Valve Tenders
Valve Tenders
City Of Tanauan Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Province Of Batangas City Of Tanauan Invitation To Bid Description 1) The City Government Of Tanauan, Through The General Fund Intends To Apply The Sum Of Php2,700,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Delivery Truck For Cgso. Bid Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2) The City Government Of Tanauan Now Invites Bids For Supply And Delivery Of Delivery Truck For Gso Of The Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period. The Description Of An Eligible Bidder Is Contained In The Bidding Documents Particularly In Section Ii. Instruction To Bidders. 1 Unit Brand New Delivery Truck With Fb Body W/ Dual Aircon Engine Type: 3l/16 Valve Intercooler Turbo Engine Euro 5 Displacement (cc): 2998cc Transmission: 5 Forward, 1 Reverse Mt (synchromesh Type) 6 Speed Automated Manual Transmission Maximum Output: 131 Ps/ 3500 Rpm Maximum Torque: 300nm/ 1300 Rpm Payload: 2,490-2585 Kg. Gvw: 4,400-4,490 Kg. Tires/ Wheel: 205/85/r16 (front) 205/85 R16 (rear) Diesel 3 Years Lto, Tint, Floor Matting And Ewd Warranty: Three Years Or 100,000 Kilometers Whichever Comes First On Main Assemblies Of Engines, Transmission And Differential. 3) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. (i) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4) Interested Bidders May Obtain Further Information From The City Government Of Tanauan And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5) A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On December 20, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee Amounting To Five Thousand Pesos (5,000.00) 6) The Pre-bid Conference Is On 10:00 Am December 27, 2024 At Bac Conference Room. 7) Bids Must Be Delivered To The Address Below On Or Before 10:00 Am January 8, 2025 All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms In The Amount. A) Form Of Security Minimum Amount In % Of Approved Budget For The Contract To Be Bid. 1)cash, Certified Check, Cashier’s Check, Bank Draft Or Irrevocable Letter Of Credit. Two Percent (2%) 2)bank Guarantee Two Percent (2%) 3)surety Bond Five Percent (5%) Bid Opening Shall Be On 10:00 Am January 8, 2025 At Bac Conference Room. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8) Pursuant To Gppb Circular 06-2005, In Case The Bid Resulted Into A Tie And After Determining The Lowest Calculated And Responsive Bidder (lcrb), Highest Rated Responsive Bid (hrrb), Bid Evaluation And Post-qualification The Bac Members Will Convene And Determine The Winning Bidder Using The “draw Lots” Method. 9) The City Government Of Tanauan Reserved The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10) For Further Information, Please Refer To: Bac Secretariat 3/f New City Hall Bldg. Office Of The Bids & Awards Committee 043-728-9837 (sgd) Atty. Ferdinand Q. Perez. Bac- Chairperson
Closing Date8 Jan 2025
Tender AmountPHP 2.7 Million (USD 46.5 K)
BARANGAY LABAKID, JOSE DALMAN ZAMBOANGA DEL NORTE Tender
Machinery and Tools...+1Furnitures and Fixtures
Philippines
Details: Description 1 63 Bags Portland Cement 2 863 Pcs 4" Chb 3 5.5 Cu.m. Sand 4 3 Cu.m. Gravel 5 9 Shts 0.35mmx10' Corr. Galvalume 6 2 Shts 0.35mmx8' Plain Galvalume (end Flasing) 7 130 Pcs 2" Tekscrew W/ Neoprene Washer 8 2 Pcs Roof Sealant 70ml 9 10 Length 1.5mmx2"x3" C-purlins 10 8 Length 3/16"x1"x1"x6m Angle Bar 11 2 Length 3/16"x1"x1"x6m Flat Bar 12 6 Length 10mmø Plain Round Bar Sag Rod 13 3 Kgs Fuji No. 12 Welding Rod 14 4 Pcs Cutting Disc 15 1 Gal Red Lead Prime 16 2 Pcs 3" Paint Brush 17 2 Pcs 3" Paint Brush 18 1 Set Siungle Tub Stainless Kitchen Sink W/ Compplete Accessories 19 1 Length 2"øx3.0 Pvc Pipe S1000 (drain/vent) 20 1 Pc 2"øx90° Pvc Bend Elbow S1000 21 1 Pc 2"øx45° Pvc Bend Elbow S1000 22 1 Pc 2"ø Pvc Tee 23 1 Pint Solvent Cement (400cc) 24 2 Length ½"øx3.0m Upvc Pipe Series 8 25 1 Pc ½"øx3.0m Gate/ball Valve 26 2 Pcs ½" Coupling 27 2 Pcs ½" 90° Bend Elbow 28 3 Pcs ½" Female Threaded Adaptor 29 3 Pcs ½" Faucet 30 2 Rolls Teflon Tape 1" 31 1 Unit 0.70mx2.10m Panel Type, Wooden Door 32 1 Unit 0.70mx2.10m Door James 33 1 Unit Heavy Duty Door Knob 34 1 Pair 3x3 Loose Pin Hinges 35 4 Frames Plastic Frame (13-blader) Comp. W/ Screw 36 52 Blades (3/16"x4"x24" Smoke Glass Jalousie Blade) 13 Bladers 37 18 Length Double Metal Furring 38 3 Pcs Drill Bet Metla 1/8 39 1 Pc Dril Bet Concrete 1/8 40 1 Box Blind Rivets 1/8 X 3/4 41 10 Shts ¼"x4'x8' Marine Plywood 42 30 Length 10mm Dia. X 6m Rsb 43 20 Length 12mm Dia. X 6m Rsb 44 30 Length 9mm Dia. X 6m Rsb 45 5 Kgs #16 G.i. Tie Wire 46 1 Pc Hacksaw Handle 47 2 Pcs Hacksaw Blade 48 120 Bd.ft. 30-2"x2"x12' Form Lumber 49 3 Shts ¼ Thk. 4'x8' Marine Plywood 50 2 Kgs 1½" Cw Nails 51 1 Kgs 1" Cw Nails 52 3 Kgs 4" Cw Nails 53 3 Kgs 3" Cw Nails Purpose: For The Const. Of Multipurpose Bldg. Kitchen The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: 1/06/2025 To 1/13/2025 2. Opening Of Bids: 1/13/2025 3 Bid Evaluation: 1/14/2025 4. Post-qualification 1/15/2025 5. Notice Of Award: 1/16/2025 6. Issuance Of Notice To Proceed: January 17, 2025
Closing Date13 Jan 2025
Tender AmountPHP 111.4 K (USD 1.9 K)
Province Of Biliran Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Province Of Biliran Municipality Of Naval – 6560 Project Reference Number: Itb No. 25-07 Invitation To Bid For The Supply And Delivery Of 1 Unit 4x2 Pick-up Truck 1. The Provincial Government Of Biliran Through General Fund, Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos (php1,500,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Project Supply And Delivery Of 1 Unit 4x2 Pick-up Truck. Bid Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1 Unit 4x2 Dsl M/t Pick-up Truck Specifications: * Engine Displacement : 2393cc Not Exceeding 2500cc * Engine Type: 2.4 Diesel 4 Cylinder 16 Valve Dohc Variable Nozzle Turbo With Air Cooled Intercooler * Power Transmission: 6-speed M/t * With Reflectorized Sticker For Labels (province Logo Or As Per End-user Design) * Other Necessary Parts And Accessories * Emissions Standard: Euro 4 Inclusions: Warranty: 1 Year Or 10,000 Km Whichever Comes Fisrt Registration: 3 Years Free Lto Registration With Cptl Insurance Note: Shall Guaranty The Availability Of Parts For The Specific Vehicle Model For At Least 5-7 Years From The Time Production Of The Particular Model Ceases 2. The Provincial Government Of Biliran Now Invites Bids For The Supply And Delivery Of 1 Unit 4x2 Pick-up Truck. Delivery Of Goods Is Required For The Period Of Thirty (30) Calendar Days. Bidders Should Have Completed Within Two (2) Years From The Date Of Submission And Receipts Of Bids, A Contract Similar To The Project, Equivalent To At Least 50% Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of The Republic Act (ra) 9184, Otherwise Known As The “government Procurement Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Interested Bidders May Obtain Further Information From The Bac Office Or General Services Office During Office Hours From 8:00 A.m. To 5:00 P.m., Monday To Friday. 5. Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of A Non-refundable Amount Of P5,000.00 To The Provincial Treasurer’s Office. 6. The Provincial Government Of Biliran Will Hold A Pre-bid Conference On January 30, 2025 At 10:00 A.m., Bac Office, Civic Center, Capitol Compound, Calumpang, Naval, Biliran. 7. Bids Must Be Duly Received By The Bac Secretariat At The Given Address On Or Before February 11, 2025. All Bids Must Be Accompanied By A Bid Security In Any Acceptable Forms And In The Amount Stated In The Itb Clause 18. Bid Opening Shall Be On February 11, 2025 At 10:00 A.m., Bac Office, Civic Center, Capitol Compound, Calumpang, Naval, Biliran. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Provincial Government Of Biliran Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra No. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Bac Secretariat General Services Office Calumpang, Naval, Biliran Approved By: (sgd)sofronio B. Dacillo, Jr. Bac Chairman P.r. No. 25-0100 Dated 01.20.25
Closing Date11 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.8 K)
The City Government Of Baguio Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee (goods And Services) City Government Of Baguio Baguio City Standard Form No.: Sf -goods-60 Reference No : Pr # 523 Revised On: September 5, 2008 Solicitation No : Negotiated Procurement 2024-208 Standard Form Title: Request For Quotation Date : February 18, 2025 Sir/madam: Please Quote Your Price Of Item/s Listed Below As Per Specifications, Stating The Shortest Time Of Delivery. Please Submit Your Quotation Duly Signed By You Or Your Representative To The Bids And Awards Committee Not Later Than 2:00 Pm C/o The Bac Secretariat, 3rd Floor, City General Services Office, 35 New Lucban,baguio City. You May Fax Your Qoutations Through Telefax No. (074)424-5148. We May Purchase The Item/s From Your Company If The Offer Is Found To Be Reasonable And Advantageous To The City Government Of Baguio, But We Reserve The Right To Accept Or Reject The Offer Or All Quotations Found Not In Order. Thank You Very Much. Atty. Augustin P. Laban Iii Bac Chairperson And City Human Resource Management Officer Item No. Qty Unit Description Abc Unit Cost Total Cost 1 1 Unit Sports Utility Vehicle 2,000,000.00 Engine Type: 4 Cylinder, In-line, 16-valve Dohc Variable Nozzle Turbo With Air-cooled Intercooler; 90.00 0.00 Engine Displacement (cc): 2,393 Cc; Maximum Output (ps/rpm): 150/3,400; Maximum Torque (nm/rpm): 400/1,600-2,000; Fuel Type: Diesel; Transmission: 6-speed At; Interior: Driver Seat Type And Adjustment: 6-way Manual Adjust; Passenger Seat Type And Adjustment: 4-way Manual Adjust; Rear View Mirror: Day And Night; Audio System Type: 7 Inches Display Audio; Audio System Function: Am/fm/bluetooth/usb/voice Command; Audio System Speakers: Six (6); Air-conditioning System: Manual Control; Exterior: Headlamps: Bi-beam Led; Daytime Running Lights: Led; Function: Keyless Entry: With; Ignition Type: Rotary Type; Drive Mode Select: Eco + Power; Chasis: Front Brake/rear Brake: Ventilated Discs; Tires: 265/65 R17 Alloy; Suspension: Front: Double Wishbone, Rear: Multi-link; Safety And Security: With Blind Spot Monitor; With Rear Cross Traffic Alert; Srs Airbags: Driver + Front Passenger + Side + Curtain Shield + Knee; Anti-lock Brake System: With + Brake Assist + Ebd; Vehicle Stability Control: With + Traction Control; With Hill-start Assist Control; Led High Mount Stop Lamp; Camera: Reverse Camera; Clearance And Back Sonar: Front- 2, Rear-4; Color: Preferably White But If None, Any Available Color; With 3 Years Lto Registration Upon Release; Free Items: Floor Mat, Tint, Seat Cover, Set Of Tools, Early Warning Device, Free Labor On It's First 1,000 Kms And 5,000kms Check Up, Three Years Or 100,000 Kilometers Warranty Whichever Comes First. Bidder Should Be Authorized Distributor/dealer Of The Brand Of The Vehicle Offered. Must Have An Authorized Service Center Within The Blistt (baguio, La Trinidad, Itogon, Sablan, Tuba And Tublay) Area Please Indicate Brand Of Offer And Attach Complete Technical Brochures In The Eligibility And Technical Proposal Bidders Must Possess A Valid Mayor's/business Permit With A Relevant Line Of Business In The Sale Of Motor Vehicles For Use Of Cvao Under Pr No. 523 0 Purpose: For Official Use Of The City Veterinary And Agriculture Office Note: 1) Delivery Period Within ______________ Calendar Days 2) Price Validity Shall Be For A Period Of _________ Calendar Days 3) Warranty (for Equipments) _________________ Minimum Of 1 Year Warranty (for Repairs) ______________ Minimum Of Three (3) Months 4) Bid Price Should Be Inclusive Of Vat And Delivery Charges Name Of Establishment Printed Name And Signature Of Bidder Address & Contact Number Tin
Closing Date24 Feb 2025
Tender AmountPHP 2 Million (USD 34.5 K)
Offizielle Bezeichnung Landesbetrieb Bau Und Immobilien Hessen Niederlassung Mitte Zentrale Vergabe Tender
Others
Germany
Description: Announcement of a purchaser profile for an intended restricted invitation to tender (construction work) Execution of construction work (ventilation-air conditioning trade) 410 Wastewater, water and gas systems Wastewater systems - New construction of a pipe network for condensate drainage from air conditioning units made of PVC-U, total pipe length approx. 35 m, nominal widths DN 25 to DN 50 - ... More410 Wastewater, water and gas systems Wastewater systems - New construction of a pipe network for condensate drainage from air conditioning units made of PVC-U, total pipe length approx. 35 m, nominal widths DN 25 to DN 50 - Outdoors with pipe heating, approx. 15 m - Free outlet on roof surface - 2 x fire protection partitions for PVC-U pipe 50 mm Water systems - No water systems are planned 420 Heat supply systems Heat generation systems - 1 x electric wall convector 1500 W as Frost protection heating in the technical room 430 Air-conditioning systems Ventilation systems - Radial exhaust air fan DN 100 with motorised control flap, slide-in volume flow controller - Air filter box EPM1 Ø100mm - Duct smoke detector - Ventilation duct for duct-bound air conditioning of the radome via a precision air conditioning cabinet made of steel, duct parts approx. 27 m², molded parts approx. 12 m² - Ventilation pipes for fresh air portion for radome air conditioning, approx. 6 m spiral-seam pipe Ø100 mm - Thermal insulation completely made of flexible elastomer foam 19 mm, approx. 40 m² - 2 pcs. ventilation grilles 500x400 mm for floor installation, 2 pcs. weather protection grilles Ø100 mm for facade Partial air conditioning systems - Precision air conditioning unit for radome air conditioning with high requirements for temperature accuracy and dehumidification, nominal cooling/heating output 10.7 Kw/7.5 Kw, heating electric, cooling via condenser - Two split air conditioning units each with nominal cooling/heating output 6.8/7.5 Kw as a redundancy circuit - Each outdoor unit with mounting system and heated condensate collection tray - Refrigerant piping made of copper pipe, total line length approx. 110 m, nominal widths Ad 10 mm to Ad 28 mm, including diffusion-tight thermal insulation, approx. 21 m plus sheet metal sheathing in the outdoor area - 6 shut-off valves nominal widths Ad 10 mm to Ad 28 mm - 6 pieces of fire protection partition for refrigerant lines
Closing Date5 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools
United States
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part:
item 1)
nsn: 4330-01-597-3472
filter Separator Water
racor Fuel Filter
racor Fuel Filter Seperator Assembly. Two See Through Bowls With Protective Shields
and Selector Valve. Filter Rating 2 Micron. Port/ Connection Size: 3/4"-16
filter Being Used In The Separator Is 2010sm.
each Filter Shall Be Individually Packaged In Accordance With Mil-std-2073-1e Method
10, Cushioned In A Single Layer Of 3/4 In Bubble Wrap To Prevent Movment And Contact
damage And Packed In An Appropriately Sized Astm-d5118 Double-wall Fiberboard Box.
utilized On 87 Class Cutter
part Number: 75/500max
mfg: Parker Hannifin
quantity: 30 Each
individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned Or Secured As Appropriate To Prevent Damage From Movement Or External Impact. Items Shall Then Be Packed In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Woodcleated Panelboard Shipping Box Or Astm-d6880 Class 2 Heavy Duty Double Wall Fiberboard Box
each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology.
all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To Meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will Result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will Delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should Be Addressed With The Contracting Officer Prior To Contract Award.
delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226, Mark For: Receiving Room Bldg. 88a
this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-01 (jan 2025) And 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. The Naics Code For This Solicitation Is 333998 And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply.
the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract.
all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (www.sam.gov) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 06,2025 At 10:00 Am Eastern Standard Time. Email Proposed Price Quote To: Yvette.r.johnson@uscg.mil
offerors Must Submit The Following Information On Their Quote:
disclosure: The Offeror Under This Solicitation Represents That [check One]:
__ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73;
__ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or
__it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal
__hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (june 2006)
(end Of Provision)
the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (nov 2021); Far 52.212-3, Offeror Representations And Certifications-commercial Items (dec 2022) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote.
the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.arnet.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (dec 2022); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (dec 2022). The Following Clauses Listed Within Far
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015), 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553), 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) 52.212-5 Are Applicable: Far 52.219-28, Post Award Small Business Program Representation (oct 2022)(15 U.s.c. 632(a)(2); Far 52.222-3, Convict Labor (jun 2003)(e.o. 11755); Far 52.222-19 Child Labor-cooperation With Authorities And Remedies (jan 2022) (e.o. 13126); Far 52.222-21, Prohibition Of Segregated Facilities (april 2015); Far 52.222-26, Equal Opportunity (sep 2016)(e.o. 11246); Far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020);far 52.222-50, Combat Trafficking In Persons (october 2020)(22 U.s.c. Chapter 78 And E.o. 13627); Far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (jun 2020) (e.o. 13513); Far 52.225.1 Buy American Act-supplies (oct 2022); Far 52.225-3, Buy American Act-free Trade Agreement (oct 2022)(41 U.s.c. 10a-10d); Far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021); 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018)(31 U.s.c. 3332). The Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov.
cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf
Closing Date6 Feb 2025
Tender AmountRefer Documents
BARANGAY DON ENRIQUE LOPEZ, MATI, DAVAO ORIENTAL Tender
Automobiles and Auto Parts
Philippines
Details: Description Del No. 01-2025 Republic Of The Philippines Province Of Davao Oriental City Of Mati Barangay Don Enrique Lopez Invitation To Bid Procurement Of Rescue Vehicle Name Of Project 1. The Lgu - Barangay Don Enrique Lopez, Through The Lgsf2 Fund Intends To Apply The Sum Of Two Million Pesos (php2,000,000.00) Being The Abc To Payments Under The Contract For Procurement Of Rescue Vehicle. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu - Barangay Don Enrique Lopez Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Days After The Receipt Of Purchase Order. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Quantity Unit Of Issue Item Description 1 Unit Rescue Vehicle Specification: Engine Type: 2.8 Diesel, 4-cylinder, 16- Valve Dohc Variable Nozzle Turbo With Air Cooled Intercooler Engine Displacement: 2,755 Cc Maximum Output: 204/3,400 Ps/rpm Fuel Capacity: 80l Overall Length: 2,325 Overall Width: 1,900mm Overall Height: 1,845mm Wheelbase: 3,085mm Seating Capacity: 5 Power Transmission: 6-speed Mt W/ Imt Front Brake/ Rear Brake: Ventilated Discs/ Drum Type Tires: 265/60 R18 Wheel (size): 18” Alloy 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Lgu - Barangay Don Enrique Lopez And Inspect The Bidding Documents At The Address Given Below During 8:00am - 12:00nn To 1:00pm - 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 – January 28, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (p10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The City Government Of Mati Will Hold A Pre-bid Conference On January 16, 2025 At 10:00 Am At Bac Conference Room, Barangay Hall, Brgy. Don Enrique Lopez, City Of Mati, Province Of Davao Oriental, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before January 28, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 28, 2025 At 10:00 Am At The Given Address Below Bac Conference Room, Barangay Hall, Brgy. Don Enrique Lopez, City Of Mati, Province Of Davao Oriental. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Lgu - Barangay Don Enrique Lopez Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: __________________________ - Head, Bac Secretariat Bids And Awards Committee Bids And Awards Committee Office, Barangay Hall, Barangay Don Enrique Lopez, City Of Mati, Province Of Davao Oriental 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph __________________________ Bac Chairperson Bill Of Quantities Item No. Scope Of Work Unit Quantity Unit Price Total Price 1. Rescue Vehicle Specification: Engine Type: 2.8 Diesel, 4-cylinder, 16- Valve Dohc Variable Nozzle Turbo With Air Cooled Intercooler Engine Displacement: 2,755 Cc Maximum Output: 204/3,400 Ps/rpm Fuel Capacity: 80l Overall Length: 2,325 Overall Width: 1,900mm Overall Height: 1,845mm Wheelbase: 3,085mm Seating Capacity: 5 Power Transmission: 6-speed Mt W/ Imt Front Brake/ Rear Brake: Ventilated Discs/ Drum Type Tires: 265/60 R18 Wheel (size): 18” Alloy Units 1 Total Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);and ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or (m) Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (n) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (o) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (p) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (q) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date28 Jan 2025
Tender AmountPHP 2 Million (USD 34.1 K)
Research Institute For Tropical Medicine, Doh Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A)the Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. B)the Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: Othe Pr # Shall Be Reflected In The Omnibus Sworn Statement Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. Othe Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 for Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner for Corporation – Duly Notarized Secretary’s Certificate for Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: Othe Pr # Shall Be Reflected In The Authority Of The Signatory Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1)do Not Alter The Contents Of This Form In Any Way. (2)the Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3)all Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4)quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5)quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: bidders Shall Provide Correct And Accurate Information Required In This Form. any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. in Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Ritm May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 1/lot Water Filtration System, Supply And Install The Ff. - 1 Unit Multi-media Filter - 13"dia X 54"height Tank W/ Manual Control Valve - 1"in/outlet Max Flow Of 25gpm. Consist Of Granular Activated Carbon, Anthracite, Silica Sand Pebbles. - The Trap Shall Filter Out Suspended Particles, Enhance Water Clarity Taste And Odor, Remove Unwanted Volatile Organic Compounds And Contaminants As Well As Chlorine. -the Preferably The Filter Does Not Require Any Consumable Parts To Be Replaced. It Only Needs Periodic Backwashing To Clean The Filter Media And Maintain Performance. - 1 Unit Ultraviolet System 12 Gpm Capacity. This Is Disinfecting Bacteria Virus And Germs From Waterwells. - 1 Unit 20" Bb Filter Housing And 5micron Sediment Cartridge. 5pcs - Extra Filter Cartridges For 1 Year Use Cost Of Labor And Materials: 112,000 Delivery And Installation: Los Banos Site (eafa) Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 1/lot Water Filtration System, Supply And Install The Ff. - 1 Unit Multi-media Filter - 13"dia X 54"height Tank W/ Manual Control Valve - 1"in/outlet Max Flow Of 25gpm. Consist Of Granular Activated Carbon, Anthracite, Silica Sand Pebbles. - The Trap Shall Filter Out Suspended Particles, Enhance Water Clarity Taste And Odor, Remove Unwanted Volatile Organic Compounds And Contaminants As Well As Chlorine. -the Preferably The Filter Does Not Require Any Consumable Parts To Be Replaced. It Only Needs Periodic Backwashing To Clean The Filter Media And Maintain Performance. - 1 Unit Ultraviolet System 12 Gpm Capacity. This Is Disinfecting Bacteria Virus And Germs From Waterwells. - 1 Unit 20" Bb Filter Housing And 5micron Sediment Cartridge. 5pcs - Extra Filter Cartridges For 1 Year Use Cost Of Labor And Materials: 112,000 Delivery And Installation: Los Banos Site (eafa) 133,280.00 Delivery Period: 30 Cd Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
Closing Date18 Feb 2025
Tender AmountPHP 133.2 K (USD 2.3 K)
MUNICIPALITY OF POLANCO, ZAMBOANGA DEL NORTE Tender
Civil And Construction...+2Construction Material, Machinery and Tools
Philippines
Details: Description 1 Bags Portland Cement - 534.0 2 Cu.m. Screened Sand - 30.8 3 Cu.m. Coarse Aggregates 1"ø - 23.5 4 Cu.m. Peasize Aggregates - 8.0 5 Lgths. 16mmø X 3.0m Std. Def. Bar - 137.0 6 Lgths. 10mmø X 3.0m Std. Def. Bar - 384.0 7 Kgs. No. 16 Tie Wire - 61.0 8 Pcs. Chb 4" - 2300.0 9 Lgths. 12mmø X 3.0m Std. Def. Bar - 6.0 10 Lgths. 1/4"x2"x6.0m Angle Bar - 24.0 11 Lgths. 1/4"x1 1/2"x6.0m Angle Bar - 25.0 12 Lgths. 1.20mmx2"x4" C - Purlins - 2.0 13 Lgths. 1.20mmx2"x3" C - Purlins - 21.0 14 Lgths. 3/16" X 1" Angle Bar - 8.0 15 Lgths. 3/16"x 1" Angle Bar - 4.0 16 Lgths. 10mmø Plain Round Bar(sag Rod) - 3.0 17 Lgths. 16mmø Plain Round Bar - 4.0 18 Sht. 5/8" Thk Steel Plate - 0.3 19 Pcs. 3/4"øx12" Anchor Bolt With - 24.0 Nut And Washer 20 Pcs, 16mmøx12" Turn Buckle - 4.0 21 Pcs. 14"ø Cut Off Blade - 10.0 22 Box Welding Rod - 3.0 23 Tanks Oxygen (content Only) - 2.0 24 Tank Acytelene (content Only) - 1.0 25 Shts. 1/4"x4'x8' Marine Plywood - 30.0 26 Bd.ft. 300 - 2"x2"x10' Coco Lumber - 1000.0 27 Bd.ft. 250 - 2"x3"x10' Coco Lumber - 1250.0 28 Pcs. Double Furring - 20.0 29 Pcs. Wall Angle - 8.0 30 Pcs. Wooden Door 0.90m X 2.10m - 2.0 31 Pcs. Door Knob - 2.0 32 Prs. Loose Pins Hinges 3"x3" - 4.0 33 Boxes Cwn 4" - 2.0 34 Box Cwn 3" - 1.0 35 Box Cwn 1 1/2" - 1.0 36 Kgs. Cwn 1" - 5.0 37 Pcs. 0.40m X 0.40m Floor Tiles - 72.0 38 Pcs. 0.40m X 0.40m Wall Tiles - 208.0 39 Bags Tile Adhesive - 5.0 40 Pck Tile Grout - 2.0 41 Ln.m. 8 Shts - 0.40mm Thk X 1.03m Effective - 64.0 Width X 8.0m Lgth Rib Type Pre Painted Roofing(verify Color) 42 Pcs. 0.40mm Thk X 2.40m (18") Pre Painted - 12.0 Wall Flashing 43 Pcs. 0.40mm Thk X 2.40m (18") Pre Painted - 7.0 End Flashing 44 Pcs. 2 1/2" Teck Screw - 300.0 45 Box 1/8"x1/2" Blind Rivets - 1.0 46 Ltr. Touch Up Paint - 1.0 47 Ltr. Roof Cement - 1.0 48 Lgths.20mmø Upvc Blue Pipe - 12.0 49 Pcs. 20mmø Upvc Coupling - 10.0 50 Pcs. 20mmø Upvc Plain Elbow - 8.0 51 Pcs. 20mmø Upvc Plain Tee - 6.0 52 Pcs. 20mmø Upvc Female Adaptor - 6.0 53 Pcs. 20mmø Upvc Male Plug - 6.0 54 Lgths. 4"ø Sanitary Pipe S-1000 - 4.0 55 Pcs. 4"ø Sanitary Tee - 6.0 56 Pcs. 4"ø Sanitary Clean Out W/ Adaptor - 6.0 57 Pcs. 4"ø Sanitary Coupling - 4.0 58 Pcs. 4"øx2"ø Sanitary Tee Reducer - 2.0 59 Lgths.2"ø Sanitary Pipe S-1000 - 6.0 60 Pcs. 2"ø Sanitary Coupling - 4.0 61 Pcs. 2"ø Sanitary Elbow Bend 45 - 6.0 62 Pcs. 2"ø Sanitary Clean Out W/ Adaptor - 4.0 63 Pcs. 2"ø Sanitary Tee - 6.0 64 Pcs. 2"ø Sanitary Wye - 2.0 65 Pcs. 2"ø Sanitary Elbow Bend 90 - 2.0 66 Pcs. 2"ø Sanitary P-trap - 4.0 67 Pcs. 2"øx3/4"ø Sanitary Bushing Reducer - 2.0 68 Pcs. 20mmø Stainless Single Angle Valve - 2.0 69 Pcs. 20mmø Stainless Double Angle Valve - 2.0 70 Pcs. 20mmø Stainless Faucet - 2.0 71 Rolls Teflon Tape 3/4" - 10.0 72 Ltrs. Solvent Cement 400ml - 2.0 73 Pcs. 4"x4" Stainless Floor Drain - 2.0 74 Pcs. 20mmø Stainless Bidet - 2.0 75 Sets Flushed Type Water Closet - 2.0 With Accessories 76 Units Flood Light 100w - 8.0 77 Boxes Thhn Stranded Wire No. 10 (5.50mm2) - 3.0 78 Mtrs. Thhn Stranded Wire No. 8 (8mm2) - 40.0 79 Lgths. 3/4"øx3m Pvc Electrical Pipe - 10.0 80 Rolls 3/4"ø X 100m Flexible Hose - 2.0 81 Set Panel Board 6 - Holes W/ Circuit Breaker - 1.0 1 Pr. @ 60at, 4 Prs. @ 30at & 1 Pr. @ 20at 82 Unit Safety Breaker 60at W/ Enclosure - 1.0 83 Pcs. 5"x5" Pvc Full Box (orange) - 12.0 84 Mtrs. Thhn Stranded Wire No. 8 (14mm2) - 20.0 85 Roll Electrical Rubber Tape - 1.0 86 Pcs. 3/4"ø X 90 Deg. Pvc Electrical Elbow - 20.0 87 Mtrs. 3/8 Ø Circular Loam - 6.0 88 Mtrs. Service Drop Wire No. 4 - 60.0 89 Pcs. Spool Insulator (reg.) - 2.0 90 Gals Red Oxide Steel Primer - 5.0 91 Gals Lacquer Thinner - 3.0 92 Bags Skim Coat - 10.0 93 Gals. Solvent Primer White - 15.0 94 Gals. Semi-gloss Latex Paint (verify Color) - 24.0 95 Pcs. Paint Brush 4" - 6.0 96 Pcs. Paint Brush 2" - 6.0 97 Pcs. Baby Paint Roller W/ Handle 4" - 8.0 98 Pcs. Baby Paint Roller W/ Handle 7" - 8.0 99 Pcs. Plastic Paint Basin - 4.0 100 Ft. Sand Paper #80 - 10.0 101 Ft. Sand Paper #120 - 10.0 Note: Opening Of Bids Will Be On February 19, 2025 @ 1:30 Pm
Closing Date19 Feb 2025
Tender AmountPHP 988.1 K (USD 17 K)
INDIAN HEALTH SERVICE USA Tender
Civil And Construction...+2Pipe Line Project, Water Storage And Supply
United States
Details: This Sources Sought Notice Is For Informational Purposes Only And Shall Not Be Construed As A Solicitation, Obligation, Or Commitment By The Albuquerque Area Indian Health Service (ihs). This Notice Is Intended Strictly As A Request For Information To Determine If An “indian Small Business Economic Enterprise (isbee) Set-aside (specific To Department Of Interior And Indian Health Service) Or A “total Small Business Set-aside” Can Fulfill The Requirements Set Forth Below.
in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Must Give Preference To Indian Economic Enterprises (iee), When Authorized And Practicable.
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
the Albuquerque Area Indian Health Service Is Conducting A Market Research Survey To Help Determine The Availability Of The Following Service:
1.naics Code: 237110 - Water And Sewer Line And Related Structures Construction
A. If A Different Naics Code Is Suggested, Please Include The Proposed Naics Code And Rationale.
2.description: The Albuquerque Indian Health Center’s Potable Water Services Is Provided By The Albuquerque Bernalillo County Water Utility Authority (abcwua). The Work Consists Of Replacng The Rusted Piping, Fittings, Valves, And Backflow Preventer Station. Aihc Is Located At 801 Vassar Drive Ne, Albuquerque, Nm 87106.
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
responses To This Notice Should Include The Following:
1.) Company Name And Unique Entity Identifier (uei) To Confirm Company Is Registered In The System For Award Management (sam) At Https://www.sam.gov.
2.) Company’s Business Size For The Naics Code Listed Above, Including: Historically Underutilized Business (hubzone); Indian Small Business Economic Enterprise (isbee); Small Business; Service-disabled Veteran-owned Small Business (sdvosb); Small Disadvantaged Business (sdb); And/or Woman-owned Small Business (wosb).
3.) Attached Form Titled "ihs Iee Representation Form", And Check “does” Or “does Not” Meet The Definition Of An Iee. This Information Is Utilized To Collect Data.
4.) Capability Statement And/or Product Brochure And/or Any Applicable Past Performance Information That Demonstrates That The Supplies, Equipment, Or Services Can Be Provided By Your Company.
please Submit All Requested Information To Shandiin Dewolfe Via E-mail: Shandiin.dewolfe@ihs.gov By January 14th, 2025 At 5:30 Pm Mst.
automated Responses Or Other Responses That Do Not Provide The Requested Information Specified In This Sources Sought Notice Will Be Noted As Non-responsive And Not Considered In This Market Research.
Closing Date15 Jan 2025
Tender AmountRefer Documents
9991-10000 of 10000 archived Tenders