of The Certificate Of Membership And/or Accreditation For At Least Any Of The Following Organizations: • Pest Control Association Of The Philippines (pcap); • Philippine Federation Of Pest Management Operators Association, Inc. (pfpmoa); • National Pest Management Association (npma); • Federation Of Asian & Oceania Pest Managers Associations (faopma); • Philippine Green Building Council, And The Philippine Association Of Certified Pesticide Applicators (pacpa); • Fertilizer And Pesticide Authority (fpa) License 2007 Or 2008 With Cpa Id As Household And Structural Pest Control (exterminator) • Food And Drug Administration (fda) License To Operate As Exterminator/fumigator • Copy Of The Company’s Current Certificate Of Product Registration Issued By The Food And Drug Administration (fda) For The Chemicals To Be Used; And • Copy Of Training Certificates From Any Association Specified Above Attended By Personnel/technicians Who Will Be Assigned To The Dot For The Last Five (5) Years. • No History Of Blacklisting. Iv. Duties And Responsibilies Of Bidder/service Provider: • The Service Provider Shall Provide All The Labor And Materials, Tools And Equipment, Supervision And Other Incidentals For The Comprehensive Termite And General Pest Control Of The Department. All Tools And Equipment Shall At All Times Be In Good Working Conditions; • The Service Provider Shall Ensure That The Scope Of Work And Schedule Of Requirements Are Diligently Rendered; • The Service Provider Shall Ensure That The Services To Be Rendered Will Effectively Exterminate Any And All Pests, Insects, And Rodents Without The Visible Presence And Disturbing Odor Or Smoke Of Fumes. In Any Case That The Dot Finds To Be Ineffective On The Services Provided, The Dot Has The Right To Terminate The Contract At Any Time And Shall Not Be Obliged To Pay The Contractor For The Services Rendered; • The Service Provider Shall Ensure That All The Chemical Supplies And Materials Necessary For The Implementation Of The Work Are Of The Best Quality, Safe And Approved By The Food And Drug Administration (fda); • The Service Provider Shall Ensure That All The Preparations, Formulation, And The Use Of The Chemicals Are In Accordance With Its Label And Safety Data Sheet; • The Service Provider Shall Provide/assign Honest, Skilled, And Well-trained Technicians/workforce To Ensure Proper Application And Treatment. All Personnel Assigned To The Dot Must Wear Proper Company Uniforms And Identification Cards. • The Service Provider Shall Exercise Extraordinary Diligence In The Performance Of Its Services To Ensure That No Illnesses, Accident, And/or Damage To Any Of Its Employees Will Take Place. The Service Provider Shall Shoulder All The Medical Expenses Of Their Personnel (if Any) Arising From The Accidents While Performing The Services; • The Service Provider Shall Provide An On-call Service In-between Schedule For Immediate Additional Service/s If There Be A Sudden Outbreak Of Infestation At The Dot Premises At No Additional Cost; • The Service Provider Shall Submit A Weekly Service Treatment Report To The Gsd-maintenance Section, Indicating Therein, The Areas That Were Treated And Monitored, Duly Confirmed/acknowledge By The Gsd-maintenance Sections’ Representative Present During The Treatment; • The Service Provider, Through Its Representative, Shall Visit The Premises Two (2) Days After Each Treatment And Evaluate The Result Of The Services Rendered, Together With Gsd Representative. All Concerns (if Any) Shall Be Addressed By The Service Provider Immediately. • A Quality Control Supervisor, Affiliated With The Contractor, Shall Visit The Dot Premises Once A Month Or Whenever Necessary To Undertake The Following: • Coordinate With The Dot Authorized Representatives In Evaluating The Effectiveness Of The Contract Pest And Termite Control Services; • The Service Provider Shall Use A Bfad Approved Chemicals With Strong Formulation That Has Long Residual Action And Can Effectively Eliminate Insects And Other Kinds Of Pests. • Service As Pest Control Consultant By Recommending Ways And Means To Control Infestation. • Treatment Using Chemicals Shall Only Be Executed Every Saturdays Or Sundays 3 P.m. Onwards With Supervision Of The Dot’s Authorized Representative. V. Scope Of Work • Areas Of Treatment – The Service Provider Shall Ensure That The Following Areas/premises Of The Dot Are Covered Of The Treatment: • All Areas/offices Inside The Dot Building, Including The Basement Area, And • Upper Parking Area • Frequency Of Services Work/item Description Schedule Inspection • Pre-inspection Of The Entire Premises To Determine The Degree Of The Infestation, Unforeseen Breeding Sites/harborages And Entry Points Particularly In The Drainage System, Pipe Chase, Basement Areas, Electrical Rooms, Stock Rooms, Pantries, And Toilets. Two (2) Days Before Treatment Schedule • Post-treatment Inspection To Assess The Effectiveness Of Service Treatment Performed. Two (2) Days After The Treatment Schedule Flying And Crawling Insects/pests Control • Conduct Residual Spraying In Places And Areas Where Insects Congregate, Crawl And Hide, Including Cracks, Crevices Undersides Of Furniture, And Appliances Which They May Enter/hide; 1st And 3rd Saturday Of The Month After Office Hours • Apply/place Cockroach/insecticidal Gel Bait Near Harborages And In All Electrical Rooms, Kitchen Cabinets, Stockrooms, And Comfort Rooms; 2nd And 4th Saturday Of The Month • Misting Of All Offices, Hallways, Conference/meeting Rooms, Outdoor Areas And Other Facilities 1st And 3rd Saturday Of The Month After Office Hours • Thermal Fogging Of Outdoor Areas And Other Facilities 1st Saturday Of The Month After Office Hours • Application Of Larvicide In Stagnant Water, E.g. Rain Drains And Other Possible Water Reservoirs, Which Pose As A Breeding Source Of Mosquitoes 2nd Saturday Of The Month Termite Control • One Massive Spot Treatment Of Wooden Areas With Active Termite Activity. Second Saturday Or Sunday Of March Rodents (rats And Mice) Control • Install Cage Traps, Glue Board, Snap And Other Mechanical Devices In Locations That Serve As Travel Areas Or Food Sources Of Rodents, As Well As Points Of Entry 1st And 3rd Saturday Of The Month • Inspect The Installed Rodent Glue And Cage Traps And Dispose Or Rats Caught In The Traps 2 Or 3 Days After Installation • Inspect And Replenish All Bait Stations Twice A Month • Pre-inspection And Post Treatment Results/reports Shall Be Submitted To The General Services Division – Maintenance Section. • One Massive Spot Treatment Of Wooden Areas With Active Termite Activity. Vi. Approved Budget For The Contract (abc) And Source Of Fund: One Hundred Fifty Thousand Pesos Only (php150,000.00), Inclusive Of Applicable Taxes, Chargeable Against Fy 2025 General Appropriations Act (gaa), General Administration Expenses (gae) Funds. Vi. Contract Duration: 10 Months Upon Receipt Of The Service Contract. Vii. Payment Procedure: Payment To The Service Provider Shall Be Based On Actual Services Conducted/rendered On A Monthly Basis Upon Submission Of The Complete Statement/billing Statement, Duly Accomplished Service And Inspection Report, And Other Documentary Requirements. Prepared By: (original Signed) Resil F. Solis Oic-chief, General Services Division Noted By: (original Signed) Atty. John Benedict T. Tigson Director, Administrative Service
Closing Date28 Feb 2025
Tender AmountPHP 150 K (USD 2.5 K)
Province Of Iloilo Tender
Textile, Apparel and Footwear
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No. Dis-25-45-np(sv) Reference Pr No.dis-25-45 January 30, 2025 (supplier's Name And Office Address) The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than February 13, 2025 At 9:00 A.m.at The Bids And Awards Committee Secretariat Office 5th Floor, Iloilo Provincial Capitol After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱66,250.00 Place Of Delivery: Provincial Disaster Risk Reduction Management Office Date Of Delivery: Within Thirty (30) Calendar Days From Receipt Of Notice To Proceed X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 106 Piece Polo Shirt Xs - 2 S - 12 M - 15 L - 6 Xl - 10 2xl - 5 3xl - 3 625.00 Terms And Conditions: 1. The Winning Bidder Must Coordinate With Admin Division For The Logo. 2. The Attached Design Must Be Printed Uniformly On The T-shirts. 3. Date Of Delivery Must Be Thirty (30) Days After Receipt Of The Notice To Proceed (ntp). Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurementprojects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects Withlabor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No. Dis-25-45-np (sv) Reference Pr No. Dis-25-45 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period:within Thirty (30) Calendar Days After Receipt Of Notice To Proceed. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Daysfrom The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail.
Closing Date13 Feb 2025
Tender AmountPHP 66.2 K (USD 1.1 K)
DEPT OF THE NAVY USA Tender
Manpower Supply
Corrigendum : Closing Date Modified
United States
Details: Amendment #5:
2nd Round Of Answers To Questions From Industry, Below - In Addition, Updated Attachments To Now Include The Current Cba:
question #
question
answer
1
how Many Guards Are Being Requested?
this Is The Responsibility Of The Offeror To Determine Based On The
requirements Stated In The Rfq And Attachments Thereto.
2
how Many Shifts Daily Are To Be Covered?
the Number Of Shifts Is Determined By The Offeror. Any Firm Shift
requirements Are Contained In The Personnel Qualifications Attachment.
3
is 24/7 Coverage Being Requested.
yes.
4
do Guards Need To Be Armed/unarmed.
all Unarmed.
5
under The Pass/fail Requirement, If Work Is Being Performed At Government
facility How/why Does The Contractor Need To:
• 2.1 Plan For Obtaining Personnel Clearances
the Offeror Shall Provide, A Plan For Obtaining Personnel Clearances Within
30 Days Of The Start Of The Period Of Performance At The Required Level
specified In The Dd Form 254, Contract Security Classification Specification
attached To This Solicitation. The Plan Shall Include Confirmation Of Existing
personnel Clearances, Detail The Offeror's Process For Obtaining New
clearances To Perform The Full Requirement By The Time Full Operational
tempo Is Reached Within 30 Days Of The Period Of Performance Start Date,
and Outline The Schedule For Obtaining Any Required New Clearances During
the Life Of The Contract.
• There Is A Request For Resumes. How Then Can We Provide Resumes Of
staff, Since Staff Won't Be Assigned Until Reward. Pm And Sl Won't And Can't
be Determined Until Award And Set Schedule Is In Place.
please Clarify Need For Personnel Security Clearance.
this Requirement Is Accurate As Stated And Is In Accordance With The Dd 254
attached To The Rfq Which Will Be Included In The Resulting Award.
6
is There An Incumbent In Place Or Is This Anew Request?
yes. The Incumbent Contractor Is Shiloh Services, Inc.
7
sow 2.1 States That "work Specified Herein Shall Be Performed At ….newport Rhode Island….or An Alternate Security Monitor Center."
a. Can The Government Elaborate On When An Alternate Center Would Be Used?
b. Would These Alternate Centers Be At Any Of The Locations Listed In Sow 2.0 (i.e., Usa And International Locations)?
a. Whenever The Primary Smc Is Not Capable Of Functioning Or During Tests Of The Alternate Smc’s Systems.
b. There Is Only One Alternate Smc And It Is Also Located At Nuwc Newport.
8
sow 4.7.1: Are There Any Specifications For The Type Of Vehicle The Contractor Should Provide (i.e., Compact Car, Sedan, Suv, Truck, Etc.)?
a. Does The Vehicle Need Any Type Of Lights (i.e., Roof, Strobe, Spotlight)?
b. Is Any Interior Equipment Required (i.e., Fire Extinguisher, First Aid Kit, Etc.)?
any Form Of Compact Car, Sedan, Suv, Or Truck Is Acceptable. Gators, Golf Carts, Etc Are Not Considered Acceptable Vehicles As They Must Be Registered To Operate On Ri Roadways.
a. No.
b. No.
9
sow 5.2: For Pricing Purposes, Is Any Of The Mandatory Training Conducted While Staff Is Off Duty?
a. If Training Is Off Duty, How Many Hours Per Employee Would Need To Be Compensated?
none Of The Mandatory Training Is Required To Be Performed Off Duty But It Is The Contractor’s Determination As To How It Meets The Government’s Requirements.
a. Na. All Training Is Conducted In A Duty Status.
10
attachment 1.b.(a): Can The Senior Technical Representative (str) Also Be The Pm?
yes. However, It Is The Offeror’s Responsibility To Propose An Approach That Collectively Meets All Solicitation Requirements.
11
section L.3.(a).(i).(i).(a) States That The "page Limitation For Proposal Is Not To Exceed Fifteen (10) Pages." Please Verify The Page Limit Quantity.
the Correct Page Limit Is 10. An Amendment To The Solicitation Criteria Is Issued Concurrent With This Answer Being Posted.
12
section L.3.(a).(i): Are The Staffing Plan, Key Personnel Resume, And Past Performance Reference (attachment 2) Excluded From The Technical Volume Page Limitation?
yes.
13
section L.3.(a).(i): Is The Cover Page And Table Of Contents Excluded From The Page Limitation?
yes.
14
will The Government Provide A Current Seniority List Consisting Of Hire Dates Only For The Incumbent’s Security Force So That Offerors Can Accurately Price Vacation And Other Leave Benefits?
no. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
15
does The Incumbent Currently Have The Contract Fully Staffed? If Not, What Are The Differences?
the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission.
16
does The Incumbent's Staff Meet The Training And Clearance Requirements Of This Solicitation?
a. If Not, What Are The Differences?
b. Are The Incumbent's Staff Grandfathered In Terms Of The Training?
the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission.
17
is There A Union With This Contract?
a. If So, Can The Government Provide A Copy Of The Cba?
yes.
a. The Cba Will Be Amended Into The Posting Concurrent With This Answer Being Posted.
18
are The Alarm Monitors Self-relieving?
yes.
19
since A Resume And Letter Of Intent Is Required For Key Personnel:
a. Is There An Existing Pm (or Other Key Personnel Staff) Employed By The Incumbent Who Meets The Current Work Experience Referenced In The Sow?
b. Does The Government Want The Successful Bidder To Retain These Key People Or Replace Them?
c. If Retaining The Current Key People Is Desirable, Would The Government Consider Providing Their Names And Email Or Phone Number So That Offerors Can Contact Them?
the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
20
are The Alarm Monitors And Pm Required To Wear Uniforms?
a. If So, Please Provide A List Of Contractor Provided Items And Any Pertinent Specifications.
no. The Government Will Provide Badges That Say “smc” For Additional Identification Purposes.
a. Na.
21
is There Any Contractor Provided Equipment Or Supplies That Are Required?
no, With The Exception Of The Vehicle Requirement Identified In The Solicitation.
22
for The Project Manager, The Sow Lists Three Duties Of Their Job: A. Ensure Resources, Assignments, Staff, And Training Are Administered;
b. Update And Maintain All After-hours And Emergency Recall Information And Reference Materials; And C. Provide Monthly Metrics Data Reports. 17.with The Assumption That The Shift Lead Will Be Handling Most Of The Daily Supervisory Tasks, Does The Pm Have Any Other Duties And/or Responsibilities?
determining The Method Of Performance Of The Sow Requirements Is The Responsibility Of The Offeror.
23
is This An Existing Requirement Or Is This A New Requirement?
see The Answer To Question 6.
24
if This Is An Existing Effort; What Is The Prior Contract Award Amount, Name Of Incumbent, Period Of Performance, To Include The Dates Of The Final Option Period Exercised?
yes, The Current Contract Was Awarded To Shiloh Services, Inc., Which Will Expire On 06/30/2025. The Government Declines To Provide The Dollar Value As More Than Enough Information Is Available To Price Including The Cba Now Amended Into The Solicitation.
25
is The Current Incumbent Contract Currently Fully Staffed With Qualified Personnel?
the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission.
26
does The Current Incumbent Workforce Meet All Requirements Specified In The Sow?
the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
27
a. Is There A Security Clearance Requirement?
b. If So, What Level Of Security Clearance Is Required?
c. Do All Incumbent Personnel Currently Meet All Of The Adjudicated Security Clearance Requirements?
a-b. See The Dd 254 Attachment To The Rfq.
c. The Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
28
"are These Sca Personnel?
please Provide A Wage Determination To Be Used For Pricing Purposes?
which Occupation Code Listed In The Department Of Labor (dol), Wage [determination] Apply To The Requirement?"
applicable Wage Information Is Provided Via The Current Amendment In The Form Of A Cba.
29
please Provide Any Uniform And/or Dress Code Requirements.
the Only Applicable Standard Is Business Casual Or Inclement Weather Appropriate Clothing.
30
an Error Code Shows When Attempting To Open The Dd254 Provided. Please Clarify Security Clearance Requirements.
the Rfq Posting Is Amended To Include An Updated File, To Now Properly Showing The Dd254.
31
the Work Specified Herein Shall Be Performed At The Naval Undersea Warfare Center, Division
newport (nuwcdivnpt) Or The Naval Station, Newport Rhode Island (navsta) Designated
or An Alternate Security Monitor Center.
please Provide The Location(s) Of The Alternate Security Monitoring Center.
all Primary And Alternate Facilities Of Physical Performance Takes Place At The Naval Undersea Warfare Center, Division Newport However Additional Sites Are Remotely Monitored.
32
do All Contract Employees Require Ri State And Federal Certifications For Dispatcher And Monitor Positions?
no.
33
what Type Of Situations To Sme's Historically Respond To?
how Many Times A Year On Average Do This Incidents Occur?
see Sow.
34
4.5.1 Where Are The Temporary Storage And/or Gsa Security Containers Located, I.e. On The Nuwcd Compound, Off-site, Etc.?
all Are Within The Nuwcdivnpt Compound.
35
on A Daily Basis, The Contractor Shall Support Tasks Using A Contractor Provided Vehicle In
support Of 4.0 Tasks. The Vehicle Shall Display A Distinctive Contractor Emblem For Identification
purposes.
what Type Of Vehicle Is Required (cargo, Utility, Passenger)?
are There Any Make/model/year, Etc. Requirements And/or Limitations?
is There Any Relevant Historical Data Available Regarding Mileage, Storage And Offsite Fueling Allowances?
is There Parking Available On The Nuwcd Compound?
any Vehicle Registered And Inspected In The State Of Ri.
no.
no. Data Is Available As It Was Not Previously Required.
yes
36
31.
5.2.1 The Contractor Shall Require Each Contractor Employee Performing Work At Any Nuwc
division Newport Site, Who Has A Common Access Card (cac) And An Nmci Account To
complete All Required Mandatory Training And Any Applicable Limited Audience Required
training(s). The Contractor Shall Fill Out And Submit To The Government The Training Completion
status Report, Gfi #25, Affirming All Mandatory Training And Any Applicable Limited Audience
required Training(s) Are Completed. The Required Training And Required Training Schedule Is
available At The Following Website: [will Be Provided At Award] Under Mandatory
training Instructions. See The .pdf Mandatory Training Instruction – Contractors Only.
for Pricing Purposes, Please Provide A List Of All Required Training, Number Of Hours Required For Completions, Government Or Contractor Provided, And Are They Otj Or Not. What Are Average Wait Times For Appointments And Issue?"
all Required Training Is Virtual, Accessible From The Nuwcdivnpt Site, And Can Be Accomplished During A Standard Work Period While Performing Other Duties Of The Sow.
37
32. The Government Will Evaluate The Plan For Obtaining Personnel Security Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level As Specified In The Dd254, Including Confirmation Of Existing Clearances, Details Of The Offeror's Process For Obtaining New Clearances, And The Schedule For
obtaining Any Required New Personnel Security Clearances During The Life Of The Contract.
is There A Transition Period?
how Long?
what Is The Security Clearance Level Required?
see The L&m Attachment, And, More Specifically, The Pass Fail Evaluation Criteria For Clearance Requirements And Transition Period To Full Operation Tempo.
38
33. Technical Approach
(a) Submit A Personnel Plan To Accomplish All Of The Statement Of Work Tasking. Page Limitation For
proposal Is Not To Exceed Fifteen (10) Pages.
please Clarify If It Is 15 Or 10 Page Limit For This Section.
the Correct Page Limit Is 10. An Amendment To The Solicitation Criteria Is Issued Concurrent With This Answer Being Posted.
39
34. Staffing Plan, Attachment 3 - Staffing
if The Offeror Is Proposing To Use Incumbent Personnel In Order To Maintain Continurity Of Operations, Can The Offeror Use Tbd Or Incumbent For The Staffing Plan Attachment?
the Proposal Must Meet The Stated Solicitation Criteria Which Are Clear In This Matter.
40
35. Staffing Plan
is There A Page Limit For The Staffing Plan?
no.
41
36. Offeror Shall Provide A Mapping Of Any Company-specific Labor Categories It, Or Its Subcontractors, Proposes In
the Staffing Plan To The Corresponding Government Standard Ecraft Labor Categories. Unless Specified
already By The Government, Offeror Shall Propose Standard Ecraft Labor Categories Based On The
descriptions Listed At:
http://www.navsea.nayy.mil/home/warfare-centers/nuwcnewport/
link States ""www.navsea.nayy.mil’s Server Ip Address Could Not Be Found.
please, Use The Following Url: Http://www.navsea.navy.mil/home/warfare-centers/nuwc-newport/partnerships/commercial-contracts/labor-categories/.
42
37. Is Eligibility To Become Ncic, Rilets, Nlets, And Cpic, As Retired Law Enforcement, Sufficient? Specifically In This Scenario What If The Individuals Do Not Currently Have “active” Certifications Into Those Systems. They Have Had Access In The Past And Would Be Eligible For Recertification. Will Their Resumes Meet The Requirements?
the Fact That Someone Is “retired Law Enforcement” Does Not Automatically Qualify An Employee For Any Certifications Or Clearances.
in Terms Of Incumbent Staff Certifications There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
43
as A Follow Up To Question #5, There Is A Request For Resumes. How Then Can We Provide Resumes Of Staff, Since Staff Won’t Be Assigned Until [award]. Pm And Sl Won’t And Can’t Be Determined Until Award And Set Schedule In Place.
resumes Are Only Required For The Key Personnel Position And Not For All Employees. For Key Personnel That Are Not Current Staff Letters Of Intent Are Required.
there Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
amendment #4:
extended Closing Deadline To 02/18/2025 @ 1400 Est, To Afford Time To Respond To Questions From Industry.
amendment #3:
extended Closing Deadline To 02/07/2025 @ 1400 Est, To Afford Maximum Compeition.
amendment #2:
questions To Questions From Industry, Below:
question #
question
answer
1
how Many Guards Are Being Requested?
this Is The Responsibility Of The Offeror To Determine Based On The Requirements Stated In The Rfq And Attachments Thereto.
2
how Many Shifts Daily Are To Be Covered?
the Number Of Shifts Is Determined By The Offeror. Any Firm Shift Requirements Are Contained In The Personnel Qualifications Attachment.
3
is 24/7 Coverage Being Requested.
yes.
4
do Guards Need To Be Armed/unarmed.
all Unarmed.
5
under The Pass/fail Requirement, If Work Is Being Performed At Government Facility How/why Does The Contractor Need To:
• 2.1 Plan For Obtaining Personnel Clearances
the Offeror Shall Provide, A Plan For Obtaining Personnel Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level Specified In The Dd Form 254, Contract Security Classification Specification Attached To This Solicitation. The Plan Shall Include Confirmation Of Existing Personnel Clearances, Detail The Offeror’s Process For Obtaining New Clearances To Perform The Full Requirement By The Time Full Operational Tempo Is Reached Within 30 Days Of The Period Of Performance Start Date, And Outline The Schedule For Obtaining Any Required New Clearances During The Life Of The Contract.
• There Is A Request For Resumes. How Then Can We Provide Resumes Of Staff, Since Staff Won’t Be Assigned Until Reward. Pm And Sl Won’t And Can’t Be Determined Until Award And Set Schedule Is In Place.
please Clarify Need For Personnel Security Clearance.
this Requirement Is Accurate As Stated And Is In Accordance With The Dd 254 Attached To The Rfq Which Will Be Included In The Resulting Award.
6
is There An Incumbent In Place Or Is This Anew Request?
yes. The Incumbent Contractor Is Shiloh Services, Inc.
amendment#1:
- Added Dd254 Attached
- Added Question Deadline, Which Expires 27-jan-2025 @ 1400 Est. Therefore, Please, Submit All Questions, Before That Deadline.
please Read This Entire Notice Carefully As It Constitues The Only Notice That Will Be Issued.
this Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6-streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Request For Quotation (rfq) Number Is N66604-25-q-0168.
the Naval Undersea Warfare Center Division Newport (nuwcdivnpt) Has A Firm Fixed Price Requirement In Accordance With Attachment #1 Statement Of Work (sow) For The Following On-site Monitoring Services:
line Item # 0001 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2025 To 30-jun-2026
line Item # 0002 Option 1 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2026 To 30-jun-2027
line Item # 0003 Option 2 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2027 To 30-jun-2028
line Item # 0004 Option 3 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2028 To 30-jun-2029
line Item # 0005 Option 4 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2029 To 30-jun-2030
this Procurement Is Solicited As A Small Business Set-aside As Concurred With By The Nuwcdivnpt Office Of Small Business Program (osbp). The North American Industry Classification System (naics) Code For This Acquisition Is 561612; The Small Business Size Standard Is $29m.
rhode Island Wd 2015-4089 Rev 26, Dated 04-09-2024, Applies. Incorporated Provisions And Clauses Are Those In Effect Through The Current Federal Acquisition Circular. The Provision At Far 52.212-1, Instructions To Offerors Commercial Items Applies To This Solicitation. The Provision At Far 52.212-3, Offeror Representations And Certifications Commercial Items Applies To This Solicitation. Clauses Far 52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law, 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Items, And Dfars 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information Apply To This Solicitation.
52.217-9 Option To Extend The Term Of The Contract (mar 2000) (navsea Variation I) (oct 2018)
the Government May Extend The Term Of This Contract By Written Notice(s) To The Contractor Within The Periods Specified Below. If More Than One Option Exists, The Government Has The Right To Unilaterally Exercise Any Such Option Whether Or Not It Has Exercised Other Options.
item(s)
latest Option Exercise Date
7100
07/1/2025
7200
07/1/2026
7300
07/1/2027
7400
07/1/2028
item(s)
latest Option Exercise Date
6100
8/30/2025
6200
8/30/2026
6300
8/30/2027
6400
8/30/2028
if The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause.
the Total Duration Of This Contract, Including The Exercise Of Any Option(s) Under This Clause, Shall Not Exceed Five (5) Years, However, In Accordance With Paragraph (j) Of The Requirement Of This Contract Entitled "level Of Effort – Alternate I", If The Total Manhours Delineated In Paragraph (a) Of The Level Of Effort Requirement, Have Not Been Expended Within The Period Specified Above, The Government May Require The Contractor To Continue To Perform The Work Until The Total Number Of Manhours Specified In Paragraph (a) Of The Aforementioned Requirement Have Been Expended.
(end Of Clause)
the Following Addenda Or Additional Terms And Conditions Apply. Defense Priorities And Allocations Systems (dpas) Rating Is Do-c9. A Section 508 Does Not Apply.
the Required Period Of Performance Is Listed In The Table Above, F.o.b. Destination Is Newport, Ri 02841.
the Government’s Preferred Method Of Payment Is Electronic Payment Through Wide Area Workflow (wawf) Will Be Used. Please Confirm If Government Purchase Card Is An Acceptable Form Of Payment Within The Quotation.
full Text Of Incorporated Far/dfars Clauses And Provisions Are Available At: Www.acquisition.gov/far
this Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Can Be Found At Www.sam.gov
the Quote Shall Include Price, Delivery Terms, A Technical Proposal In Accordance With The Information Contained In Attachment #2 Section L - Instructions For Submission Of Proposals And Section M – Evaluation Factors For Award And The Following Additional Information With Submission: Point Of Contact (including Phone Number And Email Address), Contractor Cage Code, And Contractor Duns.
the Quotes May Be Submitted Via Email To The Below Address And Must Be Received On Or Before Monday, 29 Jan 2025 2:00pm Est. Offer Received After The Closing Date Are Considered To Be Late And Will Not Be Considered For Award. For Information On This Procurement, Contact: Kevin E. Silva At Kevin.e.silva2.civ@us.navy.mil Or 401-832-3558.
Closing Date18 Feb 2025
Tender AmountRefer Documents
Environmental Management Bureau Tender
Environmental Service
Philippines
Details: Description 2 Request For Quotation (rfq) Food, Venue And Accommodation For The Multi-stakeholder (msh) Consultations On Updating Of The Integrated Water Quality Management Framework (iwqmf) Rfq No. Emb-wqms-2025-01-007 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. Food, Venue And Accommodation For Multi-stakeholder (msh) Consultations On Updating Of The Integrated Water Quality Management Framework February 12-13, 2025 Accommodation: Twin Sharing Workshop Settings: Classroom Type Preferably High Ceiling Conference Room Overflowing Coffee Projectors 50 Pax 2,500.00 250,000.00 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 Php250,000.00. 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. 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 January 30, 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 Food, Venue And Accommodation For The Conduct Of Updating Of (iwqmf) Under Rfq No. Emb-wqms-2025-01-007 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 Or Annual Income Tax Returns 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 Food, Venue And Accommodation For The Updating Of (iwqmf) Quantity: 50 Pax 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 50 Pax Food, Venue And Accommodation For Multi-stakeholder (msh) Consultations On Updating Of The Integrated Water Quality Management Framework February 12-13, 2025 Accommodation: Twin Sharing Workshop Settings: Classroom Type Preferably High Ceiling Conference Room Overflowing Coffee Projectors 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 Food, Venue And Accommodation For Multi-stakeholder (msh) Consultations On Updating Of The Integrated Water Quality Management Framework February 12-13, 2025 Accommodation: Twin Sharing Workshop Settings: Classroom Type Preferably High Ceiling Conference Room Overflowing Coffee Projectors Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 50 Pax 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 _____
Closing Date30 Jan 2025
Tender AmountPHP 250 K (USD 4.2 K)
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Others
United States
Details: The Purpose Of This Sources Sought Notice Is To Conduct Market Research And Identify Potential Sources Of Commercial Products/services That Satisfy The Government’s Anticipated Needs.
background
the National Institute Of Standards And Technology (nist), Particularly The Biomedical Measurement Technologies Group, Is Actively Seeking Specialized Test Substrates Composed Of Silicon Wafers Enhanced With Multiple Thin Films. These Substrates Will Play A Crucial Role In Testing Biofunctionalization Techniques That Are Essential For Advanced Electronic Sensing Applications.
this Project Aims To Rigorously Assess The Stability And Reliability Of Biomolecule Attachment To Semiconductor Surfaces, Which Is Vital For The Development Of Effective Biosensors. The Substrates Required Will Serve As An Industry Reference Point For Nist's Internal Samples. As Such, They Must Be Manufactured On High-quality Foundry Or Research-grade Semiconductor Fabrication Lines Capable Of Processing 200 Mm Silicon Wafers. The Thin Films Must Be Applied Either Uniformly As A Continuous Layer Over The Entire Wafer Surface Or In A Precise Patterned Layout Using Either Optical Or E-beam Lithography, Depending On The Specific Requirements Outlined Below:
blanket Films Of 3 Nm Hafnium Oxide (hfo2) On 2 Nm Silicon Dioxide (sio2) On Silicon Wafers.
films With A Pre-specified Lithographic Pattern Of 3 Nm Hfo2 On 2 Nm Sio2 On Silicon Wafers.
blanket 2 Nm Sio2 On Silicon Wafers.
blanket Gold (au) Films With Thickness > 20 Nm On Silicon Wafers.
blanket Films Of Amine Terminated Self-assembled Monolayers (sams) On A Film Of 3 Nm Hfo2 On 2 Nm Sio2 On Silicon Wafers.
fin Structures, 30 Nm Wide, 30 Nm High, And 5 μm, Long Patterned With E-beam Lithography On Silicon Wafers. The Fin Patterns Will Be Coated With 3 Nm Hfo2.
nist Is Seeking Information From Sources That May Be Capable Of Providing A Solution That Will Achieve The Objectives Andessential Requirements Described Above.
how To Respond To This Notice
in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response: Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response.
provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei).
identify The Equipment That Your Company Sells That Can Meet The Objectives Addressed In The Background Section Of This Notice. For Each Product Recommended To Meet The Government’s Requirement, Provide The Following:
manufacturer Name
model Number
technical Specifications
if Your Company Is Not The Manufacturer, Provide Information On Your Company’s Status As An Authorized Reseller Of The Product(s)
describe Performance Capabilities Of The Product(s) Your Company Recommends To Meet The Government’s Requirements. Additionally, If There Are Other Features Or Functions That You Believe Would Assist Nist In Meeting Its Objectives Described Above, Please Discuss In Your Response.
discuss Whether The Equipment That Your Company Sells And Which You Describe In Your Response To This Notice May Be Customized To Specifications And Indicate Any Limits To Customization.
identify Any Aspects Of The Nist Market Research Notice, Including Instructions, And Draft Minimum Specifications In The Background Section You Cannot Meet And State Why. Please Offer Suggestions For How The Market Research Notice And Draft Minimum Specifications Could Be Made More Competitive.
state Whether The Proposed Equipment Is Manufactured In The United States And, If Not, State The Name Of The Country Where The Equipment Is Manufactured.
identify Any Plans/possibilities For Changes In Manufacturing Location Of The Aforementioned Equipment And Provide Relevant Details, Including Timeline.
for The Naics Code Listed In This Notice:
indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information.
if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement.
describe Services That Are Available With The Purchase Of The Aforementioned Equipment From Your Company Such As Installation, Training, And Equipment Maintenance.
describe Standard Terms And Conditions Of Sale Offered By Your Company For The Recommended Equipment Such As: Delivery Time After Your Company Accepts The Order; Fob Shipping Terms; Manufacturer Warranty (including Details Regarding Nature And Duration); If Available, Description(s) Of Available Extended Warranty; Equipment Setup And Test; Operator And Service Instruction Manual(s); Cleanup After Installation; And If Applicable, Other Offered Services. Provide A Copy Of Manufacturer Standard Terms And Conditions That Typically Relate To The Sale Of The Specified Equipment, If Available.
state Whether Your Company Offers Facility Renovation Services Related To Installation Of The Recommended Equipment At Its Delivery Destination, If Required Per The Nist-identified Minimum Specifications, And Provide Description Of Said Services. Indicate If Your Company Performs The Facility Renovation Services Or Typically Subcontracts The Work To Another Company. Indicate If Your Company Would Be Interested In Inspecting The Intended Installation Site During The Market Research Phase.
state Published Price, Discount, Or Rebate Arrangements For Recommended Equipment And/or Provide Link To Access Company’s Published Prices For Equipment And Services.
if The Recommended Equipment And Related Services Are Available For Purchase On Any Existing Federal Supply Schedule Contract(s) Or Other Contracts Against Which Nist May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information.
identify Any Customers In The Public Or Private Sectors To Which You Provided The Recommended Or Similar Equipment. Include Customer(s) Information: Company Name, Phone Number, Point Of Contact, Email Address.
provide Any Other Information That You Believe Would Be Valuable For Nist To Know As Part Of Its Market Research For This Requirement.
state If You Require Nist To Provide Additional Information To Improve Your Understanding Of The Government’s Requirement And/or Would Like To Meet With Nist Representatives To Discuss The Requirement And The Capabilities Of The Identified Equipment.
questions Regarding This Notice
questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received 5 Calendar Days Prior To The Response Date. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice.
important Notes
this Notice Is For Market Research Purposes And Should Not Be Construed As A Commitment By Nist To Issue A Solicitation Or Ultimately Award A Contract. There Is No Solicitation Available At This Time.
this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response.
nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate.
any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability.
respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted.
after A Review Of The Responses Received, A Synopsis And Solicitation May Be Published On Gsa’s Ebuy Or Sam.gov. However, Responses To This Notice Will Not Be Considered An Adequate Response To Any Such Solicitation(s).
thank You For Taking The Time To Submit A Response To This Request!
Closing Date4 Feb 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: *** Notice Of Update To Anticipated Procurement Schedule ***
please Be Aware That The Project Requirement Is On A Hold Status.
the Purpose Of This Revision To This Sources Sought Notice Is To Provide Industry With Updates On The Anticipated Procurement Schedule. Please Refer To The Section In This Notice For Theanticipated Dates For Procurement And Project:for Details.the Anticipated Dates For The Procurement And Project Are Only Estimates And Contingent Upon Several Unknown Factors. This Procurement Action Is Subject To The Availability Of Appropriated Funds.
businesses May Submit Updated Details Described In Therequests For Informationsection. If Any Information Has Been Already Provided To The Requests For Information Then Please Do Not Resubmit.
*** End Of Notice ***
this Is A Sources Sought Synopsis For The General Services Administration, Public Buildings Service, Region 8. This Is Not A Solicitation Announcement, And There Is No Request For Proposal Or Related Documents. This Synopsis Is A Means Of Market Research To, In Part, Identify Small Businesses Interested In This Opportunity With The Capabilities, Knowledge And Resources To Perform The Work. Additionally, Information Gathered From Market Research May Be Used To Assess The Competitive Environment, Method Of Solicitation, Interest From Potential Sources, Type Of Contract, Content Of The Solicitation, Method Of Evaluation, And Type Of Set-aside Used In The Procurement (if Any). Furthermore, Information Gathered From This Sources Sought Notice May Be Used For Any Other Planning Purposes And Decisions About The Procurement Process.
this Sources Sought Notice Shall Not Be Construed As A Request For Proposal Nor As A Commitment By The Government. This Notice Does Not Commit The Government To Issue A Solicitation Or Make An Award For The Described Project Requirements. Submission Of Any Information In Response To This Notice Is Voluntary And The Government Assumes No Responsibility, Financial Or Otherwise, For Any Costs Incurred Or Information Relied Upon In This Sources Sought Notice. Any Information Described In This Sources Sought Notice Is Subject To Change At The Sole Discretion Of The Government.
place Of Performance: Fox Street Garage, 1300 Fox Street, Denver, Co 80202
general Description Of The Anticipated Scope: The General Services Administration (gsa), Public Buildings Service (pbs), Rocky Mountain Region (region 8) Requires A Contractor To Provide Commercial Services For Parking Management And Administration At The Fox Street Garage, 1300 Fox Street, Denver, Co 80202. The Parking Garage Consists Of Approximately 250 To 300 Parking Spaces. The Parking Spaces Will Be Fully Administered And Managed By The Contractor. The Following Is A Summary Of The Parking Management Services.
the Contractor Shall Provide, Develop, And Coordinate The Parking Contracts For Monthly Parking Of Private Vehicles Belonging To Employees Who Work For The Federal Government.
the Contractor Shall Issue Parking Contracts And Applications With Federal Employees Who Desire To Obtain Parking Privileges.
the Contractor Shall Develop And Distribute Communication Materials To Parking Customers Detailing Relevant Procedures Such As How To Open A Parking Account, How To Make Payments (including Applicable Payment Dates), How To Join The “waiting List” If Applicable, And Where And How To Obtain Replacement Access Cards (if Applicable). The Method For Distribution Of These Communications Materials Should Include Electronic Transmission Such As Email. These Materials Must Discuss Policies Related To Nonpayment By Specific Due Dates Each Month (e.g., Deactivation Of Access Cards And Termination Of Access To The Garage, Etc.). All Communication Materials Shall Be Submitted To The Contracting Officer Representative (cor) For Approval Before Release To The Customer.
the Contractor Shall Notify And Communicate To The Gsa Building Manager And Cor Any Major Or Extraordinary Matters And Decisions Affecting The Parking Garage, Including, Without Limitation, Any Security Concerns, Operational Concerns, Problems, Accidents, Space Utilization Decisions Or Concerns, And Operations.
the Contractor Shall Collect Monthly Parking Lease Payments From Individual Parking Tenants Under Contract. (note: The Monthly Tenant Parking Rate Will Be Established By The Government And Provided Upon Contract Award).
the Contractor Shall Submit Monthly Parking Lease Payments To Gsa’s Finance Collection Office On Or Before The First Day Of Each Month Of The Term. The Address Will Be Provided By The Government Upon Contract Award. The Term Begins The First Full Calendar Month In The Terms And Ends With The Last Day In The Month In The Term. Prorated Payments Are Not Allowed.
the Contractor Shall Establish Online/automatic Payment Processing. The Contractor Is Responsible For All Convenience Fees Or Surcharges Associated With Credit/debit Card Processing. The Contractor Shall Provide Any Available Payment Options Such As Via Mail, Credit Card, Check, Cash, Or Other Means Of Payment.
the Contractor Shall Maintain A Prioritized First-come-first-serve List For New Employees Waiting For Parking Contracts Based On The Date Of Application.
the Contractor Shall Offer Current Federal Employee Patrons First-right Privileges To Have Their Existing Assigned Spaces Re-assigned Under The Terms Of This Contract.
the Contractor Shall Communicate Parking Non-compliance To Gsa; Otherwise The Federal Employee Is Subject To Ticketing Or Towing Subject To Advance Review And Approval By Gsa.
the Contractor Shall Manage All Communications Associated With The Management Of Parking Tenants.
the Contractor Shall Immediately Report Any Parking Incidents To The Government’s Cor. The Cor Information Will Be Provided By The Government Upon Contract Award.
the Contractor Shall Provide Monthly Reports To The Gsa Cor And/or Other Designated Representatives.
the Contractor Shall Administer And Manage The Parking Garage In A Professional And Businesslike Manner.
the Contractor Is Responsible For Any Needed Equipment, Supplies, And Materials (e.g., Printers, Telephones, Fax, Computers, Radios, Paper, Uniforms, Etc.) In The Performance Of The Work Required By This Contract.
the Contractor Shall Coordinate With The Government To Establish A Process For Garage Access Of Authorized Parking Tenants.
***udpated 10/30/2024 *** Anticipated Dates For Procurement And Project:
anticipated Release Of Solicitation: March 2025
anticipated Award Date: May 2025
anticipated Effective Start Date: June 1, 2025
anticipated Period Of Performance: One-year Base Period With Four, One-year Options
the Above Dates Are For Informational And Planning Purposes Only And May Be Subject To Change.
contract Type: The Anticipated Type Of Contract Is A Firm-fixed Price Contract (or Agreement). The Government Intends To Award A Single-award Contract Vehicle. The Project Method Of Delivery Is Through Performance-based Services For Operations And Maintenance Services And Facilities Engineering.
naics: The Naics Code For This Procurement Is 812930, Parking Lots And Garages, With A Size Standard Of $47.0 Million.
subcontracting: In Accordance With Far 52.219-14, Limitations On Subcontracting, Contractors Must Perform At Least 50 Percent Of The Cost Of The Contract.
set-aside: The Government Intends To Use Information From This Sources Sought And Other Market Research To Guide Decisions About Any Type Of Set-aside. At This Time, No Decision Has Been Made To Set-aside This Requirement.
method Of Evaluation: The Government Plans To Evaluate Proposals (or Quotes) Through A Best Value Selection And Tradeoff Process. Factors That May Be Evaluated Include Past Performance, Relevant Experience, And Price. It Is Anticipated That Selection Will Be Made Based On The Proposal (or Quote) That Represents The Best Value To The Government. The Government Reserves The Right To Establish A Competitive Range In The Interest Of Conducting An Efficient Procurement. The Details Of The Method Of Evaluation Are Subject To Change Based On Planning Decisions, And Interested Parties Should Reference The Solicitation After It Has Been Posted To Contract Opportunities Through The System For Award Management (or Ebuy System If Solicited Under Gsa's Mas Program).
*** Updated 10/30/2024 *** Requests For Information: Provided A Response Has Not Already Been Provided To This Sources Sought Notice, Interested Parties Capable Of Performing The Services As A Prime Contractor Are Encouraged To Submit The Requested Information No Later Than January 25, 2025, Via Email To The Gsa Contracting Officer, Dylan White, At Dylan.whgite@gsa.gov. Please Include In The Email The Following Information In The Subject Line: Fox Street Garage Parking Management And Administration Services. In Response To This Sources Sought Do Not Exceed More Than Three Standard Size Pages (8.5”x11”) With A Legible Font Size And Style. Interested Businesses May Submit The Following Information--
company Name, Address, And Sam Unique Entity Identifier;
company Size And Applicable Socioeconomic Status Under Naics Code 812930; And
a Brief Overview Of Capabilities And Experience.
note: Any Proprietary Information Submitted In Response Must Be Clearly Marked.
other Information: If A Solicitation Is Released For The Need Described Above, Then All Interested Firms Must Be Registered In The Government's System For Award Management (sam) To Be Eligible To Submit An Offer.
Closing Date1 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: 3
this Is Not A Solicitation Announcement.
this Is A Request For Information Only.
this Request For Information (rfi) Is Intended For Information And Planning Purposes Only At This Time; And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs. Because This Is A Request For Information Announcement, No Evaluation Letters And/or Results Will Be Issued To The Respondents. This Sources Sought Notice Is For Market Research Purposes Only And Shall Not Be Considered An Invitation For Bids, Request For Quotations, Or A Request For Proposal. Do Not Submit A Proposal Or Quote. This Market Research Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Additionally, There Is No Obligation On The Part Of The Government To Acquire Any Products Or Services Described In This Source Sought Notice. You Will Not Be Entitled To Payment For Direct Or Indirect Costs That You Incur In Responding To This Sources Sought Notice. Any Contract That Might Be Awarded Based On Information Received Or Derived From This Market Research Will Be The Outcome Of A Competitive Process. Interested Parties Are Responsible For Adequately Marking Proprietary, Restricted Or Competition Sensitive Information Contained In Their Response.
statement Of Work
scope:
the Pathology Department At The Va Pittsburgh Healthcare System (vaphs) Is Requesting The Purchase Of One Brand Name Or Equal Bioview Allegro Plus Automated Scanning Station.
the Allegro Plus Is An Automatic Fluorescent Imaging System With An 8 Slide Motorized Stage, For Scanning Multiple Test Types In A Single Batch. With Sophisticated Applications For Automatically Scanning, Analyzing And Sorting A Wide Variety Of Fish Samples In Real-time, Allegro Plus Is A Fast And Accurate Scanning Platform That Can Identify Various Chromosomal Aberrations Under Fluorescent Light (such As Amplifications, Translocations, Inversions And Deletions). This Is A Brand Name Or Equal Request.
the Supply Acquisition Does Not Involve Connection Of Contractor-owned It Devices To The Va Internal Network, Therefore The C&a Requirements Do Not Apply And A Security Accreditation Package Is Not Required. The Instruments To Be Purchased Does Not Have The Ability To Store Any Data, Nor Interface To The Va Network, Nor Accept Patient Demographic Information In Any Way.
general Requirements:
specifications As Set Forth In This Proposal Are Minimum Specifications And Shall Not Be Construed As Limiting The Overall Quality, Quantity, Or Performance Of The Instrument.
the Offerer Shall Meet Or Exceed The Minimum Requirements And Shall Be Held Responsible For The Performance And Overall Quality Of The Requested Instrument During The Instrument S Warranty Period.
the Instruments, Based Upon The Specifications Requested, Shall Be The Newest And The Most Current Model. A Refurbished Is Not Acceptable.
(1) Bioview Allegro Plus Automated Scanning Station
equipment Required:
bioview Allegro Plus Automated Scanner(1)
fully Automated Commercial Olympus Bx-63 Microscope
8 Position Motorized Filter Wheel
7 Position Motorized Nose Piece
microscope Motorized Nosepiece Focusing System In Combination Fixed Stage To
eliminates All Sources Of Vibrations, For Improved Quality Of Image Acquisition
microscope Fluorescence Illuminator Equipped With A Fly S-eye Lens To Provide Uniform Illumination
motorized - Bioview Software Controlled Z-drive With Minimal Focus Step Of 0.01 M
motorized - Bioview Software Controlled Objectives Turret
led Bright Field Light Source Lamp Intensity If Controlled By The Bioview Software
motorized Bright Field Fstop Diaphragm Fully Controlled By The Bioview Software
motorized Condenser With Dry Top Lens Na 0.9
bioview Solo Offline Workstation (1)
processor: 11th Generation Intel Core I7-11700, 16 Mb Cache, 8 Core, 2.5 Ghz To 4.9
ghz
16gb (2x8gb) Ddr4 Udimm Non-ecc Memory
nvidia T600, 4gb, 4 Mdp To Dp Adapter
operating System: Windows 10 Pro 64bit
1tb Pcie Nvme Class 40 M.2 Ssd X 2 (raid 1)
installation, Including Verification/validation, Training:
the Vendor/distributor And/or The Manufacturer Must Provide All Necessary Procedure Manuals, Troubleshooting Manuals And Operator Manuals.
delivery:
all Equipment Deliveries Must Be Coordinated With The Biomedical Department Prior To Delivery. Failure To Do So May Result In The Return Of The Equipment At Vendor Cost.
location:
va Pittsburgh Healthcare System
university Drive C
pittsburgh, Pa 15240
repair And Maintenance:
manufacturer Will Provide Troubleshooting Manual.
the Vaphs Bio-medical Department Shall Manage The Service And Repair Contract On The Equipment.
the Manufacturer Should Define Maintenance Requirements And Indicate What Maintenance Is Performed By The User.
symplr
the Vendor Will Be Required To Register On The Symplr Website Https://www.symplr.com/. Symplr Will Be Used To Monitor Vendor Compliance With Vaccination And Hippa Requirements Listed Below.
all On-site Contractor Representatives Agree To Follow Va Pittsburgh Policy Ld-073 Medical Center Policy (mcp) Vendor Access. This Includes All On-site Contractor Representatives Shall Be Greenlighted In Va Pittsburgh S Vendor Credentialing System Symplr Which Includes An Up-to-date Flu Vaccination, Tb Test, Covid-19 Vaccine, And Hippa Certification At A Minimum. The Government Shall Not Provide Any Additional Compensation For Cost To Register Staff In Symplr. Vendor Shall Follow Most Updated Guidelines From The Occupational Safety & Health Administration (osha), Center For Disease Control (cdc), And Food & Drug Administration (fda).
if Onsite Work Is Necessary, Contractor Shall Notify Biomedical Engineering And The Police Service When They Arrive On Site. Failure To Do So More Than Twice Will Result In Permanent Denial Of Access To Facility.
influenza Vaccination
vha Directive 1192 Requires All Health Care Personnel (hcp) To Participate In The Seasonal Influenza Prevention Program And Outlines The Key Implementation Steps. Health Care Personnel Is Defined In Vha Directive 1192 As All Va Licensed And Unlicensed, Clinical And Administrative, Paid And Unpaid, Full- And Part-time Employees, Intermittent Employees, Fee Basis Employees, Va Contractors, Students, Researchers, Volunteers, And Trainees Who Work In Vha Locations. Hcp Covered By The Policy Are Expected To Receive Annual Influenza Vaccination. This Requirement Is Extended To All Contractor Personnel With Potential To Come Into Minimal Contact (passing In The Corridor) With Any Patients, Visitors, Or Staff Members At Vaphs.
those Individuals Unable Or Unwilling To Be Vaccinated Are Required To Wear A Face Mask Throughout The Influenza Season. Masks Are Available At Entrances Throughout The Medical Center.
it Is The Responsibility Of The Contractor To Ensure That All Contract Staff Is Compliant With The Requirements Outlined In Vha Directive 1192. The Contractor Shall Maintain The Following Documentation:
- Documentation Of Vaccination, E.g., Signed Record Of Immunization From A Health Care Provider Or Pharmacy, Or A Copy Of Medical Records Documenting The Vaccination.
- Completed Health Care Personnel Influenza Vaccination Form (attachment B Of Vha Directive 1192) If Unwilling Or Unable To Receive The Vaccine.
the Contractor Is Required To Submit Annual Certification In The Form Of A Memorandum To The Contracting Officer S Representative (cor) That All Contract Staff Performing Services At Va Facilities Is In Compliance With Vha Directive 1192.
tuberculosis Prevention
standard Personnel Testing (ppd, Etc.): Contractor Shall Provide Proof Of The Following Tests For Personnel Within Five (5) Calendar Days After Contract Award And Prior To The First Duty Shift To The Cor And Contracting Officer. Tests Shall Be Current Within The Past Year.
tuberculosis Testing: Contractor Shall Provide Proof Of A Negative Reaction To Ppd Testing For All Contract Personnel. A Negative Chest Radiographic Report For Active Tuberculosis Shall Be Provided In Cases Of Positive Ppd Results. The Ppd Test Shall Be Repeated Annually.
covid 19
contractor Shall Provide Evidence Of Vaccination Records Or A Negative Covid Testing Result Within 72 Hours Of Planned Onsite Visitation. This Is To Include Installation, Training, Maintenance And Repairs.
emergency Repairs Will Be Evaluated On A Case By Case Situation.
hipaa Training Certificates
if Contractor Will Be Working Onsite For Installation And Activation Of Equipment, All Hipaa Training Completion Documentation Must Be Provided To The Cor Listed In The Awarded Contract.
smoking
all Va Pittsburgh Property Is Smoke-free. Contractor Personnel Will Comply With Va Pittsburgh Smoking Policies. Violations Will Result In A Warning And Possible Citation.
request For Information Instructions:
the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies/services That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Required Specifications Mentioned Above.
responses To This Rfi Should Include Company Name, Address, Point Of Contact, Phone Number, And Point Of Contact E-mail, Uei Number, Cage Code, Size Of Business Pursuant To North American Industrial Classification System (naics) 339112 (size Standard Of 1000 Employees). Please Answer The Following Questions:
please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)?
is Your Company Considered Small Under The Naics Code Identified Under This Rfi?
are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above?
if Not, Can You Provide Additional Information Shown Below. This Is To Confirm Compliance With The Nonmanufacturer Rule Iaw 13 Cfr 121.406(b) Nonmanufacturers. Does Your Company Exceed 500 Employees;
primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied;
take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice;
obtained An Individual Or Class Waiver?
if You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).
if You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
if You Intend To Subcontract Any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Subcontracted Work And Completion Of Job.
does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Any Other Federal Contract? If So, Please Provide The Contract Number.
if You Are An Fss Gsa/nac Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract?
general Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award.
please Submit Your Capabilities In Regard To The Salient Characteristics Detailed Above And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes?
please Review Salient Characteristics/statement Of Work (if Applicable) And Provide Feedback Or Suggestions. If None, Please Reply As N/a.
please Provide Your Uei Number.
this Rfi Will Be Conducted In Accordance With Federal Acquisition Regulation (far) Part 13. Telephone Responses Will Not Be Accepted. Responses Must Be Received Via E-mail To Andrew.taylor@va.gov No Later Than, 4:00 Pm Eastern Time (et) On January 21, 2025. This Notice Will Help The Va In Determining Available Potential Sources Only. Do Not Contact Va Medical Center Staff Regarding This Requirement, As They Are Not Authorized To Discuss This Matter Related To This Procurement Action.
all Questions Will Be Addressed By The Contracting Specialist, Andrew Taylor. Questions Or Responses Will Include The Source Sought Number 36c24524q0253 In The Subject Line. All Firms Responding To This Request For Information Are Advised That Their Response Is Not A Request For Proposal, Therefore Will Not Be Considered For A Contract Award.
any Interested Business Concern Must Submit A No Longer That 10-page Capability Statement Addressing Its Ability To Meet The Requirements Listed Above To Capability Statement Shall Include A Statement Regarding How The Business Concern Is Engaged In Wholesale Trade And Normally Sells The Item Being Supplied And How The Business Concern Will Take Ownership Of The Items Being Delivered. Vendors Shall Also Provide Certification, Evidence That They Are An Authorized Distributor Of The Original Equipment Manufacturer.
provide Authorized Distributor Letter From Manufacture And Country The Equipment Is Manufactured In.
if A Solicitation Is Issued, Information Will Be Posted On The Sam Web Site For All Qualified Interested Parties At A Later Date And Interested Parties Must Respond To The Solicitation To Be Considered For Award. This Notice Does Not Commit The Government To Contract For Any Supplies Or Services. The Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Request For Information. Information Will Only Be Accepted In Writing By E-mail To Contracting Officer At Andrew.taylor3@va.gov Include 36c24425q0253 In The Subject Line.
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
Closing Date21 Jan 2025
Tender AmountRefer Documents
Environmental Management Bureau Tender
Electronics Equipment...+3Electrical Goods and Equipments, Publishing and Printing, Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description 2 Request For Quotation (rfq) Supply And Delivery Of Epson Ink Wf-5890 Rfq No. Emb-oad-2024-12-250 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. Supply And Delivery Of Epson Ink Wf-5890 Epson Wf-c5890 Black- Genuine 12 Cart 4,690.00 56,280.00 Epson Wf-c5890 Cyan- Genuine 6 Cart 4,950.00 29,700.00 Epson Wf-c5890 Yellow- Genuine 6 Cart 4,950.00 29,700.00 Epson Wf-c5890 Magenta- Genuine 6 Cart 4,950.00 29,700.00 Epson W-c5890 Maintenance Box 2 Cart 2,310.00 4,620.00 Total 150,000.00 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 Php150,000.00. 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 January 20, 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 Supply And Delivery Of Epson Ink Wf-5890 Under Rfq No. Emb-oad-2024-12-250 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 Or Annual Income Tax Return 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 Supply And Delivery Of Epson Ink Wf-c5890 Quantity: Cart 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 Supply And Delivery Of Epson Ink Wf-c5890 12 Cart Epson Wf-c5890 Black- Genuine 6 Cart Epson Wf-c5890 Cyan- Genuine 6 Cart Epson Wf-c5890 Yellow- Genuine 6 Cart Epson Wf-c5890 Magenta- Genuine 2 Epson W-c5890 Maintenance Box 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 Supply And Delivery Of Epson Ink Wf-c5890 Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City Epson Wf-c5890 Black- Genuine 12 Cart Epson Wf-c5890 Cyan- Genuine 6 Cart Epson Wf-c5890 Yellow- Genuine 6 Cart Epson Wf-c5890 Magenta- Genuine 6 Cart Epson W-c5890 Maintenance Box 2 Cart 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 _____
Closing Date20 Jan 2025
Tender AmountPHP 150 K (USD 2.5 K)
3091-3100 of 3213 archived Tenders