Valve Tenders
Valve Tenders
Municipality Of Sual Pangasinan Tender
Paints and Enamels...+1Furnitures and Fixtures
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 130.1 K (USD 2.2 K)
Details: Description Abc: Procurement For Various Supplies/matrials For The Painting And Installation Of Basket Ball Ring,repair Of Office Municipal Wharf,fabrication Of Tarpaulin Frame,fabrication Of Double Deck For Accomodating Visitors Department: Gso Abc: 130,157.40 Item No. Quantity Unit Description 1 3 Pail Elastromeric Paint Sky Blue 2 2 Pail Elastromeric Paint White 3 2 Gal Paint Semi Gloss 4 2 Gal Elastromeric Red 5 1 Lt Elastromeric Gray 6 1 Lt Elastromeric Black 7 8 Pcs Roller Brush #9 8 4 Pcs Paint Tray 9 4 Pcs Paint Brush #3 10 2 Pcs Paint Brush #2 11 2 Pcs Paint Brush #1 12 1 Box Guntacker Wire #8 13 12 Pcs Gypsum Screw 1.5mm 14 2 Pcs Basket Ball Ring 15 2 Pc Flat Bar 1/4 X 2 16 2 Pcs G.i. Pipe 3/4 S40 17 6 Pc Angle Bar 1/4 X 2 (4mm) 18 2 Pcs Cutting Disc #14 19 1 Pc Tri Square 30 Cm 20 2 Pcs Roller Brush # 2 21 2 Lts Paint Qde White Gloss 22 2 Pcs Paint Brush # 2 23 150 Pcs Gypsum Screw #1 24 2.5 Kgs Welding Rod 25 4 Pcs Flap Disc 26 2 Btl Paint Thinner 27 1 Pc G.i Tee #1/2 28 1 Gal Paint Semi Gloss Latex 29 4 Pcs Plywood Marine 1/2 30 12 Pcs Bolt & Nut 1/4 X 1 W/ Washer 31 1 Pc Drill Bit 1/4 32 2 Btl Spray Paint Gray 33 6 Btl Spray Paint White 34 9 Pcs Led Bulb 13 Watts 35 1 Pc Supply Hose 1/2 X 1/2 X 12 36 2 Can Acri Color Lamp Black 1/4 37 3 Set Conv. Outlet 2 Gang 38 5 Pcs Led Round Down Light 12w 39 1 Pr Lavatory Bracket 40 1 Set Water Closet 41 1 Set P- Trao Stainless 1 1/4 Lincoln 42 1 Set Telephone Shower 43 1 Set Bidet 44 1 Pc Angle Valve 1/2 X 1/2 T3 Way Ss 45 1 Pc Supply Hose 1/2 X 1/2 X 16 46 1 Pc Teflon Tape Big 47 1 Pc Lavatory Faucet Hj211 48 2 Pcs Faucel Hb Ss 49 3 Pcs Curtain Pipe 3/4 X 16 Ft 50 9 Pcs Curtain Bracket 51 12 Pcs Curtain Lock 52 4 Pcs Doorlock Tubular 53 2 Pail Paint Semi Gloss Lates 54 2 Pcs Paint Tray 55 2 Pcs Paint Brush #2 56 2 Pcs Putty Knife #6 W/ Handle 57 2 Pcs Roller Brush #7 58 2 Pcs Drill Bit 1/8 59 1 Lt Body Filler Easytite 60 2 Pcs Plywood Marine 61 50 Pcs Gypsun Screw #1 62 1 Pc Screw Bit 65mm 63 50 Pcs Tox # 5 64 2 Pcs Junction Box W/ Cover 65 10 M Wire Thnn #12 (3.5mm) 66 15.5 M Wire Thnn #8 (8mm) 67 2 Pcs Roller Brush #9 68 1 Pc Amco Box 69 1 Electric Tape Big 70 1 Pvc Orange Elbow 3/4 Long 71 1 Compass Handsaw 72 20 Pcs 2x2x12 Good Lumber 73 20 Pcs 2x3x20 Good Lumber 74 30 Pcs 2x3x8 Good Lumber 75 3 Kgs Cwn #2 76 4 Kgs Cwn #3 77 5 Box Gun Tacker
MUNICIPALITY OF DIPACULAO Tender
Automobiles and Auto Parts
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Details: Description Stock Unit Item Description No. 1 Unit Brand New Patrol Vehicle Dimensions: Lengthxwidthxheight: 4300x1675x2018 (mm) Payload Capacity: 632 Kg Engine & Transmission Model: 2nr-ve Type: 4 - Cylinder, In-line, 16-valve Dohc, With Dual Vvt-i Displacement: 1496 Max Output: 98/6000 Ps/rpm Max Torque: 134/4400 Nm/rpm Fuel Type: Gasoline Transmission: 5-speed Mt Chassis Suspension: Front Rear: Leaf Spring Brakes Front Rear:ventilated Discs, Drum Type Tires/wheels: 175r14 Steel, Spare Tires: Ground Tire (steel Wheel) Exterior Headlamps: Halogen Windshield Wiper: With Intermettent Rear Combination Lamp: Halogen Mudguards: With (front + Rear) Seat Type And Adjustment: Front Driver + Passenger: 2 - Way Manual Adjust (with Fold) Steering Type: Electrical Power Steering Steering Wheel: Material: Urethane Cup/bottle Holder: Front: 2 Function Ignition System: Rotary System Power Features: Door Locks Aircoditioning System: Front, Type Manual Dial, 2-din Audio System: Function, Speakers Am/fm/usb/bluetooth/aux, 2 Safety & Security Srs Airbags: Driver + Front Passenger Seat Belts: Front Seats: Driver + Front Passenger Lto Registration And Transfer Of Ownership Included And Gsis Tpl Only And Gsis Insurance Delivery 15-30 Days Upon Receipt Of Notice To Proceed & Purchase Order Warranty: Three (3) Years Of 100,000 Km (whichever Comes First) Republic Of The Philippines Province Of Aurora Municipality Of Dipaculao Invitation To Bid A. The Local Government Unit (lgu) Of Dipaculao, Aurora, Through Its Bids And Awards Committee (bac) Invites Contractors To Apply To Bid For The Following Contracts: 1. A) Contract Id. Pr No. 100-25-01-001 B) Contract Name: Supply And Delivery Of Brand New Patrol Vehicle C) Contract Location: Lgu Dipaculao D) Approved Budget For The Contract (abc) 1,000,000.00 E) Contract Duration: 30 C.d. Upon Receipt Of Notice To Proceed. F) Cost Of Bid Documents: P1000.00 Bidding Will Be Conducted Through Open Competitive Bidding Procedures In Accordance With R.a. 9184 And Its Revised Implementing Rules And Regulations (irr). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bids. The Bidder Must Purchase Bid Documents And Must Meet The Following Major Criteria. A) Filipino Citizen Of 75% Filipino-owned Partnership, Corporation, Cooperative, Or Joint Venture With Pcab License Applicable To The Type And Cost Of The Contract. B) Completion Of At Least One (1) Similar Contract Costing At Least 50% Of Abc To Be Bid. C) Net Financial Contracting Capacity At Least Equal To Abc Or Credit Line Commitment (clc) For At Least 10% Of Abc. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. The Significant Times And Deadline Of Procurement Activities Are Shown Below: 1. Issuance Of Bidding Documents, January 7, 2025-january 20, 2025, 8:00 A.m. To 5:00 P.m. 2. Pre-bid: January 13, 2025 9:00 Am Bac Office 3. Receipt Of Bids: January 20, 2025, 8:00 A.m. To 5:00 P.m. 4. Opening Of Bids: January 21, 2025, 9:00 A.m. Bac Office The Bac Will Issue Hand Copies Of Bidding Documents (bd’s) At The Bac Lgu-dipaculao, Aurora, Upon Payment Of Non-refundable Fee Stated Above For Bidding Documents. Bids Must Be Accompanied By A Bid Security, In The Amount And Acceptable Form, As Stated In Section 27-2 Of The Revised Irr. Prospective Bidders Shall Submit Their Duly Accomplishment Forms As Specified In The Bd’s In Two (2) Separate Sealed Bid Envelopes To The Bac Chairman. The First Envelop Shall Contain The Technical Component Of The Bid, Which Shall Include The Eligibility Requirements. The Second Envelop Shall Contain The Financial Component Of The Bid. Contract Will Be Awarded To The Lowest Calculated Responsive Bid As Determined In The Bid Evaluation And The Post Qualification. The Lgu-dipaculao Reserves 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 Bidders. For Further Information, Please Refer To: Leticia F. Combis Bac-chairman Lgu-dipaculao Tel # (042) 7145429 Noted: Danilo A. Tolentino Municipal Mayor
Municipality Of Villaba, Leyte Tender
Automobiles and Auto Parts
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 8.3 Million (USD 142.1 K)
Details: Description Specifications: I. Engine Cab And Chassis Model : Nqr Engine : 4 Cylinder In-line, Turbo Intercooler, Common Rail Direct Injection, Blue Power Diesel Engine Bore & Stroke : Ø 115 X 125mm Displacement : 5,193cc Max. Output Kw(ps)/rpm : 114(155.0)/2,600rpm Max. Torque N-m(kg-m)/rpm : 419(49.0)/1,600-2,600 Fuel Tank Capacity : 100l Tire : 7.50 X R16 X 12pr Ii. Water Tank • The Water Tank Is Made Of Electrically Welded Stainless Steel Material, With A Capacity Of 4,000 Liters, With Baffled In Longitudinal And Transverse Direction To Prevent Surge During All Driving Conditions. The Oval Shape And Mounting Of The Tank Is Such As To Bring The Center Of Gravity To As Low As Possible. The Tank Is Equipped With A Combination Of Aeration Unit Acting As A Relief Valve To Prevent Damage To The Tank When Filled From The Pump Or Hydrant System Under Pressure. Furnishings • Tank To Pump Feed • Pump To Tank Filling • Drain Tap • Pump Anti Swirl Design: To Prevent Air From Being Entrained While Pumping Water Tank Contents Level Indicator Iii. The Firepump Model : Ve500asportable Fire Pump Engine : 2 Stroke, 1 Cylinder, Air Cooled, Electric And Manual Starting System, Electronic Fuel Injection Fuel Feed System Suction: 4 Blade Rotary-vane Vacuum Pump, Manual Priming System, Manual Priming System Pump : Single Suction, Single Stage, High Pressure Turbine Pump Weight : Dry Weight – 49 Kg Operative Weight – 55 Kg Dimensions (lxwxh) : 575 X 475 X 537 Mm Iv. Crew Accomodation Enclosed Driving Compartment With Sitting Capacity Of 3 Persons. With Airconditioning System. V. Electrical Equipment • One (1) Set Light Bar And Amplifier With 5 Tone Siren And Microphone, Public Address System Two (2) Pieces Mounted Search Light • Eight (8) Pcs Led Strobe Light (2 On Both Sides, 2 On Rear, 2 On Front) Vi. Equipment List 1. Two (2) Pieces 1 ½” Gun Type Variable Nozzle 2. Six (6) Length Double Jacket Firehose 1 1/2"x 50 Ft Nst 3. Three (3) Length Double Jacket Firehose 2 ½” X 50 Ft Nst 4. One (1) Pc Brass Spanner Wrench 1 1/2" 5. One (1) Pc Brass Spanner Wrench 2 1/2" 6. Two (2) Pcs Reducer 2 1/2"x 1 1/2" Nst 7. Two (2) Pcs Double Female Adaptor 2 1/2" 8. One (1) Pc Crow Bar 9. One (1) Piece Pike Pole 10ft With Wooden Handle 10. One (1) Pc Bolt Cutter 11. One (1) Pc Pick Head Axe 12. One (1) Pc Flat Head Axe 13. One (1) Pc Sledge Hammer 14. One (1) Pc Fiberglass Extension Ladder 24 Ft 15. One (1) Pc Siamese Wye Connection 2 ½” X 1 ½” X 1 ½” Nst 16. One (1) Set Stainless Water Cannon With Straight Nozzle Tip 17. One (1) Pc 2 1/2” X 20’ Suction Clear Hose With Spring 18. One (1) Pc Fire Extinguisher- Dry Chemical 10 Lbs. 19. Four (4) Set Fireman’s Suit, Locally Made (fire Coat, Trouser, Helmet And Boots) 20. One (1) Set Truck Maintenance Tools 21. One (1) Set Early Warning Device 22. One (1) Set Spare Tire Vii. Paint Work A. General During Production Process The Vehicle (chassis) And Superstructure Will Be Protected By Paints And Or Anti Corrosion Products. Under Coating Shall Be Provided. B. Color Scheme The Body Work Color Would Depend On The Choice Of The Client; Top Coated With Several Layers And Rubbed To Luster Finish. Viii. Training Two (2) Qualified Trainers Will Be Sent On Hand Of Delivery Of Truck To The Customer Site To Give Training In The Operation And Maintenance Of The Unit Ix. After Sales Maintenance Service One (1) Year Warranty/after Sales Services Will Be Provided Which Includes Technical Backup, Maintenance And Repair Of The Unit And Its Component. One (1) Year Free Check-up And Labor After The Warranty Period X. Iso Certification *9001-20156 & 45001-2018 By Tuvrheinland Price - Php 8,337,811.00 Delivery Schedule - Within 90 Days From The Receipt Of Your Purchase Order Terms Of Payment - 15 Days Upon Delivery Warranty - One (1) Year From Date Of Acceptance
Province Of Siquijor Tender
Automobiles and Auto Parts
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 2.5 Million (USD 42.6 K)
Details: Description Republic Of The Philippines Province Of Siquijor New Capitol, Bldg., Polangyuta, Siquijor, Siquijor Invitation To Bid For Supply & Delivery Of Passenger Van (bid No. 559-10-2024)(re-advertisement) 1. The Province Of Siquijor, Through The Spa (pgo) Purchase Of Passenger Van Service Vehicle 300 107-06-010 Funds Intends To Apply The Sum Of Two Million Five Hundred Thousand Pesos (2,500,000.00), Supply & Delivery Of Passenger Van (bid No. 559-10-2024)(re-advertisement) Being The Abc To Payments Under The Contract For Each Lot/item. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Province Of Siquijor Through Pgo Now Invites Bids For Supply & Delivery Of Passenger Van (bid No. 559-10-2024)(re-advertisement). Delivery Of The Goods Is Required Ninety (90) Calendar Days. Bidders Should Have Completed 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). 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 Province Of Siquijor And Inspect The Bidding Documents At The Bac Office, New Capitol Bldg., Polangyuta, Siquijor, Siquijor , During Monday To Friday, From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 To January 31, 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 Php 5,000.00. 6. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7. The Province Of Siquijor Will Hold A Pre-bid Conference On January 17, 2025 (friday 1:30 P.m.) At The Bac Office, New Capitol Building, Polangyuta, Siquijor, Siquijor, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Bac Office, New Capitol Building, Polangyuta, Siquijor, Siquijor On Or Before January 31, 2025 (friday 1:30 P.m.). Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On January 31, 2025 (friday 1:30 P.m.) At Bac Office, New Capitol Building, Polangyuta, Siquijor, Siquijor. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. No Further Instruction. 12. The Province Of Siquijor 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. 13. For Further Information, Please Refer To: Noel T. Cordova Head Bac - Secretariat Capitol, Siquijor, Siquijor Tel./fax No. (035) 480-9909 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph January 8, 2025 Atty. Frances Urmyne P. Imbong Bac Chairman Description: 1 1 Unit Passenger Van Vehicle Type: Passenger Van Engine Type: 4 Cylinder In-line Type Dohc, 16-valve Engine Displacement (cc): 2.5l – 2.8l Maximum Output (ps/rpm): 120 – 160 Hp Maximum Torque (nm/rpm): 350 – 400nm Fuel Type: Diesel Power Transmission: 5 Speed Manual Transmission Front Brake/rear Brake: Ventalited Disc Drum Wheels: 15 Inches Alloy Number Of Seats: 14-18 Seater (with Headrest) Length: 5000mm – 5300mm Width: 2200mm – 2300mm Height: 2250mm – 2300mm Number Of Doors: 4 Drive Train: Rear-wheel Drive
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents
Description: Pimc Pharmacy, Ats & Standpipe In Phoenix, Arizona, Maricopa County the Indian Health Service (ihs) Is Conducting A Sources Sought/request For Information As Outlined In Far 15.201(c)(3) To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Firms Especially Small Businesses Including: Native American/indian-owned Businesses (indian Economic Enterprise (iee)), 8(a) Certified Small Businesses, Historically Underutilized Business Zones (hub-zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-owned Small Businesses (sdvosb), Small Disadvantaged Businesses (sdb), And Veteran Owned Small Businesses. no Proposals Are Being Requested Or Accepted With This Rfi. This Is Not A Solicitation For Proposals. Respondents Will Not Be Notified Of The Results Of This Notice. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice Or Any Follow-up Information Requested. market Research Is Being Performed Pursuant To Federal Acquisition Regulation (far) Part 10 To Identify Businesses Capable Of Performing The Functions Described Herein. summary Of Scope the Project Includes Relocation Of The Inpatient Pharmacy In Building 233 From The Second To Fourth Floor, Incorporation Of An Automatic Transfer Switch (ats) That Will Allow For Monthly Testing Of The Generator Without Disruptions And Converting The Class I Standpipe System To A Wet Stem And Hose Valves Added To Ground And Basement Levels. All Work Shall Occur In Building 233 (tower) Of Phoenix Indian Medical Center (pimc), Located In Phoenix, Arizona. This Project Includes Infection Control Mitigation Requirements. The Overall Period Of Performance Is 270 Calendar Days. in Accordance With Far 36.204, Disclosure Of The Magnitude Of Construction Projects, The Anticipated Project Magnitude Is Between $1,000,000 And $5,000,000. the Type Of Work To Be Performed Will Be Categorized Under Psc Code Y1da, Construction Of Hospitals And Infirmaries And Naics Code 236220, Commercial And Industrial Building Construction With A Size Standard Of $45m. responses - Submittal responses To This Notice Must Be Emailed To Kelly Britton At Kelly.britton@ihs.gov And Must Be Received No Later Than 2:00 Pm (mst), January 14, 2025. Responses Must Include: company Information: Company Name, Website, Physical Address, Sam Uei Code point Of Contact: Contact Name, Phone Number, And E-mail Address if A Solicitation Is Issued, Will Your Firm/company Be Submitting A Proposal? Indicate Yes Or No type Of Business: Native American-owned (iee/isbee), Sba Certified 8(a), Sba Certified Hub Zone, Service Disabled Veteran-owned Small Businesses (sdvosb), Women Owned Small Business (wosb), And/or Small Businesses (sb). For More Information On The Definitions Or Requirements For These Small Business Programs, Refer To Http://www.sba.gov. native American-owned (iee/isbee) Firms - Submit Completed Attachment 1: Ihs Iee Representation Form (jan 2022) Along With The Controlling Enterprise’s Department Of The Interior, Bureau Of Indian Affairs Certificate Of Degree Of Indian Blood Documentation. Please Note That There Shall Be No Personally Identifiable Information (pii), Such As Social Security Numbers, Included In The Documentation Submitted. Any Pii Shall Be Redacted Prior To Submission. bond Capacity: Information On The Firm's Bonding Capability - Specifically Identify Single And Aggregate Bonding Capacities. experience Submission Requirements: Submit At Least Two (2) But No More Than Five (5) Projects Completed By Your Firm Within The Last Seven (7) Years That Are Similar To The Work That Will Be Required Under This Project. Firms Shall Include The Following Information For Each Project: indicate Whether Prime Contractor Or Subcontractor For Each Project Submitted; dates Of Construction For Each Project Submitted; contract Value, Location, Completion Date, And Complexity Of Job For Each Project Submitted; indicate Whether The Project Is A Federal, State, Tribal Or Other For Each Project Submitted; And project References/agency Point Of Contact (telephone Number And Email Address) For Each Project Submitted. if The Entity Responding To This Sources Sought Is Submitting Experience Information From Any Entity That Does Not Match The Name, Cage Code, And/or Uei Exactly As Stated On The Submitting Entity’s Sam Record (e.g. Affiliates, Subsidiaries, Parent Companies, Sister Companies, Etc.) The Submission Shall Clearly Demonstrate How That Entity Will Have Meaningful Involvement In The Performance Of The Contract And Specifically Address Which Resources Would Be Committed To The Contract. Failure To Comply With This Requirement Or Failure To Adequately Demonstrate Meaningful Involvement And Commitment Of Resources On Behalf Of That Entity May Result In That Experience Information To Be Considered Not Relevant. along With The Project Experience Submission, The Following Questions Shall Be Answered In Your Firms’ Submission: how Is Your Company Structured To Handle Quality Control Of The Various Disciplines Of A Construction Project? (i.e., What Position(s) (full-time/part-time) Are Employed Under Your Company To Perform Qc?) does Your Company Primarily Handle The Construction Activities Related To Construction Management By The Prime Contractor And If So, What Are Those Activities? does Your Company Self-perform Any Of The Construction Disciplines, If So, What Are Those Disciplines? What Disciplines Does Your Company Anticipate Self-performing For This Specific Project? additional Information: pursuant To 48 Cfr Part 326, Subpart 326.603-3 And Ihm 5.5-6, Indian Health Service Must Use The Negotiation Authority Of The Buy Indian Act, 25 U.s.c. 47, To Give Preference To Indian Economic Enterprises (iee) Whenever The Use Of That Authority Is Authorized And Practicable. The Government Is Seeking To Identify Indian Small Business Economic Enterprises (isbees) Capable Of Performing The Below Indian Health Services (ihs) Requirement. Any Firm Responding To This Notice Should Submit Their Capability Statement As Well As The Buy Indian Act Indian Economic Enterprise Representation Form (attached). indian Small Business Economic Enterprises (isbees) As Well As Other Small Business Are Highly Encouraged To Respond To This Notice. However, Firms Should Understand That Generic Capability Statements Are Not Sufficient For Effective Evaluation Of Their Capacity And Capability To Perform The Work Required. Please Note That A Decision Not To Submit A Response To This Request For Information Will Not Preclude A Firm From Participating In Any Future Solicitation. all Information Received In Response To This Source Sought That Is Marked Proprietary Will Be Handled Accordingly. Documents And/or Information Other Than What Is Requested Will Not Be Reviewed. Information Submitted Beyond What Is Requested Will Not Be Considered. questions: questions Regarding This Sources Sought May Be Emailed To Kelly Britton At Kelly.britton@ihs.gov.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: This Is A Notice Of Intent Published In Accordance With Federal Acquisition Regulation (far) 5.101(a)(1) Requiring The Dissemination Of Information Regarding Proposed Contract Actions. This Notice Of Intent Is For A Proposed Award Of A Sole Source, Firm-fixed Price Contract Under The Authority Of 41 U.s.c. 3304(a)(1), As Implemented By Far 13.106-1(b) Soliciting From A Single Source. It Is Not A Request For Competitive Quotes.
the Department Of Veterans Affairs, Network Contracting Office 21, Intends To Award A Sole Source, Firm-fixed Price Contract To Wiz Air Inc. For The Va Central California Health Care System (vacchcs) Per 41 U.s.c. 3304(a)(1), As Implemented By Far 13.106-1(b). Wiz Air Inc., A Small Business Performed All Air Testing And Balancing For The Facility For The Past 5+ Years. They Are Uniquely Qualified To Perform The Air Testing Based On Their Familiarity With The Site, Balancing Requirements, And Infrastructure (valves And Damper Locations Necessary To Make The Adjustments Rapidly. They Are Available To Independently Perform The Work Within 1-2 Business Days With No Government Aid Or Intervention. No Other Air Balance Company Is Familiar With The Medical Center Infrastructure And Spaces That Would Be Capable Of Independently Performing The Service Without Extensive Government Support Which Is Not Available. Currently There Is An Urgent Need To Complete The Testing In A Timely Manner.this Contract Will Be A New Firm Fixed Price Contract For A One (1) Month Period. the North American Industry Classification System (naics) Code For This Requirement Is 238220- Plumbing, Heating, And Air Conditioning Contractors, With An Sba Size Standard Of $19 Million. The Product Service Code (psc) Is H241 - Equipment And Materials Testing- Refrigeration, Air Conditioning, And Air Circulating Equipment.
this Notice Of Intent Is Neither A Formal Solicitation Nor A Request For Competitive Proposals. No
solicitation Document Is Available And Telephone Requests Will Not Be Considered. All Responsible
sources May Submit A Capability Statement, Proposal, Or Quotation Which Shall Be Considered By
the Agency. Vendors That Believe They Can Provide The Capabilities Required To Fully Meet The
government's Requirement May Submit Information In Writing To Jennifer.duron@va.gov No Later
than 9:00 Am Pacific Standard Time On January 30, 2025. No Award Will Be Made Based On
unsolicited Quotations Or Offers Received In Response To This Notice. Any Response To This Notice
must Show Clear, Compelling, And Convincing Evidence That Competition Will Be Advantageous To
the Government. The Intent Of This Synopsis Is For Informational Purposes Only. Information
received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A
competitive Procurement. A Determination By The Government Not To Compete This Action Based
on This Notice Is Solely Within The Discretion Of The Government.
U S COAST GUARD USA Tender
Others
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents
Details: Scope Of Work And Specifications For Uscg Station Juneau sewage Lift Station Replacement located At uscg Station Juneau 345 Egan Drive juneau, Ak 99801 commanding Officer united States Coast Guard scope: provide Material And Labor To Replace The Sewage Lift Stations Two Lift Pumps, Rails, Floats, Discharge Piping Contained In The Lift Station, Discharge Cutout Valves With Remote Operators, And The Systems Electrical Controller. System Shall Have An Alarm And Control Panel, Float Actuated Alarms At High Level Alarm, Lead And Lag Pump Floats, Low Level Float Pump Off With Two Inch Insulated Pvc Discharge Pipe. Contractor To Furnish An In-kind Sewage Lift System Meeting The Same Ratings Of The Old System That Includes And All Applicable Valves And Fittings At Us Coast Guard Station Juneau, In Accordance With All Manufacturers Specifications, And General Industry Standards government Facilities And Utilities: electrical Power And Potable Water Are Available On The Site; The Contractor Will Be Permitted To Utilize These Utilities In Performing The Work, Provided That The Existing Systems Are Not Overloaded. Telephone Services Will Not Be Available For Use By The Contractor. period Of Perfomance: once Contractor Is Given The Notice To Proceed, All Long Lead Time Items Shall Be Purchased/ordered By The Contractor. Estimated Delivery Dates To Be Provided To The Cor/ko As They Become Available. Once All Materials Have Arrived On The Job Site, Contractor Will Commence The Replacement Within 5 Business Days And Complete All Work No Later Than 14 Business Days From The Start Of Work. materials And Locations: materials Shall Be Delivered To The Jobsite In Their Original Unopened Packages, Clearly Marked With The Manufacturer’s Name, Brand Name, And Description Of Contents. Storage Shall Be In Accordance With Manufacturer’s Recommendations In A Clean, Dry, Well-ventilated Area. Stored Materials Shall Be Protected From Sunlight, And Kept Away From Excessive Heat. The Contractor Shall Not Store Any Highly Flammable Materials In The Work Area. Sufficient Area For Staging Is Available On Site; Storage Areas Will Be Pre-approved By The Contracting Officers Representative (cor) And/or Contracting Officer (ko). Special Precautions Shall Be Taken To Ensure Construction Materials And Debris Does Not Enter The Roadways And/or Parking Lot. Contractor Is Responsible For Safeguarding All Equipment, Tools, And Materials From Damage And Theft. the Contractor Is Required To Comply With Local Voc Laws And Regulations. All Applicable Material Safety Data Sheets Shall Be Available Upon Request. schedule Of Work: the Contractor Shall Perform All Work During Housing Office Work Hours. The Base Normal Working Hours Are 7:00 Am To 4:00 Pm, Monday Through Friday. If The Contractor Is Going To Work Outside Normal Working Hours, Permission Must Be Obtained From The Ko. contractor Must Submit A Written Request At Least 48 Hours Prior If They Intend To Work Outside Of Business Hours. only The Ko Can Authorize Any Work Hour Changes. existing Conditions: the Offeror Should Visit The Site And Take Such Other Steps As May Be Reasonably Necessary To Ascertain The Nature And Location Of The Work, The General And Local Conditions Which Can Affect The Cost Of The Work Thereof. Failure To Do So Will Not Relieve Bidders From Responsibility For Estimating Properly The Difficulty Or Cost Of Successfully Performing The Work. The Government Will Assume No Responsibility For Any Understanding Or Misrepresentations Concerning Conditions Made By Any Of Its Officers Or Agents Prior To The Execution Of The Contract, Unless Included In The Request For Quotes, The Specification, Or Related Documents. site Visit: One (1) Organized Site Visit/walk Be Held On Tuesday, 10 December 2024 At 12:30 Pm (alaska Time). located At uscg Station Juneau 345 Egan Drive juneau, Ak 99801 all Potential Contractors Shall Meet At The Below Location, Have Proper Id & Be Prepared To Sign In. contractors Shall Coordinate Access To The Job Site Through Mkcm Ty Widner Ty.c.widner@uscg.mil 808-388-1486. request Advanced Notification (no Later Than 7 Calendar Days Prior To The Date Of Site Walk). That You Plan On Attending The Site Walk provide The Following Information In Advance Via Email To Both Deno Stamos & Mkcm Widner *name Of Company *cage Code. / Uei *# Of Attendees & Full Name Of Each Individual liability Of Contractor: any Damage To Government Property Caused By The Contractor Shall Be Repaired Or Replaced By The Contractor At No Cost To The Government. The Contractor Shall Not Disconnect Any Service Without Approval From The Cor And/or Ko.the Contractor Shall Be Responsible For Cleanup And Disposal Of All Waste Generated Due To The Work Performed. All Waste Generated Shall Be Disposed Of In Accordance With All Federal, State, And Local Regulations And Laws, And Be The Responsibility Of The Contractor. No Waste Or Materials Shall Remain On Site After Work Is Accepted. inspection And Acceptance: The Cor And/or Ko Will Accomplish Inspection And Acceptance Of Work. safety: The Contractor Is Wholly Responsible For Work Site Safety. The Contractor Shall Implement A Safety Program That Protects The Lives And Health Of Personnel In The Construction Area, Prevents Damage To Property, And Avoids Work Interruptions. To Accomplish This End, The Contractor Shall Provide Appropriate Safety Barricades, Signs, Signal Lights, Etc. As Well As Complying With The Requirements Of All Federal, State And Local Safety Laws, Rules, And Regulations.government Facilities And Regulations: The Contractor, Their Employees, And Any Sub-contractors Shall Become Familiar With And Obey All Coast Guard And Local Unit Regulations. All Personnel Employed On The Project Shall Keep Within The Limits Of The Work Area, And Shall Not Enter Any Other Area Outside Of The Work Site Unless Authorized To Do So In The Performance Of Their Duties. There Shall Be No Smoking In Any Coast Guard Building. technical Requirements: general: The Contractor Shall Provide All Labor, Materials, Tools, Equipment, Supervision, Engineering Services, And Transportation Necessary To Replace With In-kind Lift Station To Include All Required Valves, Pipe Fittings And Electrical Connections, Electronic Controls, And Monitoring Devices. the Contractor Shall Consider All Risk To Equipment And Personnel And Incorporate Safe Work Practices, Hazard Analysis, And Hazard Mitigation Procedure To Ensure The Risks And Hazards Of The Proposed Work Are Mitigated. The Contractor Shall Participate In All Utility Outages And Lock Out Tag Out Procedures Required To Isolate Energy Sources And Set Up The Work Site Of The Performance Of The Work. contractor Shall Provide Proof Of Experience And Qualification To Perform Work. once New Lift Station System Has Been Tested And Commissioned For Service, Contractor Will Provide The Coast Guard All Manuals And Instructions For All Equipment Installed. Contractor To Also Provide Copies Of All Test Results Associated With Commissioning This System. any Additional Materials, Parts, And/or Labor Not Covered Under This Statement Of Work Will Require Prior Approval With Written Quote Submitted To Sector Southeast Ak. government Furnished Equipment: N/a delivery Schedule The Contractor Shall Deliver To Location / Fob Destination Within [specified Time Frame] From The Date Of Contract Award. note: This Requirement Is Lowest Priced, Technically Acceptable (lpta) In Accordance With Far 13 Simplified Acquisition Procedures. any Shipping Costs To Required Delivery Address Shall Be Included In Final Contractors Priced Quote. liability Of Damages: The Contractor Shall Be Liable For All Damages To Government Equipment And Property When Such Damage Is Due To Fault Or Negligence Of The Contractor. The Contractor Shall Be Responsible For All Damages Or Injury To Persons That Occur Because Of The Contractor’s Fault Or Negligence. The Contractor Shall Take Proper Safety And Health Precautions To Protect The Work The Workers The Public, And The Property Of Others. payment Terms Will Be As Specified In Subsequent Purchase Order/ Contract Award Documentation Which Is (net 30) Upon Completion Of All Work. point Of Contact: for Any Questions Or Clarifications Regarding This Requirement, Please Contact The Contracting Officer(ko) Via Email At Least 10 Business Days Before Closing Date/time Of This Request For Propsal (rfp). closing Date & Time: Proposals/quotes And Any Supporting Documentation Shall Be Received No Later Than: 3:00 Pm Alaska Time Zone On: tuesday,7 January 2025 To The United States Government Contracting Officer Listed Herein. Deno.a.stamos@uscg.mil note: In Accordance With Federal Acquisition Regulation 36.204, (disclosure Of The Magnitude Of Construction Projects). the Estimated Price Range Is $25,000-$100,000 Us Dollars. supporting Documenation--internal Document #70z04524pkodi0113==project/task # Ucgi43jy24 / 3cceuworko deno Stamos senior Field Contracting Officer (sfco) uscg Ketchikan deno.a.stamos@uscg.mil
FEDERAL AVIATION ADMINISTRATION USA Tender
Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: Purpose Of Amendment 07 Is To Extend The Due Date For Proposals first: The Due Date For Proposals Is Hereby Updated To The Following: proposals Are Due No Later Than January 10, 2025, At 1200 Et. Any Proposal Received After This Time Will Be Deemed Non-responsive And Will Not Be Considered For Award. *******************************
second: All Terms And Conditions Remain Unchanged And In Full Effect. **************************************************************************************** purpose Of Amendment 06 Is To Extend The Due Date For Proposals first: The Due Date For Proposals Is Hereby Updated To The Following:
proposals Are Due No Later Than January 07, 2025, At 1200 Et. Any Proposal Received After This Time Will Be Deemed Non-responsive And Will Not Be Considered For Award. *******************************
second: All Terms And Conditions Remain Unchanged And In Full Effect. **************************************************************************************** purpose Of Amendment 05 Is To Incorporate Updated Q&a And Include Additional Attachments As Follows: first: The Q&a Released On December 02, 2024 Is Hereby Superseded By The Q&a With Revision Date Of December 16, 2024. This Q&a Will Replace The Previous Version And Will Be Remain Attachment J-8. Updated Faa Responses Within The Document Are Highlighted. ******************************* second: Due To The Updated Q&a, Additional Attachments Are Required And Are Being Released And Outlined As The Following: 1. J-9_20241213_101951
2. J-10_20241213_102014
3. J-11_20241213_102043
4. J-12_20241213_102514
5. J-13_20241213_102801
6. J-14_20241213_102844
7. J-15_20241213_103246
8. J-16_20241213-103308
9. J-17_20241213_103520
10. J-18_20241213_104733
11. J-19_pwm Plot Layout With Staging Area And Office Shown
12. J-20_utility Site Plan Pwm-d-atct-c110-bl ***************************** third: The Due Date For Proposals Still Remains January 03, 2025, At 1200 Et. Any Proposal Received After This Time Will Be Deemed Non-responsive And Will Not Be Considered For Award. ***************************** fourth: All Other Terms Remain Unchanged And In Full Effect. **************************************************************************************** purpose Of Amendment 04 Is To Extend The Due Date For Proposals And Release The Q&a And Supporting Attachments As Follows: first: The Due Date For Proposals Is Hereby Updated To The Following: proposals Are Due No Later Than January 03, 2025, At 1200 Et. Any Proposal Received After This Time Will Be Deemed Non-responsive And Will Not Be Considered For Award. ******************************* second: The Following Attachments Are Hereby Included In This Amendment: 1. J-5_mobile Office_ps1
2. J-6_pwm Hvac Adendum Notes List
3. J-7_restroom Trailer Spec Sheet
4. J-8_qa For Pwm Hvac And Fire Alarm_ December 02, 2024 *******************************
third: All Terms And Conditions Remain Unchanged And In Full Effect. **************************************************************************************** purpose Of Amendment 03 Is Extending The Due Date For Proposals As Follows: first: The Due Date For Proposals Is Hereby Updated To The Following: proposals Are Due No Later Than December 16, 2024, At 1200 Et. Any Proposal Received After This Time Will Be Deemed Non-responsive And Will Not Be Considered For Award.
*******************************
second: All Terms And Conditions Remain Unchanged And In Full Effect. **************************************************************************************** purpose Of Amendment 02 Is Changing The Dates For The Following Timeline: first: The Date For The Site Visit Hereby Updated To The Following: a Site Visit Is Scheduled For October 29, 2024 At 0900et. If You Wish To Attend, Submit Your Name, Company And Contact Information For All Attendees To Erin.m.crabtree@faa.gov And Joni.l.haynes@faa.gov No Later Than October 25, 2024. ******************************* second: The Due Date For Questions Is Hereby Updated To The Following: submit Questions In Writing To Erin.m.crabtree@faa.gov And Joni.l.haynes@faa.gov No Later Than November 06, 2024, By 1200 Et. ******************************* third: The Due Date For Proposals Is Hereby Updated To The Following: proposals Are Due No Later Than November 29, 2024, At 1200 Et. Any Proposal Received After This Time Will Be Deemed Non-responsive And Will Not Be Considered For Award. ******************************* fourth: All Terms And Conditions Remain Unchanged And In Full Effect. **************************************************************************************** purpose Of Amendment 0001 Is To Change The Size Standard For This Solicitation As Follows: first: The Size Standard For This Solicitation Is Hereby Changed To The Following: from: Small Business Set-aside. to: Full And Open second: All Other Terms And Conditions Remain Unchanged And In Full Effect. **************************************************************************************** the Pwm Atct Hvac Project Is Primarily An Equipment Replacement/upgrade Project With Mechanical Controls. The Existing Chiller And Dry Cooler Will Be Replaced With Two New Chillers. The Existing Boiler Will Be Replaced With Two Redundant Boilers. The Hot Water And Chilled Pumps Will Be Replaced With New Vfd Pumps Along With A New Piping Configuration To Be Installed. A Total Of Four New Crus Will Be Installed To Replace The Existing Crus. The Existing Rtu That Controls The Base Building Air Will Be Fully Replaced Along With All Its Duct Work. New Vavs To Be Installed In The Base Building System As Well. The Existing Stair Pressurization Will Be Replaced Along With Theremoval/addition Of Several Smoke Detectors Throughout The Building. The Existing Ballasted Base Building Roof Will Be Fully Replaced With A Pvc Membrane Roof System. All Existing Three Way Hydronic Valves Will Be Replaced With Two Way Belimo Energy Valves. The Existing Trane Bas Will Be Replaced In Full With Schneider Electric Ecostruxure Bas. New Equipment Will Also Be Installed Including Fan Coil Unit And Bathroom Exhaust Fans. Incidental Work Includes Hydronic Piping, Domestic Water Piping, Pipe Insulation, Wall Insulation, Framing, And Gypsum Board, Painting, Joint Sealants, Electrical Wiring And Devices, Concrete Pads, And Equipment Supports. A Significant Portion Of The Work Also Includes Temporary Heating And Cooling, Testing & Balancing And Commissioning. The List Is Not All Inclusive And Other Items Of Work Are Required.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Irrigation Work
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: Market Research And Sources Sought Notice For Information On Capability And Availability Of Potential Contractors Interested In Proposing On A Firm-fixed-price Contract To Provide Repair Services For Unwatering And Dewatering Elements Necessary For The Walter F. George Lock To Be Safely Unwatered. The Contractor Will Furnish All Labor, Materials, Fittings, Equipment, Tools, Power, Lubricants, Fuel, Water, Electricity, Power, Etc., Necessary To Accomplish The Work Within The Specified Time. the Place Of Performance Is Walter F George Lock And Dam, 427 Eufaula Rd, Fort Gaines, Ga 39851. The Anticipated Period Of Performance Is Fall 2025 To Spring 2027. the Statement Of Work Includes The Following: the Scope Of Work Will Include, But Is Not Limited To, The Following Types Of Work: Removal And Replacement Of Relief Well Risers And Check Valves, Removal And Replacement Of Peripheral Drain Risers And Check Valves, Inspect And Clean Lock Relief Well And Peripheral Drain Pipes, Grout Or Plug 18 Horizontal Drains, Approximately 12 Inches In Diameter, In The Lock Monolith Along The Heel Of Riverside Lock Wall, Removal And Proper Disposal Of Five 8-inch Pumps From The Existing Landside Wells With Depths From 110 To 170 Feet Below Grade, Removal And Proper Disposal Of Five 8-inch Pumps From The Existing Riverside Wells Approximately 75 Feet Below Grade, Comprehensive Inspection Of The Landside And Riverside Wells, The Option To Revitalize Wells, Provide Portable Power Supply And Pump(s) For Performing Drawdown Tests, Develop A Drawdown Report, And Provide A Systematic Dewatering Plan For Controlling Uplift Pressures And Seepage Beneath The Lock Floor For The Walter F. George Lock. All These Efforts Are To Ensure The Walter F. George Lock Can Be Safely Unwatered To Perform Maintenance. this Is A Market Research And Sources Sought Notice Only. No Award Will Result From This Sources Sought Notice. There Is No Solicitation Available At This Time; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized In Accordance With The Federal Acquisition Regulation And Its Supplements. It Is The Contractor’s Responsibility To Monitor The Government Point Of Entry For The Release Of Any Solicitation. this Sources Sought Notice Is Not To Be Construed As A Commitment By The U.s. Army Corps Of Engineers (usace), Mobile District To Issue A Solicitation Or Ultimately Award A Contract. Neither Unsolicited Proposals Nor Other Kinds Of Offers Will Be Considered In Response To This Sources Sought Notice. This Source Sought Notice Does Not Create An Obligation On Behalf Of The Government To Make An Award Of Any Contract Pursuant To This Announcement. the Purpose Of This Sources Sought Notice Is To Determine The Availability Of Qualified Contractors To Perform These Services And To Determine Socioeconomic Classifications (small Business, Hubzone, Service-disabled Veteran Owned Small Businesses, Women Owned Small Businesses, Etc.) Associated With Each. The Primary North American Industrial Classification System (naics) Code Applicable To This Requirement Is 541330, The Small Business Standard For Which Is A Concern, Including Its Affiliates Whose Average Annual Gross Revenues Does Not Exceed $25.5m For The Past Three Years. responses To This Sources Sought Notice Will Be Used By The Government In Making Appropriate Acquisition Decisions. response Instructions responses Are Requested With The Following Information: 1. Contractor’s Name, Address, Points Of Contact With Telephone Numbers And E-mail Addresses. 2. Business Size/classification (to Include Any Designations Such As Small Business, Hubzone, Section 8(a) Contractor, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women Owned Small Business, Etc.) Shall Be Indicated On The First Page Of Submission. 3. Contractor Shall Identify The Percentage Of Services Provided To The Commercial Marketplace And The Percentage Of Services Provided To Government Agencies. 4. Documentation Should Be Submitted With The Following Considerations: a. Describe Your Capability And Experience In The Performance Of Similar Service Contracts In The Last 5 Years With Maintenance And Repairs At Lock And Dam Projects With Similar Size And Scope To The Walter F. George Project. b. Describe Your Capability And Experience Removing And Installing Well Pumps At Various Depths Below Grade, Performing Inspections Of The Existing Wells, And Implementing Well Revitalization. c. Describe Your Capability And Experience Developing Foundation Dewatering Plans For Drawing Down Groundwater Beneath Lock And Dam Projects With Similar Size And Scope To The Walter F. George Project. d. Describe Your Capability And Experience With Pump Drawdown Tests To Characterize Well Capacity And Aquifer Characteristics. e. Describe Any Land Based And Floating Plant Equipment You Have Readily Available To Accomplish The Tasks In This Market Research Statement Of Work. f. Describe Your Capability And Experience To Execute A Successful Quality Control Program. g. Describe Your Capability And Experience To Execute A Successful Safety Program To Include Ability To Maintain An Environment Of Safety, Adhere To Its Approved Safety Plan, And Respond And Correct Safety Issues. the Above Requested Information Shall Not Exceed A Total Of Fifteen (15) Pages On 8.5" X 11" Paper, 12-point Times New Roman Font, With A Minimum Of One (1) Inch Margins All Around. Please Do Not Provide Standard Marketing Brochures Or Catalogs. Responses Will Be Evaluated On The Basis Of Demonstrated Functional Capability. responses Are Due No Later Than 10 January 2025, 2:00 P.m. Cst. Responses Received After This Date And Time May Not Be Reviewed. responses Shall Be Submitted Via Email To Ms. Sophia Chin, Contract Specialist, At Sophia.m.chin@usace.army.mil And Mr. Ben Neely, Supervisory Contract Specialist, At Benjamin.m.neely@usace.army.mil . In The Subject Line Of Your Email State: Response To Walter F. George Dewatering System Repairs. No Responses Will Be Accepted By Mail Or Fax. Submittals Will Not Be Returned. Telephonic Responses Will Not Be Honored.
Bureau Of Fire Protection - BFP Tender
Automobiles and Auto Parts
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 582.3 K (USD 10 K)
Details: Description Project Reference Number : Rfq Number: 010-02-2025 Location Of The Project : Bureau Of Fire Protection - Mimaropa Region : District 1a, Brgy. Sta Rita, Pinamalayan, Oriental Mindoro Standard Form Number : Sf-good-60 Revised On : 24-may-18 Request For Quotation Repair/rehabilitation Of Jiangte 500 Fire Truck With Engine No. 78256034 And Chassis No. Lghxbgahofh124686 Deployed At Paluan Fire Station, Occidental Mindoro Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions Below And Submit The Rfq In A Sealed Envelope Duly Signed By You Or Your Representative With Labels Addressed To Rbac Mimaropa, The Company Name And The Name Of The Project At The Bfp Mimaropa Regional Office, District 1a, Brgy. Sta. Rita, Pinamalayan, Oriental Mindoro Or Via Email Containing Only One (1) Pdf File Encrypted With Password Thru Bacbfpmimaropa@gmail.com. Notes For Online Submission: A. The Subject Must Be The Title Of The Procurement Project; B. There Should Be A Message Containing The Company/business Name, Name And An Active Contact Number Of The Bidder Or Its Authorized Representative To Be Contacted During The Bid Opening To Give The Password Of The Encrypted Pdf File; C. There Should Be Only 1 Pdf File Attached Containing This Form And Other Documentary Requirements Needed For The Project; And D. Unavailability Of The Contact Person During The Opening Of Bids Will Nullify And Disqualify Your Submitted Quotations. General Conditions: 1. Deadline Of Submission: Not Later Than 10 1300h February 2025 2. Instructions: Physical And Online Submision Of Rfq Are Accepted. Late Submission Is Not Allowed. 3. Warranty Shall Be For A Minimum Of Three (3) Months For Expendable Supplies, Or A Minimum Of One (1) Year For Non-expendable Supplies From Date Of Final Acceptance By The Procuring Entity; 4. Price Validity Shall Be For A Period Of One Hundred Twenty (120) Calendar Days; And 5. The Following Documents Shall Be Attached To The Duly Accomplished Quotation Form To Wit: Eligibility Requirements A. Mayor's/business Permit B. Philgeps Registration Number C. Omnibus Sworn Statement D. Bir Registration E. Income/business Tax Return Item No. Description Qty Abc Unit Price Abc Total Price Unit Price Total Price Repair/rehabilitation Of Jiangte 500 Bfp Model Fire Truck With Engine No. 78256034 And Chassis No. Lghxbgahofh124686 Deployed At Paluan Fire Station, Occidental Mindoro I Engine Assy Replacement Of Engine Block 1 Lot 108,000.00 Replacement Of Cygonial (standard Size) 1 Lot 19,800.00 Replacement Of Connecting Rod (standard Size) 1 Lot 30,600.00 Replacement Of Main Bearing And Connecting Rod Bearing (standard Size) 1 Lot 28,800.00 Replacement Of Camshaft Bushing 1 Lot 14,400.00 Replacement Of Connecting Rod Pin 1 Lot 17,550.00 Replacement Of 1 Set Piston (standard Size) 1 Lot 25,200.00 Replacement Of 1 Set Piston Ring 1 Lot 18,000.00 Replacement Of Oil Pump 1 Lot 16,200.00 One Set Overhauling Gasket 1 Lot 13,950.00 Repair Engine Cooling System 1 Lot 25,200.00 Replacement Of Water Pump 1 Lot 17,550.00 General Cleaning Of Radiator 1 Lot 13,050.00 Replacement Of Radiator Hose(upper And Lower) 1 Lot 10,350.00 Replacement Of Coolant( 20 Liters) 1 Lot 7,200.00 Replacement Of Hose Clamp 1 Lot 5,355.00 Replacement Of Engine Oil 1 Lot 4,320.00 Replacement Of Transmission Gear Oil 1 Lot 4,050.00 Replacement Of Water Pump Gear Box Gear Oil 1 Lot 4,725.00 Sub Total 384,300.00 General Water Pump Build-up And Machining Water Pump Drive Shaft 1 Lot 40,500.00 Re-bushing Drive Shaft Housing (magnolia Bronze) 1 Lot 36,000.00 Replacement Of Water Seal 1 Lot 30,375.00 Replacement Of Impeller 1 Lot 30,375.00 Replacement Of Valve Leaking 1 Lot 30,375.00 Replacement Of Oil Ring 1 Lot 30,375.00 Sub Total 198,000.00 Mode Of Procurement: Small Value Procurement Date Of Delivery/completion/service: 45 Cd Upon Receipt Of Ntp Grand Total 582,300.00 (total Amount In Words) The Above Quoted Prices Are Inclusive Of All Cost And Applicable Taxes. Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Signature Full Name Of Authorized Representative Company Name/business Name Tel. No. / Cellphone No./ Email Address Date
7891-7900 of 8081 archived Tenders